INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

Similar documents
TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

ITEM NO APPROX. DESCRIPTION UNIT PRICE EXTENDED PRICE

CITY OF HUTCHINSON BID FORM Page 1 of 2

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE

CITY OF HUTCHINSON SEALED BID FORM Page 1 of 3

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Proposal No:

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

RFP 16-97: Rice Park Splash Park Design and Construction Services. Submission Deadline February 9 th 2016

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

City of Merriam, Kansas

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

CONTRACT for PLUMBING REPAIR SERVICES

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

LONE TREE SCHOOL BELL SYSTEM

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

BID DOCUMENTS FOR. WTP VFD Replacement Bid

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS

INVITATION TO BID (ITB)

CONTRACT for Biometric Screenings

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

WINDOW WASHING

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS

CONTRACT For ADMINISTRATION OF GRANT FUNDING IN SUPPORT OF THE ARTS

INVITATION TO BID (ITB)

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

GROUNDS MAINTENANCE AGREEMENT

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

COUNTY OF PRINCE EDWARD, VIRGINIA

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

RFP GENERAL TERMS AND CONDITIONS

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

CITY OF TITUSVILLE, FLORIDA

CITY OF OVERLAND PARK Request for Bid Brocade MLXe Core Routers

LONE TREE SCHOOL FLOORING REPLACEMENT

KELTY TAPPY DESIGN, INC.

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

City of Bowie Private Property Exterior Home Repair Services

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

Request for Proposal Public Warning Siren System April 8, 2014

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

Knox County Government and Strategic Equipment and Supply

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

Glenwood/Bell Street Well Pump and Piping Construction

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Transcription:

INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid form must be used to submit your Bid for: AIRPORT HANGAR 1 DOOR REFURBISH PROJECT F.O.B. City Of Hutchinson, Hutchinson, Kansas Bids will be opened after 1:30 P.M., in Conference Room A Hutchinson Public Works Facility, 1500 South Plum, Hutchinson, Kansas. Specifications and Bid forms are available on the City of Hutchinson Website: www.hutchgov.com or if you are unable to access the bid on the website, they are also on file in the office of the City Purchasing Manager, 1500 South Plum, Hutchinson, Kansas and may be obtained at no charge either at the pre-bid conference or by notifying Central Purchasing at (620) 694-1970 following the pre-bid conference. A PRE-BID CONFERENCE will be held on Wednesday, January 20, 2016, at 3:00 p.m. Please meet at the conference room of Hutchinson Airport, 1100 North Airport Road, Hutchinson, Kansas. Visiting the site will be optional. The meeting is intended to review requirements and allow vendors the opportunity to visit the site and ask questions concern the job. This meeting is recommended, but not mandatory. Bids are to be made on the attached REQUEST FOR BID FORM, sealed in an envelope clearly marked with the BID NUMBER stated at the upper right portion of this sheet (to avoid premature opening of the Bid), and returned to the City Clerk, City of Hutchinson, 125 East Avenue B, P.O. Box 1567, Hutchinson, Kansas, 67504-1567. Failure to mark your Bid may cause your Bid to not be considered during official opening. The Request for Bids Form must be fully completed, including name, signature, title, and telephone number. 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 be returned unopened to the vendor. Dated at Hutchinson, Kansas this 6 th day of January, 2016. Marjorie K. Bryant, Purchasing Manager (620)694-1970 City Of Hutchinson 1500 South Plum, P.O. Box 1567 Hutchinson, KS 67504-1567

