Invitation for Bid. Purchase of Live Floor Trailer

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

Invitation for Bid. Contract for Fleet Fueling Services

Invitation for Bid. Contract for Fleet Fueling Services

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Request for Quotation

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

ALL TERRAIN SLOPE MOWER

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

PURCHASING DEPARTMENT

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

Request for Bid #1667 (RFB) CONCRETE SERVICES

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

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

No late bids will be considered.

REQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

CITY OF TITUSVILLE, FLORIDA

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

PURCHASING DEPARTMENT

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

REQUEST FOR SEALED BID PROPOSAL

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

REQUEST FOR QUOTATION

NOTICE TO BIDDERS BID # ALL AMERICA 10K & FUN RUN MEDALS

PURCHASING DEPARTMENT

Scofield Ridge Homeowners Association

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

REQUEST FOR QUOTATION

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

REQUEST FOR SEALED BID PROPOSAL

Appomattox River Water Authority

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

PURCHASING DEPARTMENT

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

CITY OF GAINESVILLE INVITATION TO BID

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

NEAPA Northeast Alabama Purchasing Association

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Request for Quotation

City of Portsmouth Portsmouth, New Hampshire Police Department INVITATION TO BID

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

INVITATION FOR BID 2019 Ford F-150 XLT Crew Cab Truck Purchases

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

Invitation To Bid. for

GENERAL CLAUSES AND CONDITIONS

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

REQUEST FOR SEALED BID PROPOSAL

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

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

REQUEST FOR SEALED BID PROPOSAL

Cumberland County Schools

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

CITY OF HUTCHINSON BID FORM Page 1 of 2

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

REQUEST FOR QUOTATIONS

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

ADVERTISEMENT FOR BID

( X ) INVITATION FOR BID VENDOR: BID OPENING:

INSTRUCTIONS TO BIDDERS

TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS

**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

NUTANIX 1450 SERVER AND SUPPORT

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

REQUEST FOR SEALED BID PROPOSAL

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Invitation to Bid BOE. Diesel Exhaust Fluid

INSTRUCTIONS TO BIDDERS

Bid#67-17 INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Request for Proposal Body Repair and Painting Services for ISD Vehicles

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

City of New Rochelle New York

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Transcription:

CITY OF BRENHAM, TEXAS Invitation for Bid Purchase of Live Floor Trailer IFB Number: 18-005 (REBID) Response Deadline: 3:00 P.M. (CST), Friday, February 9, 2018 Responses will be opened on this date and time in Room 2A of City Hall and bids announced for public record. Submit to: This is a FORMAL solicitation and must be submitted to: City Secretary s Office 200 W. Vulcan St., Suite 206 Brenham, Texas 77833 Or PO Box 1059 Brenham, Texas 77834-1059 Responses may be presented in person, by mail or delivery service. Responses will NOT be accepted by email or fax. Mailed responses must be addressed to the Post Office Box. First Publication: January 24, 2018 Second Publication: January 31, 2018 [1]

GENERAL BID INFORMATION 1. INTENT The requests bids to furnish a 53 Live Floor Trailer as further described herein. 2. BID DUE DATE Bids are due no later than 3:00 P.M. (CST), Friday, February 9, 2018 to: Physical Address: Mailing Address: City Secretary s Office City Secretary s Office 200 W. Vulcan, Suite 206 PO Box 1059 Brenham, TX 77833 Brenham, TX 77834-1059 Phone No.: 979-337-7247 Late bids will not be opened and will be returned to the bidder upon written request. Bids must be sealed. To ensure proper recognition upon arrival, list the Bid Number, Bid Name and the Bid Opening Date on the outside of the package. 3. FORM Bids must be submitted on this form only. Bidders are required to submit one (1) original and one (1) copy. All bids submitted must be itemized with prices extended when practical. Bidder must return the entire original bid document with bid or proposal. 4. ACCEPTANCE The reserves the right to accept or reject any or all bids, to waive informalities, and to accept the offer considered most advantageous in order to obtain the best value for the City. Causes for rejection of a bid may include but are not limited to the bidder s current violation of any City ordinance, the bidder s current inability to satisfactorily perform the work or service, or the bidder s previous failure to timely perform its obligations under a contract with the City. Bidders may be disqualified and rejection of bids may be recommended for any of, but not limited to, the following causes: 1) Failure to use the bid form furnished by the Owner; 2) Lack of signature by an authorized representative on the bid form; 3) Failure to properly complete the proposal; 4) Evidence of collusion among bidders; 5) Omission of uncertified personal or company check as a bid guarantee (if bid bond required); or 6) Unauthorized alteration of bid form. Owner reserves the right to waive any minor informality or irregularity. [2]

