CITY OF HUTCHINSON BID FORM PAGE 1 OF 5

Similar documents
COUNTY OF TANEY, MISSOURI

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Economic Development Incentive Agreement

Item No. Description UOM Est. Qty Unit Price Passenger Tire-Radial

City of Hays Request for Proposals

REQUEST FOR PROPOSALS

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

Invitation For Bid IFB 2895

230.2 Procurement Thresholds (Goods and Non-Professional Services)

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

NOTICE TO LESSOR AND LESSEE: PURSUANT TO THE REQUIREMENTS OF K.S.A , 3739(1) and 3743, as amended. NO LEASE

INVITATION TO BID CITY OF WINSTON-SALEM

REQUEST FOR PROPOSAL. Request Number

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

CITY OF GAINESVILLE INVITATION TO BID

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

N O T I C E T O B I D D E R S

Redevelopment Authority of Allegheny County

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

LISTING AND SALE OF NEIGHBORHOOD STABILIZATION PROGRAM HOMES TOTAL OF 10 + HOMES TO BE LISTED ONCE REHABILITATED

[This entire document will be deleted and replaced with the new agreement base]

PURCHASE ORDER TERMS AND CONDITIONS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Purchase Order General Terms and Conditions Revised 1/1/2018

TAX SAVINGS AGREEMENT PROCEDURES

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

Town of Caroline. Town Hall Exterior Painting Project

City of Gainesville Community Development Department Housing Division

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

Purchase Terms and Conditions

A contract will be awarded as provided by law at a public meeting.

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

GOOCHLAND COUNTY REQUEST FOR QUOTATION LANDSCAPE ARCHITECTURE DESIGN SERVICES

City of Milton P.O. Box 909 MILTON, FL Phone: (850) Fax: (850)

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

SALES ORDER TERMS AND CONDITIONS

Abatement and Management Office Demolition at Parks Place IFB Number

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Nebraska Association of County Officials

Note: The Local Public Agency should print the first page of this assurance on their respective letterhead

New 2017 Fairway Deep Tine Aerifier

Request For Proposal RFP # Capital Lease Financing for Enterprise Software. City of Greenville, Texas. October 13, 2010

Invitation for Bid. Sale of Real Property at Adkins Road

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR REAL ESTATE BROKER SERVICES TO SELL CITY PROPERTY RFP#

A. Approval / Disapproval of Resolution No : Adopting a Fair Housing Policy.

INVITATION TO BID PORTABLE TOILET SEASONAL RENTAL TOWN OF WINCHESTER, CT

TRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT

Teaching today s learners for tomorrow s challenges

judgment in price, any duties. good quality will conform including furnished by and AMOT arising from the goods Buyer. result of the for Texas shall

A. Approval / Disapproval of Resolution No : Adopting a Fair Housing Policy.

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

SALE OF OBSOLETE/SCRAP VEHICLES TO BE SOLD AS ONE (1) LOT

OSWEGO COUNTY PURCHASING DEPARTMENT

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

Request for Bids (RFB) Packet #120-14

Florida Department of State, Division of Library and Information Services LIBRARY COOPERATIVE GRANT AGREEMENT

Purchasing Terms & Conditions

Request for Proposals for Commercial Real Estate Brokerage Services Port Angeles, Washington. Issued June 6, 2016

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies...

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

Fee Accountant. RFP : Fee Accountant. Publication of Request: April 9, 2018 at 8:00am. Submission of Response Deadline: May 9, 2018 at 5:00pm

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

REQUEST FOR PROPOSALS (RFP #ED ) Lease of Real Property

TERMS AND CONDITIONS February, 2014

Request for Quotation Q. Bike Mechanic Course Tools

General Terms and Conditions for Purchase Orders

The United States Department of Transportation (USDOT) Standard Title VI/Non-Discrimination Assurances. DOT Order No A

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

REQUEST FOR PROPOSAL 2017 ASPHALT PAVING SERVICES

Housing Authority of the County of Salt Lake Request for Qualifications. Professional Consulting Services for the Disposition of Public Housing

ADDENDUM NO. 1 TO BID PACKAGE MAY 27, 2011

LEAGUE OF HUMAN DIGNITY CITY OF LINCOLN BARRIER REMOVAL GRANT PROGRAM AGREEMENT FOR RENOVATION OF REAL ESTATE

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

OWENS STATE COMMUNITY COLLEGE REQUEST FOR PROPOSAL FOR GENERAL SONOGRAPHY/VASCULAR EQUIPMENT

Charleston County School District. Procurement Services

TERMS AND CONDITIONS

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

Purchase Order Terms and Conditions Form Number: FM Rev

REQUEST FOR QUOTATION

CITY OF ALAMO. Request for Sealed Bids. The City of Alamo hereby requests sealed bids for the following: Janitorial Services

