ITEM NO QUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE

Similar documents
REQUEST FOR QUOTATION

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

ADVANCED TELEVISION SYSTEMS COMMITTEE, INC. CERTIFICATION MARK POLICY

Rural Development Department Old secretariat, Patna. Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

SYMPHONIC LIMITED PRESSING AGREEMENT (For Use By Canadian Orchestras)

Faribault Public Schools ISD # th Street SW Faribault, MN Band Equipment Request for Proposals

CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA 100 SOUTH CAPITOL AVENUE INDIANAPOLIS, INDIANA 46225

MTN Subscriber Agreement

DATED day of (1) THE BRITISH BROADCASTING CORPORATION

POST DATE: 01/22/19. BID 1407: Projectors and Equipment for Robertson County Schools. Sealed bids must be received by: 02/04/19 at 1:00 PM

NOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows:

Table of Contents. Section E: Inspection and Acceptance

CENTENNIAL SCHOOL DISTRICT 2015 GRADUATION BROADCAST AND VIDEO SERVICES QUOTE #Q15-005

ARTICLE 8. Directors' Credits Guild to Determine Controversy Over Credits

Request for Proposals Fiber Optic Network Backbone Upgrades

Elbert Theatre Rental Application

Contract Award. Sherry Draper

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

ALTERNATIVE BROADCAST INSPECTION PROGRAM

CLEAR CHANNEL BROADCASTING, INC. (COMPANY) WHP/WLYH (STATION) HARRISBURG, PA (MARKET)

Boise State University. Request for Quote RFQ CF Albertsons Library Binding Contract

Chesapeake Public Schools Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

REQUEST FOR QUOTE SOUND & LIGHTING for Volunteer Awards Banquet and July 3 rd Fireworks. PROPOSAL NUMBER: Q17-001PR ISSUE DATE: February 1, 2017

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

ELIGIBLE INTERMITTENT RESOURCES PROTOCOL

TELEVISION STATION'S BARTER MOVIES OFFER

Address Street City State Zip Code. Phone E- Mail. If non-hofstra student, please list your home law school

GLENNVILLE CITY AUDITORIUM 207 TILLMAN STREET GLENNVILLE, GEORGIA TELEPHONE NUMBER: (912)

City of Winter Springs, FL

TERMS AND CONDITIONS OF THE OFFER FROM. TRIBUNE TELEVISION COMPANY (COMPANY) WXIN/WTTV (STATION) Indianapolis, IN (DESIGNATED MARKET AREA)

प रध नमह ल ख क रक क र लर (ल ख पर क ष ) OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL(AUDIT) ANDHRAPRADESH, HYDERABAD

A. The Cable Operator shall provide Subscribers a toll-free or local telephone number for installation, service, and complaint calls.

Purchasing Department Finance Group INVITATION TO BID

REQUEST FOR QUOTATION 3992Q Supply and Installation of Sound Video and Control Equipment - OVAL

Contract for Services (self-employed)

LUVERNE PUBLIC ACCESS POLICIES AND PROCEDURES

PROJECT MANUAL SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO. PROJECT: : LED Lighting Retrofit Bundle #2

CHARLOTTE MECKLENBURG PUBLIC ACCESS CORPORATION

MCPS IPC Music Programme Terms and Conditions

REQUEST FOR PROPOSAL

AFGHAN NATIONAL ASSOCIATION FOR ADULT EDUCATION. Administration Department

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School

Based on our maintenance efforts, during the second quarter of 2018, Comcast s plant was 99.9% reliable.

BUFORD COMMUNITY CENTER, TOWN PARK & THEATRE THEATRE AND STAGE RENTAL AGREEMENT

The App That Pays Contest CONTEST RULES

HIGH COURT OF BOMBAY AT GOA

Electronic M.O.P Card. Instruction Manual Model D

TERMS AND CONDITIONS OF THE OFFER FORM. Lin Television Corporation (LICENSEE) for the Station(s) WANE-TV (STATION(S)) broadcasting in

STATE OF NEW JERSEY Board of Public Utilities Two Gateway Center Newark, NJ

LOW-BUDGET INDEPENDENT FEATURE FILM ASSISTANCE PROGRAM GUIDELINES FOR

NON-STANDARD TELEVISION (PAY-TV) AGREEMENT (February 1, 2002 January 31, 2005) Extended Indefinitely SUMMARY OF SCALES AND CONDITIONS