CITY OF HUTCHINSON SEALED BID FORM 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. 16-89 BID SUBMITTAL DEADLINE: 10:00 A.M. CST on FEBRUARY 2, 2016 PUBLIC BID OPENING TIME: 1:30 P.M. CST on FEBRUARY 2, 2016 INSTRUCTIONS: THIS FORM MUST BE PROPERLY FILLED OUT AND RETURNED BY MAIL OR IN PERSON TO : The City Of Hutchinson, City Clerk s Office in the Finance Department, 125 East Avenue B, P.O. Box 1567, Hutchinson, Kansas 67504-1567. RETURN PRIOR TO 10:00 A.M. CST on FEBRUARY 2, 2016. Bids are to be made on this SEALED BID FORM, sealed in an envelope clearly marked with the BID NUMBER stated at the upper left portion of this sheet (to avoid premature opening of the Bid), and returned to the City Clerk s Office (see above address). Failure to mark your Bid may cause your Bid to not be considered during official opening. Bids will be publicly opened and read at the above stated time in the Public Works Conference Room, 1500 South Plum, Hutchinson, Kansas. 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 be returned unopened to the vendor. Vendors wishing to remain on the vendor list should return this bid with a bid or a written request to remain on the vendor list. Questions may be directed to: Marjorie K. Bryant, Purchasing Manager, City of Hutchinson (620)694-1970 OR (620)694-1900 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. ITEM NO QTY. DESCRIPTION EXTENDED PRICE #1 1 Complete Job All materials, labor and equipment required to complete the Airport Hangar 1 Door Refurbish Project at the Hutchinson Municipal Airport, 1100 North Airport Road, Hutchinson, Kansas. All work shall conform to the attached specifications TOTAL BID IF ALL ITEMS LISTED ARE CONTRACTED FROM YOUR COMPANY AT ONE TIME, INCLUDING ALL DISCOUNTS: 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 ORDERING ADDRESS/CONTACT: BIDDER COMPANY NAME STREET ADDRESS CITY/STATE/ZIP TELEPHONE NUMBER TITLE REMITTANCE ADDRESS (IF DIFFERENT): REMITTANCE NAME REMITTANCE ADDRESS REMITTANCE CITY/STATE/ZIP FAX NUMBER

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 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). FINAL INSPECTION: Whenever the work provided and contemplated by the Contractor shall have been satisfactorily completed and final cleaning up performed, the Owner shall, within five days, unless otherwise provided, make final inspection. The decisions of the Owner on this inspection are final. Regardless of the partial acceptance by the Owner during the construction period of all services, material, and/or equipment; they are not accepted until after this inspection is made. METHOD OF PAYMENT. Payment will be made within 21 days of date of delivery and satisfactory performance to the City of Hutchinson and submission of Contractor's invoice. LICENSES/PERMIT/COMPLETION DATES. All work shall be completed by licensed contracts as required by City Ordinance. The contractor will be required to obtain any permits required prior to commencing work on site. (NO CHARGE PERMITS, MUST BE OBTAINED FROM THE CITY INSPECTION DEPARTMENT BY THE CONTRACTOR). All work shall comply with City of Hutchinson Building and License Code Regulations. All specifications are to be followed for installation, including required inspections for compliance. All Bids shall reflect completion by April 1, 2016, in accordance with specifications and in coordination with the Pieter Miller, Airport Manager, prior to commencement. CONTRACTOR'S INSURANCE: The Contractor shall not commence work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies shall contain a provision that coverages afforded under the policies will not be canceled or not renewed until at least thirty (30) days' prior written notice has been given to the Owner. Certificates of Insurance showing such coverages to be in force shall be filed with the Owner prior to commencement of the work. Any deductible under any policy of insurance required in this Article shall be Contractor s liability. Acceptance of certificates of insurance by the City shall not limit the contractor s liability under the Contract. The Contractor s obligations to obtain and maintain all required insurance are nondelegable duties under this contract. The City of Hutchinson does not represent or warrant that the types of limits of insurance adequately protect Contractor's interest or sufficiently covers Contractor s liability. Failure by contractor to maintain the insurance coverage plans specified herein shall be considered a material breach of this Agreement. The City of Hutchinson requires the following coverages: 1. Comprehensive or Commercial form General Liability Insurance a. The Contractor will provide proof of General Liability Insurance including: i) Premises, - Operations ii) Products / Completed Operations iii) Independent Contractors iv) Contractual Insurance v) Bodily Injury vi) vii) Broad Form Property Damage Explosion, Underground and Collapse Hazard, (if necessary by the nature of the work) b. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising out of any wrongful or negligent acts, errors and omissions of the Contractor, his officers or agents, employees, or subcontractors. c. To the extent that the Contractor s work, or work under this direction, may require blasting, explosive conditions, or underground operations, the coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings or damage to underground property.