REQUEST FOR PROPOSALS (RFP #PWFM ) Lease of Real Property for Agricultural Farming

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

This is a legally binding Contract; if not understood seek advice from an attorney. SINGLE FAMILY RESIDENCE OR CONDOMINIUM LEASE

Dear Homeowner: Sincerely, Mary Dwyer Community Development Coordinator. City of Leavenworth Home Repair Program Page 1 of Program Year

REALTOR PRE-QUALIFICATION VERIFICATION FORM

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

Request for Qualifications (RFQ) # On-Call Land Surveying Services November 21, 2018

Transcription:

CITY OF HUTCHINSON BID FORM PAGE 1 OF 5 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements. This is not an order. BID NO. 18-11 BID SUBMITTAL DEADLINE: 10:00 A.M.CST on NOVEMBER 7, 2017 PUBLIC BID OPENING TIME: 1:30 P.M. CST on NOVEMBER 7, 2017 INSTRUCTIONS: THIS FORM MUST BE PROPERLY FILLED OUT AND RETURNED BY MAIL, IN PERSON, EMAIL OR BY FAX TO: The City Of Hutchinson, Office of City Clerk, 125 East Avenue B, P.O. Box 1567, Hutchinson, Kansas 67504-1567, CARMELW@HUTCHGOV.COM OR FAX (620)694-1971. RETURN PRIOR TO 10:00 A.M. CST on NOVEMBER 7, 2017. Bid not submitted pursuant to the conditions set out in this request may be rejected. All bids received after the stated opening date and time will not be considered. Bids will be publicly opened and read at the above stated time in the Public Works Conference Room, 1500 South Plum, Hutchinson, Kansas * The City of Hutchinson reserves the right to reject part or all of any bid and to waive formalities. All bids are subject to Purchasing Policies set by the City Council of Hutchinson. The City of Hutchinson reserves the right to divide purchases among venders to accomplish the best gross price and to make the final decision as to acceptability of quality and price. Thank You, Carmel White, Purchasing Agent, City of Hutchinson (620)694-1973 or (620)694-1900 ITEM DESCRIPTION Please provide all bid prices on the attached bid forms for Sections A, B, C, D, E, and/or F in accordance with the following specifications and in accordance with the attached General Conditions. 1. By submitting and signing this form the undersigned agrees to furnish the requested material at the prices bid in accordance with the City s request for Bid for the time period specified (JANUARY 1, 2018 to DECEMBER 31, 2018). 2. All tires bid in all sections shall include any tire disposal fee(s). 3. All tires must meet or exceed attached specifications 4. Vendor shall be required to include mileage and/or hours of vehicles and/or equipment on all invoices for all repairs, including tire rotations and new installations. 5. The bidder hereby certifies that neither the bidder nor the firm, corporation, or institution represented by the bidder, or anyone acting for such has violated State or Federal antitrust laws, not communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business. 6. *Vendor must provide brand other tires bid in the Other Columns. VENDORS WISHING TO REMAIN ON THE VENDOR LIST MUST RETURN THIS BID WITH A BID OR A WRITTEN REQUEST TO REMAIN ON THE VENDOR LIST IN SUBMITTING THE ABOVE, THE VENDOR EXPRESSLY AGREES THAT UPON PROPER ACCEPTANCE BY THE CITY OF HUTCHINSON, A CONTRACT SHALL THEREBY BE CREATED. THIS BID FORM MUST BE SIGNED! SIGNATURE ACKNOWLEDGES RECEIPT OF ADDENDUM #. SIGNATURE ORDERING ADDRESS/CONTACT: BIDDER COMPANY NAME STREET ADDRESS CITY/STATE/ZIP TITLE REMITTANCE ADDRESS (IF DIFFERENT): REMITTANCE NAME REMITTANCE ADDRESS REMITTANCE CITY/STATE/ZIP TELEPHONE NUMBER EMAIL ADDRESS FAX NUMBER