TERMS AND CONDITIONS OF THE OFFER FORM. Meredith Corporation (COMPANY) WSMV Nashville, TN (MARKET)

REQUEST FOR PROPOSAL RFP # AUDIOVISUAL TECHNOLOGY ENHANCEMENT FOR THE CITY COUNCIL CHAMBER. City of San Leandro. RFP Coordinator: Michael Hamer

2 Canton Street, Suite A-8 Stoughton, MA Summer Stock Registration Form

1. Click on the PRODUCTION INFORMATION tab and click on **Professional Project Registration Form**

The Jon Vickers Film Scoring Award 2017/2019 Entry Form and Agreement

for full-color pages PRESS-READY Order Form & Pricing

Piano and Instrumental

ADDENDUM NO. 1 FDVA-ITB B ITB TITLE: JENKINS AUDIO/VIDEO SECURITY SYSTEM ISSUE DATE: THURSDAY, JUNE 30, 2016

TELEVISION STATION'S BARTER MOVIES OFFER

AGREEMENT FOR THE RECORDING AND USE OF LIBRARY MUSIC BETWEEN THE MUSICIANS UNION OF CLAPHAM ROAD, LONDON, SW9 0JJ ( MU ) AND.

agreement TNC writers' The Writers Guild of Great Britain is a trade union registered at 134 Tooley Street, London SE1 2TU

X X X Ad in printed event guide Full Page ½ Page ¼ Page Option to purchase additional sponsorship items

City of Columbia Purchasing

47 USC 535. NB: This unofficial compilation of the U.S. Code is current as of Jan. 4, 2012 (see

SESAC LOCAL TELEVISION DIGITAL MULTIPLEX CHANNEL LICENSE AGREEMENT

Term Sheet Reflecting the Agreement of the ACCESS Committee Regarding In-Flight Entertainment November 21, 2016

2012 Product Theater the 2012 Fall Meeting Product Theater Half-hour slots are only available if the one-hour time slots are not reserved.

NATIONAL APPLICATION Candlelight Processional

Legally Responsible Party (Producer): SAMPLE

This Chapter does not apply to applications and decisions on, development on land reserved in corridor maps.

UTILITIES (220 ILCS 5/) Public Utilities Act.

Telephone, Cable TV, Radio Contract San Diego Convention Center

Your Sky Q Contracts SKYQUK 0917

TABLE OF CONTENT GUIDE FOR NEW MEMBERS. Page 1 Who We Are Membership Information

ARTICLE 23. OTHER USES OF TELEVISION PROGRAMS

Sacred Mysteries Distribution PO Box Boulder, CO or

BASIC CABLE TELEVISION AGREEMENT SUMMARY (March 4, 2003 March 3, 2006) (extended indefinitely)

INFORMATION TECHNOLOGY POLICY FOR THE RENTAL OF. The Township of Radnor Conference Rooms and Equipment

Request for Quotation

Date. James W. Davis, PhD James W. Davis Consultant Inc.

NATIONAL APPLICATION CANDLELIGHT PROCESSIONAL APPLICATION FOR YOUR PERFORMANCE OF A LIFETIME CANDLELIGHT PROCESSIONAL & MASSED CHOIR PROGRAM

Publishing & Marketing

OWNER'S MANUAL MYCRO SUB

- 1 - LICENSEE S INFORMATION: (Please complete all for processing) Licensee s Name: Licensee s Address: City, State, Zip Code:

TELEVISION STATION'S BARTER MOVIES OFFER

SUBJECT :- REVISED BID NOTICE FOR PROCUREMENT OF DIGITAL SURROUND SOUND PROCESSOR WITH SURROUND SOUND SYSTEM FOR 5.