d. Contractor under this Article shall provide coverage in amounts not less than $1,000,000.00 per occurrence combined single limit for bodily injury and property damage. 2. Comprehensive Automobile Liability Insurance a. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles and shall cover operations on or off the site of all motor vehicles licensed for highway use, whether they are owned, non-owned, or hired.. b. The liability limits shall not be less than $1,000,000.00. 3. Workers Compensation and Employer s Liability Insurance a. The Contractor agrees to maintain Workers Compensation Insurance & Employers Liability. b. In the event any work is sublet, the Contractor shall require the subcontractor similarly to provide the same coverage and shall himself acquire evidence of such coverages on behalf of the subcontractor. c. The Contractors shall maintain Workers Compensation Insurance as required by statute and Employer s Liability coverage limits of $500,000/$500,000/$500,000. d. This policy shall include an all states endorsement. e. The Worker s Compensation and Employer s Liability policies shall be endorsed to waive all rights or subrogation against the City of Hutchinson. 4. Professional liability (Errors and Omissions) Insurance a. The Contractor shall assume liability for the wrongful or negligent acts, errors and omissions of its officers, employees and subcontractors, and have adequate insurance to cover such negligent acts, errors and omissions with limits of $1,000,000.00 b. The amount may increase depending on the scope of services that will be provided (i.e., account, actuarial, architectural, auditing, brokerage, computer programming, consulting, counseling, engineering, environmental, landscape architectural, legal, medical, surveying, real estate, soils engineering, or other professional services). PROOF OF CARRIAGE OF INSURANCE: Prior to, or at the time of execution of the Contract, the Contractor shall file with the Owner, a "Certificate of Insurance" on the form provided in the Contract Documents and supplemented if desired by a "Certificate of Insurance" on a form supplied by the Insurer. The "Certificate" will be considered proof to show that the Contractor and his subcontractors, if any, carry adequate coverage fully to protect themselves against such claims which may arise from operations under this Contract, whether such operations be by the Contractor or any subcontractor or anyone directly or indirectly employed by either; said coverage to be in the form and minimum amounts herein above specified. Each "Certificate" shall contain a clause requiring the Insurer to notify the Owner at least thirty (30) days in advance of any cancellation or change in insurance contracts. All policies shall be subject to approval by the Owner as to Insurer and adequacy of protection. 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 or 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 unless circumstances warrant additional time as determined by the Assistant City Manager or the City Manager. 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. 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.

Wells Aircraft Hangar 1 Door Refurbish: Replace/refurbish all rolling hardware wheel assemblies as needed (16) Realign/straighten/replace upper door guides as needed Realign/replace floor tracks as needed Realign/square doors verifying and addressing sill clearance and hangar door framing. Replace exterior rubber seals with new 14 gauge header weathers seal stand-off with 1/8 EPDM to seal the header. Reattach/replace any removed insulation as part of addressing previously mentioned items. Provide maintenance recommendations and checklist for monthly, quarterly, or annual door maintenance items. Door dimensions: 12 7 (width) x 20 6 (height) 8 doors total. Contractor to have experience with similar hangar door projects Notes: Selected contractor to coordinate with Wells Aircraft for scheduling of repairs. Contractor will be required to participate in Contractors Driver Training Program as presented by airport management prior to operating inside perimeter fence.

Left: Inside Track Below: Rollers (two per door)