REQUEST FOR BID FORM: 18-11 SECTION A - TIRES FOR CARS AND TRANSPORT VEHICLES: UNIT PRICE - ALL SEASON TREAD UNIT PRICE - MUD/SNOW TREAD ITEM # TIRE DESCRIPTION (SIZE, PLY) ALL TIRES IN THIS SECTION NEED TO BE A MINIMUM OF 4 PLY. Michelin Goodyear Firestone Uni-royal *Other Michelin Goodyear Firestone Uni-royal *Other 1. P 205/75/R15 2. P 215/60/R16 3. P215/70/R15 4. P215/75/R15 5. P215/65/R16 6. P225/60/R16 7. P 225/70 R15 8. P 225/65 R 16 9. P 225/60 R 17 10. P 225/65 R 17 11. P235 /75 R 16 12. P235/70 R 16 13. P235/65/R17 14. P235/75/R17 15. P235/70/R17 16. P245/70/R17 17. P245/65/R17 18. P265/70/R17 SECTION B - TIRES FOR POLICE SQUAD CARS (SPECIAL PROVISIONS - All tires purchased under this section must include Priority Service Designation which will include, but will not be limited to, immediate service upon request, with no appointment required. Priority Service Designation will be understood to mean service begun within five (5) minutes of entry at vendor's location with notification of arrival. In addition, these vehicles will require a weekly tire examination on each vehicle which shall include check of air pressure on all tires, as well as tire rotations as needed at no additional charge. Any necessary tire repairs shall be made at the time of examination, but at an additional charge. The examination will be performed on a routine of each Saturday morning of each week with Priority Service Designation in place. ITEM # TIRE DESCRIPTION (SIZE, PLY) UNIT PRICE / TIRE 19. (NO SUBSTITUTIONS ACCEPTED): A. Firestone GT Pursuit 077325 P 235/55 R 17 Speed Rated at 98V All Season Tires B. Firestone GT Pursuit 077325 P 225/60 R 18 Speed Rated at 98V All Season Tires C. Firestone or Michelin Police Pursuit P265/60 R 17 V-Rated D. Firestone or Michelin Police Pursuit P245/55 R18 BRANDS AS LISTED A. B. C. D.

SECTION C - TIRES FOR EQUIPMENT: ITEM # TYPE OF EQUIP TIRE DESCRIPTION TUBE TYPE ALL BRANDS 20. LOADERS 20.5/25, 16 PLY, L-2, E-3 Tread Rockcrusher RADIAL 21. GRADER 1400R 24 TG 12 PLY 22. GRADER 1400-24 TG 12 PLY 23. GRADER 15 19.5 NHS LUGS, 8 PLY, NON HIGHWAY 24. TRACTOR 10.00/16, FRONT TRACTOR 3-RIB, 10 PLY MINIMUM 25. TRACTOR 11L/15, 6 PLY, 3 RIB, 8 PLY MINIMUM 26. TRACTOR 14.9/26 6 PLY R 1 TREAD 27. TRACTOR 16.9/28, 6 PLY R1 TREAD 28. TRACTOR 16.9/30, 6 PLY NYLON, R-1 TREAD, 29. TRACTOR 18.4/30, R-1 TREAD 8 PLY MINIMUM 30. TRACTOR 18.4/34 R-1 TREAD 8 PLY MINIMUM 31. TRACTOR 9.5-16 6PLY R-1 TREAD 32. BACKHOE FRONT 12.50/80-18 R4 TREAD 12 PLY MINIMUM 33. BACKHOE REAR 19.5/L-24, R-4 TREAD 12 PLY MINIMUM 34. SKID LOADER 12.00/16.5 NHS, 12 PLY 35. TRAILER 215 75R 17. 5 36. TRAILER ST 205/75R15 LOAD RANGE C 6 PLY 37. TRAILER ST 235/80 R 16 LOAD RANGE E 10 PLY 38. TRAILER ST225/75 R15 39. TRAILER ST205-75D15 40. SKID LOADER 33 X 15.50 16.5 NHS TURF+SAND, 10 PLY 41. SKID LOADER 12.00/16.5/ LUG LUGGER 32 RECAP 42. TRENCHER 35X19.00-16.1 NHS 43. TRACTOR 12.4-24 R-1 TREAD 44. TRACTOR 380/85R 14.9 R 28 T-1 TREAD 45. TRACTOR 460/85R 18.4 R38 R-1 TREAD 46. TRACTOR 280/85 R24 R-1 TREAD 47. TRACTOR 420/85 R30 R-1 TREAD 48. TRACTOR 27X8.5-15 NHS 49. TRACTOR 41 X 14.00-20 NHS 50. TRACTOR 27-12 LL X 15 R-3 TURF TREAD 51. TRACTOR 22.5 LL X 16.1 R-3 TURF TREAD 52. TRAILER ST 235/85 R 16 TUBELESS ALL BRANDS