SHOW-TIME REALD 3D MASTERS SPECS & CREATIVE DELIVERY INFORMATION

Delivery, installation, commissioning and warranty of multi-channel Programmable High Voltage Supply System

DocuSign Envelope ID: D1ADA4EE B71F-10F64687F4EB

TELEVISION STATION S BARTER MOVIES OFFER. NUMBER OF RUNS: One run guaranteed; second run optional MARKET: See Rider A

Facility Rental Information - Summer

The New BPI & MU Agreement

PRESS-READY. Order Form & Pricing

2010 PLATO S CLOSET TELL US YOUR STORY AUDITION OFFICIAL RULES

ARTICLE 10. Minimum Salaries and Working Conditions of Directors Employed on "Free TV Pictures" Network Prime Time Shows*

The Theatres and Cinematographs Act

ENGINEERING PROJECTS (INDIA) LTD (A Government of India Enterprises) Short Tender Notice

2 Canton Street, Suite A-8 Stoughton, MA theconservatoryschool.com

Transcription:

CITY OF HUTCHINSON BID FORM Page 1 of 3 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. 17-69 BID SUBMITTAL DEADLINE: 10:00 A.M.CST on NOVEMBER 29, 2016 PUBLIC BID OPENING TIME: 1:30 P.M. CST on NOVEMBER 29, 2016 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, MARGEB@HUTCHGOV.COM OR FAX (620)694-1971. RETURN PRIOR TO 10:00 A.M. CST on NOVEMBER 29, 2016. 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, Marjorie K. Bryant, Purchasing Manager, City of Hutchinson (620)694-1970 or (620)694-1900 ITEM NO QUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE ALL ITEMS SHALL BE BID ON THE ATTACHED BID FORM SHEET. PLEASE NOTE: PLEASE PROVIDE ALL BID PRICES ON THE ATTACHED BID FORMS IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS. 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, 2017 TO DECEMBER 31, 2017). 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. BRAND NAMES OF PRODUCTS HAVE BEEN INCLUDED TO CLARIFY PRODUCT, ALL ALTERNATIVES OR SUBSTITUTIONS MUST BE APPROVED BY THE CITY OF HUTCHINSON PRIOR TO ORDER (SAMPLES MAY BE REQUIRED TO OBTAIN APPROVAL). SUBSTITUTIONS IN BRAND NAME PRODUCTS SPECIFIED MAY BE BID IF CLEARLY MARKED ON THE BID SHEETS AND PRODUCT INFORMATION INDICATING EQUIVALENCE IS PROVIDED WITH BID, UNLESS NO SUBSTITUTE TO PRODUCT IS INDICATED. CITY OF HUTCHINSON WILL HAVE FINAL DETERMINATION IN ACCEPTABILITY OF ALL PRODUCTS. PLEASE COMPLETE THIS SHEET AND THE ATTACHED SHEET FOR COMPANY INFORMATION/NAME. 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 FOR ORDERS FAX NUMBER

CITY OF HUTCHINSON BID FORM 17-69 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. NAME OF BIDDING COMPANY: ITEM NO. UNIT Warehouse code DESCRIPTION All in Various Sizes (Small, Medium, Large and Extra Large) as needed. BID PER UNIT #1 Pair G9000 Condor #5AC74A Drivers Glove, Pigskin, unlined, Keystone Thumb, shirred wrist, Gunn cut. #2 Pair G9001 Condor #1VT46 Lined Divers Gloves, Pigskin, jersey lined, keystone thumb #3 Pair G9002 Condor 5AW69A Driver s Glove, Grain Cowhide, Red Jersey Lined, Shirred Wrist #4 Pair G9003 Wells Lamont 1100L Lined/Insulated Driver s Glove, Black or brown Grain Cowhide, G100 Thinsulated Lined #5 Pair G9004 Salisbury #89/4702 Winter Glove Liner Acrylic Fiber/Wool Blend Lined #6 Pair G9005 Condor #5AX05A PVC Dot Jersey Gloves 9 ounce Polycotton, PVC Dots on palm and forefinger, knit wrist #7 Pair G9006 Ironclad #CCG-05 Water Resistant Gloves Material Teflon Treated Gorilla Grip, Windproof Membrane, Duraclad 600 Reinforced on Fingers, Saddle and Thumb, Elastic with pull tab and glove loop cluff, full finger, seamless fingertips #8 Pair G9007 Condor #3BA57 Mechanics Gloves, Material Synthetic Suede Palm and fingertips, thumb wrapped with extra layer, stretch polyester back, adjustable hood and loop, washable #9 Pair G9008 Wells Lamont Y1925L Welding Glove, Material Select Split Cowhide Suede Leather, Foam Lining, 1 piece back, wing thumb, fully welted, Gunn cut, Extended Cuff #10 Pair G9009 100% Cotton, Brown Jersey Gloves, Knit Wrist #11 Pair G9010 Cloth Work Gloves 16 oz. Cotton, Knit Wrist (Style 635, Wells-Lamont, Handy Andy Chore Gloves or equal #12 Pair G9011 Gloves, flock-lined, latex, long cuff #13 Pair G9013 Latex Exam Disposable Gloves 100 pair/box #14 Pair G9014 Long Cuff Black Rubber Gloves - Must be 18 from end of cuff to index fingertip #15 Pair G9015 Honest Abe #108 Large Short Cuff Black Rubber Gloves with knit/elastic wrist cuff or approved equivalent #16 Box G9016 Microflex P-2 Safety Grip OR Mega Pro (L800 series), Latex Safety Exam Gloves, Powder-Free NO SUBSTITUTES (50 per box) #17 Pair G9017 100% Latex Free Short-sleeve Unlined Nitrile Glove, 11 mil thickness, length 13, non slip grip #18 Pair G9018 PVC Coated Blue Rubber Gloves #19 Pair G9019 Atlas, Fit 300, Rubber-latex coated palm Gloves with knit elastic cuff and cotton/polyester lining. #20 Box G9020 Disposable Nitrile Exam Gloves, Powder Free, 100% latex free, 100/Box Must be AmerCare 1400 Series or approved equal. #21 Pair G9021 Ansell Power Flex T Hi Viz Yellow Gloves #80-400, no sub.