5. AWARD The bid may be awarded either to the lowest responsible bidder(s) or to the bidder(s) offering goods or services at the best value for the City. The bid award may be based on, but not necessarily limited to, the following factors: a. the purchase price, including payment discount terms; b. the reputation of the bidder and of the bidder s goods or services; c. the quality of the bidder s goods or services; d. the extent to which the goods or services meet the City s needs; e. the bidder s past relationship with the City; f. the impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; g. the total long-term cost of the City to acquire the bidder s goods or services; and h. any relevant criteria specifically listed in this request for bid. The Contractor agrees to indemnify and hold harmless the and its officers, agents, and employees from any and all claims, causes of action, and damages of every kind, for injury to or death of any person and damages to property arising out of or in connection with the work done by the Contractor under this Contract, and including acts or omissions of the, its officers, agents or employees in connection with said Contract. 8. ADDENDA NO PERSON has the authority to verbally alter these specifications. Any changes to specifications will be made in the form of an Addendum which will be made available online at www.cityofbrenham.org/finance/purchasing. It shall be the responsibility of interested bidders to check the website for addenda up to the bid submission deadline. 9. CONTACT If any other information is needed concerning these specifications, please contact the following: Sara Parker, C.P.M., Purchasing Supervisor 200 W. Vulcan St. Brenham, TX 77833 PO Box 1059 Brenham, Texas 77834-1059 sparker@cityofbrenham.org Phone: 979-337-7247 [3]

INSTRUCTIONS FOR BIDDERS 1. ALTERNATES The following specifications are intended as minimum requirements for products to be bid and not to restrict bids to any brand, manufacturer or model so long as product bid satisfies requirements. Alternate items or variations from specifications must be marked as such on the bid form and additional information attached as needed to fully describe the item bid and variations from specification. The City will be the sole and final judge on whether an alternate item or variation from specification is acceptable. 2. NEW MODELS Trailer shall be new, manufacturer s latest year make and model in current production at the time of delivery, as offered to commercial trade and shall be furnished complete with all factoryinstalled standard equipment and accessories listed in the manufacturer s latest literature for the respective unit and any additional optional equipment as may be defined in the detailed specifications. 3. MAKES, MODELS AND LITERATURE Manufacturer s name, trade names, name of models, etc. may be listed in these specifications for the sole purpose of describing items that are considered as being reasonably satisfactory for the intended uses. Literature should be provided with the bid submittal. To evaluate the bids, the user department and the purchasing staff may require product literature/specification sheets. 4. LICENSES AND PERMITS Supplier shall be responsible for securing any and all inspections required by law, including State Inspection stickers. Any fee charged for these inspections shall be the responsibility of the Supplier and not the City. At the time of delivery to the City, Supplier is required to provide temporary paper license tags/plates for motor vehicles or other equipment required by the State of Texas to be registered for operation on public highways. The act of submitting a bid is regarded as doing business, as the entity is soliciting a sale. Accordingly, each bidder must be a licensed franchise dealer at the time the bid is submitted. [4]