SECTION D - TIRES FOR TURF MAINTENANCE EQUIPMENT & GOLF UTILITY EQUIPMENT: ALL TIRES IN SECTION D MUST BE 6 PLY MINIMUM. UNLESS 4 PLY IS ONLY AVAILABLE ITEM # EQUIPMENT TYPE DESCRIPTION OF TIRE BID UNIT PRICE ALL BRANDS 53. UTILITY VEHICLE 18/8.50 8, LINKS I 54. UTILITY VEHICLE 18/8.50-8 TURF SAVER TREAD 55. UTILITY VEHICLE 23/10.50 12 INDUSTRIAL TRAX TREAD 56. UTILITY VEHICLE 26/12.00-12 MULTI TRAC C/S TREAD 57. UTILITY VEHICLE 22.5/10.00 8 TURF TRAC R/S TREAD 58. UTILITY VEHICLE 25/12.00-9 TURF TRAC R/S TREAD 59. UTILITY VEHICLE 18/9.50-8 RIB TREAD 60. UTILITY VEHICLE 24/13.00-12 TERRA TURF TREAD 61. UTILITY VEHICLE 22 X9.5-10 TURF TREAD 62. UTILITY VEHICLE 24X12.0010 TURF TREAD 63. MOWER 13/500/6, TURF SAVER 64. MOWER 13/650/6, MULTI RIB 65. MOWER 23/8.00/12, TURF SAVER 66. MOWER 23/10.5/12, TURF SAVER 67. MOWER 26 X 12.00-12 TURF SAVER 68. MOWER 18/10.50-10 SMOOTH TREAD 69. MOWER 20/10.00-10 MULTI TRAC C/S TREAD 70. MOWER 20/10.00-8 MULTI TRAC C/S TREAD 71. MOWER 20/10.00-10 SMOOTH TREAD 72. MOWER 18/9.50-8 SMOOTH TREAD 73. MOWER 26.5 X14.00-12 TURF TREAD

SECTION E LIGHT, MEDIUM HEAVY DUTY TRUCKS & EMERGENCY RESPONSE VEHICLES: ITEM # TIRE DESCRIPTION (SIZE, PLY) 74. LT225/75/R16, Load range E 10 ply 75. P235/70/R17, 6 ply 76. P235/75R16 77. LT235/75/R15, load Range C - 6 ply 78. LT235/85/R16, Load range E 10 ply 79. LT 235/80 R17 80. LT245/75/R17, Load Range E- 10 ply 81. LT245/70/R17, Load range E- 10 ply 82. LT 265/ 75 R17 83. LT 265/70 R18 84. 10.00R20 load range H 16 ply 85. 11R20 truck, military, load range F 12 ply 86. 425/65 R 22.5 G286 ECD load range L 87. 11R22.5 load range H - 16 ply tubeless radial 88. 315/80/R22.5 truck all season, load range L- 20 ply 89. 385/65R22.5, Hi-way Rib XTE2, 18 pl 90. 425/65/R22.5 truck all season, load range L 20 ply 91. 12R22.5 Load Range H - 16 ply tubeless type radial 92. 14.00 R 20 93. 24R21 XZL Load Range H - 16 ply 94. 225/70/R19.5 Tubeless 12 ply Min UNIT PRICE - ALL SEASON TREAD DRIVE TREAD FRONT TIRE Michelin Goodyear Firestone Uniroyal *Other UNIT PRICE - MUD/SNOW TREAD REAR TIRE Michelin Goodyear Firestone SECTION F SERVICE/HOURS -Please answer the following questions pertaining to service of the above tires: 1. Hours regular service is available: 2. Is emergency service available during nights and weekends yes no If yes, as what additional cost: 3. Is service available for installation out of vendor's shop for break downs of equipment that cannot be transported to shop? yes no If yes at what additional cost: Uniroyal *Other