CITY OF HUTCHINSON BID FORM 17-69 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. NAME OF BIDDING COMPANY: ITEM NO. UNIT Warehouse code DESCRIPTION All in Various Sizes (Small, Medium, Large and Extra Large) as needed. Must be brushed terry interior, flexible latex palm coating #22 Pair G9022 Double-Dipped PVC Gloves (Interlock Lined), cotton knit interlock lining, rough finish exterior, Must be 14 from end of cuff to index fingertip Radnor #64057808 or equal #23 Pair G9023 Atlas 772 with armband 26 Dipped Nitrile Showa Gloves #24 Pair G9024 West Chester Multi-Task Grip Glove #37120 Shell 100% Polyester; Coating 100% Nitrile or approved equivalent #25 Each 4787 4783 #26 Each 4785 4784 #27 Each 4786 4788 #28 Each 4787B 4783B #29 Each 4785B 4784B #30 Each 4786B 4788B compliant mesh, 2 3M Scotchlite/reflective trim, hook & loop closure, five pocket OK-1 #/SVLMH (Small Extra Large) compliant mesh, 2 3M Scotchlite/reflective trim, hook & loop closure, five pocket OK-1 #/SVLMH (2X 3X Large) compliant mesh, 2 3M Scotchlite/reflective trim, hook & loop closure, five pocket OK-1 #/SVLMH (4X 5X Large) compliant mesh, 2 3M Scotchlite/reflective trim, Zipper closure, five pocket Radwear- #/SV6G (Small Extra Large) compliant mesh, 2 3M Scotchlite/reflective trim, Zipper closure, five pocket Radwear #SV6G (2X 3X Large) compliant mesh, 2 3M Scotchlite/reflective trim, Zipper closure, five pocket Radwear #/SV6G (4X 5X Large) #31 Each 275AJ Neese Brand Rain Jacket - #275AJ - NO SUBSTITUTES Various Sizes #32 Each 275AC Neese Brand Rain Coat - #275AC - NO SUBSTITUTES Various Sizes BID PER UNIT #33 Each 275BT Neese Brand Rain Pants - #275BT - NO SUBSTITUTES (various sizes S-2XL) #34 Each 7032 Thermo-Guard Head Bands #35 Each 303WE1 Hard Hats White Traditional Style with bill #36 Each 303WE Hard hats White with ratchet, full brim #37 Each 6AL 794 Hard Hats Blue Traditional Style with bill #38 Each 7031 Hard hats Blue with ratchet, full brim #39 Each 6AL 79-5 Hard Hats Yellow Traditional Style with bill #40 Each 6AL 79-4 Hard hats Yellow with ratchet, full brim #41 Set 7384 Safety coverall, white paper, disposable, with zipper - various size

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.