5. CERTIFICATES, WARRANTIES AND INVOICE Signed Manufacturer s Certificate of Origin and the Application for Texas Title shall be made out to, P. O. Box 1059, Brenham, TX 77834-1059 and delivered to Purchasing Services, 200 W. Vulcan, Brenham, TX 77833 at the time of delivery of the vehicle. 6. DOCUMENTATION AT TIME OF DELIVERY Supplier shall provide the following documentation per purchase order upon delivery: Copy of purchase order and invoice(s). Signed Manufacturer s Certificate of Origin and Application for Texas Title (Shall be made out to, P. O. Box 1059, Brenham, TX 77834-1059 and delivered to Purchasing Services, 200 W. Vulcan, Brenham, TX 77833 at the time of delivery of the vehicle/equipment as applicable to the specific vehicle or equipment. Temporary paper license tags/plates paperwork, if applicable for equipment being delivered. Warranty policy(ies) and/or certifications as may be required in the specifications. Parts, service, operator and maintenance manual(s) as may be required in the specifications. Key number(s) must be on invoice(s). Line tickets/sheets from the manufacturer of the vehicle shall be provided for each vehicle and delivered along with other City-required documents and manuals. Each line sheet/line ticket shall list all components that make up the vehicle chassis and shall include the make, model, and serial number of each component. In addition, line sheets/line tickets shall be provided for all mounted bodies specified for cabs & chassis, and shall include but not be limited to manufacturer, serial number, size, and tare weight. All mounted equipment and components shall be listed by the manufacturer, serial number, weight restrictions (lifts, booms, hydraulic arms etc.) and all other relevant data that identifies the component. IMPORTANT NOTE: IF THE ABOVE REQUIRED DOCUMENTATION IS NOT PROVIDED AT DELIVERY, THE CITY OF BRENHAM WILL NOT ACCEPT THE UNIT(S). 7. TECHNICAL SPECIFICATIONS Detailed specifications as to required features and options are provided on the Bid Form. Bidder shall indicate, for each item listed, whether the equipment bid meets specifications. If bid does NOT meet specification, bidder must provide detail as to the alternate being bid. Any additional features or options must also be listed. Additional pages may be added to Bid Form if needed to provide sufficient information. [5]

BID FORM IFB No: 18-005 (REBID) Bid Opening: 3:00 P.M. (CST), Friday, February 9, 2018 Bid Title: Submit to: Purchase of Live Floor Trailer Purchasing Services 200 W. Vulcan St. Brenham, TX 77833 PO Box 1059 Brenham, Texas 77834-1059 Bid Documents: Bids must be submitted on this form only. Bidders are required to submit one (1) original and one (1) copy. All bids submitted must be itemized with prices extended when practical. Bidder must return the entire original bid document with bid or proposal. Bid MUST be signed by an authorized representative of bidder. Original signature required. Name of Bidder: (please print) Authorized Signature: Address: Phone No: Alt. Phone No: Email: [6]

Bid Form, Page 2 Bid No. 18-005 (REBID) Live Floor Trailer, as specified: Manufacturer: Year: State Model: Aerolite S-102 Live Floor (or equal) Warranty: AS=As Specified or State Change Body Type: Alum Body Length: 53 (137 cu. yds.) Frame Length: 6 Alum. Z Rail Side Height: 102 Side Gauge:.175 Solid Weld Nose Height: To Fit Nose Gauge:.250 Tailgate Height: 102 Tailgate Gauge:.160 Solid Weld Tailgate Slope: 0 Degrees Tailgate Control: Air Tailgate Hinge: Barn door Safety Latches: One Standard Name of Bidder: [7]