CERTIFICATE OF NON-DISCRIMINATION The undersigned Contractor hereby agrees to observe all the provisions of Chapter 3 of the Code of the City of Hutchinson, Kansas, 1988, and any subsequent amendments thereto and provisions of K.S.A. 44-1030 and 1031, as amended, including subsection (a), paragraphs (1) through (5) inclusively of Section 1030, which reads as follows: (1) the Contractor shall observe the provisions of the Kansas Act Against Discrimination and shall not discriminate against any person in the performance of work under the present Contract because of race, religion, color, sex, disability, national origin or ancestry; (2) in all solicitations or advertisements for employees, the Contractor shall include the phrase, "Equal Opportunity Employer," or a similar phrase to be approved by the Commission; (3) if the Contractor fails to comply with the manner in which the Contractor reports to the Commission in accordance with the provisions of K.S.A. 44-1031, and amendments thereto, the Contractor shall be deemed to have breached the present Contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; (4) if the Contractor is found guilty of a violation of the Kansas Act Against Discrimination under a decision or order of the Commission which has become final, the Contractor shall be deemed to have breached the present Contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; and (5) the Contractor shall include the provisions of subsections (a) 1 through 4 in every subcontract or purchase order so that such provisions will be binding upon such subcontractor or vendor. Signing of this certificate acknowledges inclusion of the same in the base Contract before signing thereof and acceptance of the terms of this certificate. Date Name of Contractor By Name and Title * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CERTIFICATION OF PAID PERSONAL AND REAL ESTATE TAXES In compliance with City of Hutchinson purchasing policies, the following certification on property owned within Reno County must be completed and returned with the quotations in accordance with the City's policy on delinquent property taxes. A. "The owner(s) or corporation hereby certifies that all personal and real estate taxes within Reno County are paid." B. "No property is owned by the owner(s) or corporation within Reno County." DATE: SIGNATURE: COMPANY: NAME OF SIGNEE: TELEPHONE NUMBER: TITLE OF SIGNEE: PLEASE NOTE: This form is to be attached to the proposal when the quotation is submitted.

REQUEST FOR BID 18-11 TIRE SPECIFICATIONS All tires in Section A, B, C, D, and E shall be bid as available in appropriate columns. City shall make final determination as to purchases on an as needed basis. Tires provided must have the above specification on the tire failure to provide tires that are so named will be rejected. All tires bid in all sections shall include any disposal fee(s) All tires in Sections A and B shall be tires with a minimum of 50,000 mile rating. Proof of such rating shall be provided with each tire purchase invoice. All bid prices in all sections shall include installation, balancing and excise tax, except for orders of recap tires that will be delivered as requested. Vendor to include on all invoices for new tires the date installed, vehicle or equipment I.D #, odometer Reading, and the tire(s) that were replaced. Vendor to include on all invoices for repairs to tires the date of repair, vehicle or equipment I. D #, odometer reading, and which tire(s) were repaired. *Vendor must provide brand other tires bid in the Other Columns.

REQUEST FOR BID GENERAL CONDITIONS The City of Hutchinson is seeking Bids for items specified in the enclosed which it wished to purchase as needed. None of the attachments are intended to be restrictive but to act as a guide for those desiring to submit Bids. ALL BIDS SHALL BE GOOD FOR THE PERIOD OF TIME SPECIFIED THE FOLLOWING PARAGRAPH UNLESS NOTIFICATION IS MADE TO THE CITY, SUCH CHANGES WILL CONSTITUTE AN EVALUATION BY THE CITY OF ADDITIONAL PURCHASES. PRICE PROTECTION. The price stated in the Bid shall be firm and not subject to increase during the term of any contractual agreement arising between the City of Hutchinson and the vendor as a result of the Bid (TIME PERIOD: JANUARY 1, 2018 to DECEMBER 31, 2018). Vendors shall provide firm prices less any federal excise tax (except that of the.50 per tire tax that the City is NOT exempt from paying-this tax should be included in Bid prices). The City of Hutchinson is exempt from payment of sales tax. For further information contact the City Clerk's Office (694-2614). METHOD OF PAYMENT. Payment will be made within 30 days of date of delivery and satisfactory performance to the City of Hutchinson. AWARDING OF BIDS. The city reserves the right to accept or reject any or all bids, and any part or parts of any bid. Any bid which is incomplete, conditional, obscure, or which contains additions not called for, or irregularities of any kind, may be cause for rejection of the bid. Bids must be properly submitted on the "Bid Form" (or appendixes which are a part of the form) supplied by the City. Bids must be itemized unit by unit. Bids will be awarded to the vendor(s) that supplies the lowest quote on each item (unit price) or as a whole package (the low quote to supply all of the entire items purchased from a single or sole source vendor) whichever incurs the lowest cost and/or is most feasible to the City of Hutchinson. The City also reserves the right to waive minor deviations from the specifications and to select that material which the City deems to be acceptable for it's use. Consideration will be given to vendors that are able to supply emergency service when required, both in and out of the vendor's shop. DELIVERY/DELIVERY DATES. Bids shall reflect installation and balancing on specified vehicles at vendor's shop address (except for recap purchased by Departments which will be required to be delivered to the Public Works Facility, 1500 South Plum). Please indicate on Bid form hours service is available and whether emergency service during nights and weekends is available as additional cost and whether service is available out of vendor's shop. Order placement will be made on an as need basis in which the vendor will be contracted by requesting department. Tires do not have to be stocked, but must be available for installation within 24 hours of specific tire request at awarded vendor's shop, with the expressed exception made for the Police Squad Car tires in Section B of the Bid Form. Vendors must maintain a sufficient stock of Section B tires at all times in order to qualify as an acceptable vendor. In all Sections of the Bid Form, the City reserves the right to waiver the 24 hour requirement and allow additional time if the City deems it necessary and also reserves the right to obtain purchases outside this Bid if the awarded vendor does not have a tire in immediate stock that is required to make repairs in emergency situations. In addition, Special Provision for all Section B tires are as follows: All tires purchased under this section must include Priority Service Designation which will include, but will not be limited to, immediate service upon request with no appointment required. Priority Service Designation will be understood to mean service begun within five (5) minutes of entry at vendor's location with notification of arrival. In addition, these vehicles will require a weekly tire examination on each vehicle which shall include check of air pressure on all tires, as well as tire rotations as needed at no additional charge. Any necessary tire repairs shall be made at the time of examination, but at an additional charge. The examination will be performed on a routine of each Saturday morning of each week with Priority Service Designation in place. All items received by the City of Hutchinson shall meet specifications and/or deemed to be acceptable by the City. Items not meeting specifications and deemed to be unacceptable by the City shall be returned to the vendor. The City of Hutchinson shall not be liable for any items during transit.