MINIMUM SPECIFICATIONS 1. The City of Hutchinson is seeking Bids for certain material it wished to purchase ON AN AS NEEDED BASIS. NO QUANTITIES ARE GUARANTEED. 2. The vendor proposes to furnish the material called for in the specifications at the prices submitted within the attached form/list including all shipping and delivery charges on a per item price basis. NO ADDITIONAL FREIGHT MAY BE ADDED. No minimum orders will be acceptable. 3. The vendor shall carefully examined the specification and that he has fully investigated the conditions for furnishing materials in connection with this Bid request for Central Purchasing for the City of Hutchinson, Kansas and he further certifies that he is familiar with the type of work involved within the scope of the Bid. 4. It is understood that the quantities are on an as needed basis and that the supplier will be paid on the basis of his unit bid price only for the actual quantities delivered. Orders will be placed for as needed items by the City. ALL ORDERS SHALL BE DELIVERED WITHIN 10 DAYS OF PLACING THE ORDER. 5. The vendor is to provide bid prices will be expected to remain firm for the duration of the time period, January 1, 2017 to December 31, 2017. TERMS OF AGREEMENT AND CANCELLATION: An agreement will be entered with the successful bidder(s) for an original period of one (1) calendar year, beginning January 1, 2017. and ending December 31, 2017 and may be renewed thereafter for a period not to exceed December 31, 2017 with the agreement of both the City of Hutchinson and vendor. The fee for services shall remain firm for the entire contract period except through written petition to the Purchasing Manager of the City of Hutchinson stating reasoning for requesting the increase. This petition shall be reviewed and up to the discretion of the City for approval or disapproval. Should the petition be disapproved, termination of the contract may be initiated through the terms herein stated. This agreement may be terminated by the City upon seven (7) days written notice in the event of substantial failure by the Contractor to perform in accordance with the terms or for failing to provide reasonable service according to prevailing standards of the industry in the area of the State and/or if the Contractor failed to meet the provision of this agreement. Either party may terminate this agreement upon thirty (30) days written notice if the other party has not provided, in the option of the party, satisfactory compliance to the agreement, and only after written notice. Performance under this agreement is subject to strikes, lockouts, wars, acts of God and any condition beyond the Contractor s control 6. The vendor hereby declares that the only parties interested in this proposal are named herein, that this proposal is made without collusion with any other person, firm or corporation, that no member of the Commission, officer or agent of the City of Hutchinson, Kansas is directly or indirectly financially interested in this bid. 7. In submitting this bid it is understood that the right to reject any and all bids and to waiver any irregularities has been reserved by the City of Hutchinson and that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days from the scheduled closing time for receiving bids. It is further understood that the City also reserves the right to award bid(s) on a per item low bid or whole package low bid, whichever incurs the lowest cost to the City as described within the General Conditions of this Bid Document.

REQUEST FOR BID GENERAL CONDITIONS The City of Hutchinson is seeking Bids for items specified in the enclosed which it wished to purchase. 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 A PERIOD OF FORTY-FIVE DAYS FROM THE DATE QUOTES ARE OPENED. 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. Vendors shall provide firm prices less any federal excise tax. 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 BID. The City reserves the right to accept or reject any or all bids, and any part of 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 Bids. Bids must be properly submitted on the "Bid Form" (or appendixes which are a part of the form) supplied by the City. When called for, Bids must be itemized unit by unit in addition to a total net Bid. 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 items from a single or sole source vendor) whichever incurs the lowest coat 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 the material which the City deems to be acceptable for it's use. DELIVERY/DELIVERY DATES. Bids shall reflect delivery to the City of Hutchinson, Central Purchasing, 1500 South Plum, Hutchinson, Kansas within 10 days of order. Delivery of any and all items shall be made on a week day between the hours of 8:00 a.m. and 5:00 p.m. Order placement will be made on an as need basis in which the vendor will notified by the Purchasing Manager of quantity per item to be delivered. Items received by the City of Hutchinson shall meet specifications and/or deemed to be acceptable by the City. Items not meeting specifications an 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." 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 usability 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.