Bid Form, Page 3 Bid No. 18-005 (REBID) State Change AS=As Specified or Cross Member 5 Alum. I Beams Center on 12 Centers Landing Gear: 2 Speed King Pin Setting: 36 Suspension: Reyco 21B-15/3L Chassis Length: Tandem Axles: 25K-102 Drums: Outboard HP. Hubs: 10 Stud HP ABS: 4S-2M Wheel Type: Mach. Alum Wheel Size: 8.25 x 22.5 Tire Make: Radials Tire Size: 11R/22.5 Tarp Hooks: On Gate Tarp: Manual Roll Tarp Tarp Color: Mesh. Steel Parts Color: Black Body Color: Alum. Outboard Lights: In Gate Marker Lights: 3 per Side Side Turn Signal Include Steps Include [8]

Name of Bidder: Bid Form, Page 3 Bid No. 18-005 (REBID) Trailer shall include: Tarp to include Alum. Rear Cap and open to passenger s side; include 3 Steel HD Bows Outboard Lights: 2SST + 3C in Tailgate; No lights in Rear Bumper Floor: Keith ½-3/16 with 2295 / 2296 Slats #1914 3.5 Slats Double Ridge Mesh Window in Nose 12 H x 112 W and Bottom 35 Up Offset Window Drivers Side with Edge on Center Line Include two coats of primer and paint AS=As Specified or State Change 36 King Pin, 3/8 Thick 102R, K-103N 2 ea. Tow Hooks on Subframe Tire Carrier: Include Spare Tire and Machine Alum. Wheel Build Curved sides per K-213F, K-213H/Std. 8 Nose Cat Walk on front of Trailer. Measures 36 wide x 20 deep; include a safety rail waist high and a toe plate rail. Make upper frame corners with rounded edges to prevent tearing of tarp. [9]

Name of Bidder: Bid Form, Page 4 Bid No. 18-005 (REBID) 53 Live Floor Trailer per specifications: Bid Price $ Delivery Charge FOB Brenham Days for delivery after Receipt of Order Name of Bidder: [10]

Terms and Conditions of Invitation for Bids Instructions The following instructions apply to all bids and become a part of terms and conditions of any bid submitted to the Purchasing Department, unless otherwise specified elsewhere in this bid request. Form Bids must be submitted on this form only. Bidders are required to submit one (1) original and one (1) copy. All bids submitted must be itemized with prices extended when practical. BIDDER MUST RETURN THE ENTIRE ORIGINAL BID DOCUMENT WITH BID OR PROPOSAL. Bid Return Bid must be sealed, and to ensure proper recognition upon its arrival, list the Bid Number, Bid Description and the Bid Opening Date on the outside of your envelope. Late Bids Bids must be received by the Purchasing Department prior to the time indicated on this form. Late bids will not be opened and will be returned to the bidder upon written request. Acceptance The reserves the right to accept or reject any or all bids, to waive any informalities and technicalities, to accept the offer considered most advantageous in order to obtain the best value for the City. Causes for rejection of a bid may include but not limited to the bidder s current violation of any City ordinance, the bidder s current inability to satisfactorily perform the work or service, or the bidder s previous failure and timely perform its obligation under a contract with the City. Bidders may be disqualified and rejection of proposals may be recommended for any (but not limited to) the following causes: 1) Failure to use the proposal form furnished by the Owner; 2) Lack of signature by an authorized representative on the proposal form; 3) Failure to properly complete the proposal; 4) Evidence of collusion among proposers; 5) Omission of uncertified personal or company check as a proposal guarantee (if Bid Bond required); or 6) Unauthorized alteration of bid form. Owner reserves the right to waive any minor informality or irregularity. All bidders are hereby notified that the shall consider all factors it believes to be relevant in selecting the offer that provides the best value for the City including, but not limited to the purchase price, the proximity of the bidder as it relates to his ability to perform the contract for the, the delivery date, the reputation of the bidder and the bidder s goods or services, the quality of the bidder s goods or services, the extent to which the goods or services meet the City s needs, the impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized business and non-profit organizations employing persons with disabilities, the total long-term cost of the City to acquire the bidder s goods or services, the bidder s past performance under contracts with the City of Brenham, the bidder s compliance with City ordinances, and any relevant criteria specifically listed in this request for bid. The, Texas is committed to obtaining its goods, products and services at the lowest price possible which benefits all the citizens of Brenham. Therefore, in order to accomplish this objective/goal, it is not the intention of the City neither to exclude particular vendors or manufacturers nor to create restrictive situations in its request for bids and proposals. Any manufacture s name, trade names, brand names, catalog numbers, technical data, etc. used in the specifications are there for the sole purpose of establishing and describing general performance, quality levels, type and dimensions and such references are not intended to be restrictive. Alternate bids on similar or comparable products and/or services of any manufacturer or vendor equal to the products and/or services described in the specifications are invited and will be given careful consideration provided the alternate will accomplish the same task. The City of Brenham shall be the sole judge on whether the alternate product and/or service is similar to, equal to and in compliance with that specified. The decision of the City shall be final. Award of Contract The contract may be awarded either to the lowest responsible bidder(s) or to the bidder(s) offering goods or services at the best value for the City. The bid award may be based on, but not necessarily limited to, the following factors: i. the purchase price, including payment discount terms; j. the reputation of the bidder and of the bidder s goods or services; k. the quality of the bidder s goods or services; l. the extent to which the goods or services meet the City s needs; m. the bidder s past relationship with the City; n. the impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; o. the total long-term cost of the City to acquire the bidder s goods or services; and [11]