NON-DISCRIMINATION. During the performance of this contract, the contractor/vendor will not discriminate against any employee or applicant for employment because of race, sex, religion, color, age, national origin, ancestry or physical handicap, unless based upon a bonafide occupational qualification. The contractor/vendor will take affirmative action to insure applicants are employed, and that employees are treated during employment without regard to their race, sex, religion, color, age, national origin, ancestry or physical handicap. PROPERTY TAX STATEMENT. The attached statement on property owned within the City of Hutchinson must be complete and returned with the Bid in accordance with the City's policy on delinquent property taxes. "The City reserves the right to reject all bids from bidders who are delinquent in personal or real estate property taxes to Reno County, Kansas." SAFETY REQUIREMENTS. Contractor will meet all Occupational Safety and Health Administration's (OSHA) guidelines and regulations and ensure that contractor's personnel are provided applicable safety training and personnel protective equipment. Said contractor personnel will also be required to utilized universal precautions and work practice controls. AWARDING OF BID. Whenever the City of Hutchinson lets Bids for goods or services, and the low Bid is submitted by a vendor domiciled outside of Reno County, a vendor domiciled inside Reno county may be deemed the preferred vendor and awarded the Bid if: 1. The quality, suitability, and useability of the goods or services are equal and fully comply with the minimum Bid specifications, and the vendor has the capability to adequately service the product. 2. The amount of the Bid of the vendor domiciled within Reno County is not more than 5% greater than the amount of the low Bid if the low Bid is under $10,000, or not more than 3% greater than the amount of the low Bid if the low Bid is greater than $10,000. 3. The Bid does not pertain to new construction or involve State of Federal Funding. 4. The vendor domiciled within Reno County is willing to match the Bid price offered by the low vendor domiciled outside of Reno County within 24 hours of official notification. THE CITY OF HUTCHINSON RESERVES THE RIGHT TO REJECT PART OR ALL OF ANY BID AND TO WAIVE FORMALITIES. ALL BIDS ARE SUBJECT TO PURCHASING POLICIES SET BY THE CITY COUNCIL OF HUTCHINSON. THE CITY OF HUTCHINSON RESERVES THE RIGHT TO DIVIDE PURCHASES AMONG VENDERS TO ACCOMPLISH THE BEST GROSS PRICE AND TO MAKE THE FINAL DECISION AS TO ACCEPTABILITY OF QUALITY AND PRICE. ALL VENDORS DOING BUSINESS WITH THE CITY OF HUTCHNSON SHALL ABIDE BY ALL LOCAL, STATE AND FEDERAL LAWS.