p. any relevant criteria specifically listed in this request for bid. The City prefers to award the entire contract to a single Contractor; although, the City reserves the right to award a primary contract and a secondary contract in an effort to secure a back-up contractor to be used in emergency situations in the event the primary contractor is unable to respond as needed. Reimbursements There is no expressed or implied obligation for the City of Brenham to reimburse responding firms for any expenses incurred in preparing bids in response to this Request for Bids and the will not reimburse responding firms for these expenses, nor will the pay any subsequent costs associated with the provision of any additional information or presentation, or to procure a contract for these services. Minority Owned Businesses Minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race color, creed, sex, or national origin in consideration for an award. Error-Quantity Bids must be submitted on units of quantity specified. In the event if errors in extended process, the unit price shall govern. Any suggested quantity to secure better prices is welcomed. When discrepancies occur between words and figures, the words shall govern. Quantities Quantities indicated in the Bid are estimated based upon the best available information. The City reserves the right to increase or decrease the quantities by any amount deemed necessary to meet its needs without any adjustments in the unit bid prices. Variations Any variation (deviation) from these specifications must be indicated on a separate form and be made part of the bid. F.O.B. Damage Bids will not be considered unless bid F.O.B. delivered to Brenham, Texas. If shipping costs are not included in the unit bid price, bidder must give exact delivery cost, which is to be prepaid or added to the invoice. The assumes no liability of goods delivered in a damaged or unacceptable condition. Firm Prices Bidders must hold bid prices firm for 90 days after the bid opening date to allow the City sufficient time to award a contract. Once a Contract is awarded, the successful bidder must hold bid prices firm for the duration of the Contract. Sealed competitive bids may not be negotiated, amended or changed after the bid opening date. Cooperative Agreements Successful bidder agrees to extend prices and terms to all governmental entities that have entered into, or will enter into, joint purchasing interlocal cooperation agreements with the. Authorized Signature Bids must show full firm name and mailing address of bidder and be manually signed by an authorized representative of the bidder. Firm name and authorized signature should appear on each page of bid where spaces are provided. Submission of a signed bid will be interpreted to mean that bidder has hereby agreed to all terms and conditions set forth in all of the sheets which make up this invitation. Withdrawal-Alteration Of Bids Bids cannot be altered after receiving time or opening time. No bid may be withdrawn after opening time without acceptable reason in writing and with the approval of the City Council. Lump Sum Bids Lump sum bids will be considered only if unit prices are quoted also. However, the totals of such quoted unit prices and the lump sum bids will not be considered if the price quoted also involves prices of commodities requested on an entirely separate bid request. All-Or-None Bids All-or-none bids will be considered only if bidder quoted prices on all items requested. If a bidder desires the City to consider an all-or-none bid, it must be stated in the bid document. All-or-none bids will not be considered if prices quoted involved prices of items and services requested on an entirely separate bid request. Payment of Invoices Invoices must be submitted by the successful bidder to the, Finance Department, P.O. Box 1059, Brenham, Texas 77835-1059. All invoices to be paid in full within thirty (30) days after satisfactory delivery and billing, whichever is the latter. The City will not be liable for payment of invoices received more than sixty (60) days after delivery of order, or completion of service. Cash Discounts Bidders may quote additional cash discount terms. If no discount is shown, prices are to be assumed net. Discount period to be started from the date of completion of entire order or date of receipt of invoice, whichever occurs last regardless of date of invoice. Taxes The is exempt from Federal Excise, State Sales and Transportation Taxes. TAX MUST [12]

NOT BE INCLUDED IN BID. The City upon request will execute Tax Exemption Certificates. The City of Brenham is statutorily exempt from State and Local Sales tax and a permit number is not required. Delivery Bids must show the number of consecutive calendar days required to deliver the materials, services or equipment under normal conditions. Failure to specify delivery time will be considered reason enough to cause the bid to be disregarded. Delivery time quoted will be given consideration in awarding orders. If delivery is not made within ten (10) days after number of days specified on bid, entire order may be canceled and bidder s name removed from mailing list. All deliveries are to be made to the Central Warehouse located at 315 West Second Street, unless otherwise specified in the Bid Request or Purchase Order. Deliveries will be accepted only during normal working hours on normal working days. Unless otherwise indicated, items received must be new and in first-class condition. Types of materials normally packaged for protection and convenience in storage shall be in the proper containers. Liability The successful bidder shall be liable for all damages incurred while in the performance of services pursuant to this request. Material Safety Data Sheets MSDS s must be provided prior to or with receipt of order, and when revised. Containers must be properly labeled and identified in accordance with the OSHA Hazard Communications Standard. Improperly labeled containers will result in refusal of the shipment and possible change in vendors. Patents, Franchises, etc. The successful bidder agrees to protect the City from any claim involving patent right infringements, copyrights or sales franchises. No Bids If bidder is unable to quote, the bid form should be returned to the purchasing agent before opening time, and reason given for not bidding if bidder desires to bid on future purchases. Addenda In the event if a needed change in the published documents, it is understood that all the foregoing terms and conditions and all performance requirements will apply to any published addendum. All published addenda shall be signed and included with your response package as acknowledgement of the addendum. Bidders are responsible for obtaining all published addenda from the Purchasing office. The City assumes no responsibility for the Bidders failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. The City s decision to accept or reject any particular bid due to a failure to acknowledge and submit addenda shall be final. Fiscal Funding The, Texas operates and is funded on a fiscal year basis; accordingly, the City reserves the right to determine, without liability, any contract for which funding is not available. Renewal of contract will be in accordance with Local Government Code 271.903 concerning non-appropriation of funds for multi-year contracts. The City reserves the right to rescind the contract at the end of each fiscal year if is determined that there are insufficient funds to extend the contract. The fiscal year for the City extends from October 1 st of each calendar year to September 30 th of the following calendar year. Court Jurisdiction The and the successful Vendor will agree that the contract awarded from this Request for Bid shall be governed by the laws of the State of Texas. The parties agree that performance and all matters related thereto shall be in Washington County, Texas and venue for any lawsuit, claim or dispute arising out of the contract shall be in Washington County, Texas. Further, neither party will seek to remove such litigation to the federal court system by application of conflicts of laws or any other removal process to any Federal Court or court not in Texas. [13]