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

Similar documents
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

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

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

LEARNING CENTER WELCOME VIDEO

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

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

MAJOR EQUIPMENT PURCHASE CONTRACT

REQUEST FOR PROPOSALS

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

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

Robla School District

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

INDEPENDENT CONTRACTOR AGREEMENT

CHECK POINT FIREWALL

INVITATION TO BID CITY OF HOPKINSVILLE

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

Purchase Order Terms and Conditions Beloit College

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE

PURCHASE ORDER TERMS AND CONDITIONS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF BROOKHAVEN INVITATION TO BID NUMBER ARMORED CAR SERVICES

Town of Maiden. Request for Proposals For Sign Replacement Project

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Terms and Conditions v

Company Name Bid Title Bid Number Date and Time of opening

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

CONSULTANT AGREEMENT WITNESSETH. Recitals:

Center Unified School District

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

How To Build A Data Backup System In Town Of Trumbull

UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

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

PURCHASE ORDER TERMS AND CONDITIONS

TOWN OF TRUMBULL, CONNECTICUT REQUEST FOR QUOTATION (RFQ) VIRTUALIZED SERVER. BID NUMBER 5945 DUE: May 2, :00PM GENERAL INSTRUCTIONS TO BIDDERS

CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

CITY OF BONITA SPRINGS, FLORIDA RFP #

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

TERMS AND CONDITIONS HHC (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013

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

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

REQUEST FOR QUOTATION Quote # CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

REQUEST FOR QUOTATION

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

Department of Purchasing & Contract Compliance

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

How To Do Business With Omaha Public Schools

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

GENERAL SPECIFICATIONS AND PROPOSAL

QSP INFORMATION AT A GLANCE

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

Department of Purchasing & Contract Compliance

Property Management Agreement

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

CHAPTER 7 PUBLIC WORKS LAW

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

IEC Electronics Terms and Conditions

DUE DATE: August 23, :00 p.m.

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF **

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

Department of Purchasing & Contract Compliance

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

STETSON UNIVERSITY INDEPENDENT CONTRACTOR- ALCOHOL/BARTENDING SERVICES AGREEMENT. THIS AGREEMENT made and entered into this _ day of, by and between

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

SAMPLE SERVICES CONTRACT

Request for Quotation

STATE OF MONTANA INVITATION FOR BID (THIS IS NOT AN ORDER)

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

May 29, 2012 Solicitation of quotations


KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500

REQUEST FOR PROPOSAL Procurement of Landscaping Services

General purchasing terms and conditions

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

Transcription:

BID PACKAGE CITY OF BEVERLY HILLS COMMUNITY SERVICES DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 (310) 285-2537 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials, supplies, equipment or services set forth herein, subject to all conditions outlined in the Proposal Document, including: SECTION I: SECTION II: SECTION III: SECTION IV: REQUEST FOR BIDS GENERAL INFORMATION AND INSTRUCTION DETAIL SPECIFICATIONS BID FORM Sealed proposals will be received only at the Office of the City Clerk, 455 North Rexford Drive, Room 290, Beverly Hills, on or before 2:00 p.m. local time, on the dates hereinafter stated at which time they will be opened and publicly read for furnishing the materials, supplies, equipment or services or for supplying the materials, and/or providing labor for the repair, construction or improvement as the case may be, as indicated by the items hereunder listed and in accordance with the applicable specifications. SECTION I REQUEST FOR BIDS Date of Request: Friday, February 28, 2014 Bid Number: 14-24 Item Description: Bid Opening: Thomas Steele Picnic Tables Thursday, March 20, 2014 at 2:00pm All bids must be delivered by the specified opening time of the bid. Bids arriving after the specified date and time will not be accepted. Mailed bids, which are delivered after the specified date and time will not be considered regardless of postmarked time on the envelope. All bids must be in writing and must contain an original signature by an authorized officer of the firm - Electronic bids (telephone, FAX, etc.) are NOT acceptable. BID DEPOSIT - NONE REQUIRED WITH THIS BID PERFORMANCE BOND AND PAYMENT BOND - NONE REQUIRED WITH THIS BID. THE CITY RETAINS THE RIGHT TO REJECT ANY AND ALL BIDS WITHOUT CAUSE AND/OR ELECT NOT TO AWARD A BID. 1

CITY OF BEVERLY HILLS SECTION II - GENERAL INFORMATION AND INSTRUCTION 1. The bidder's proposal may be withdrawn at any time prior to the bid opening. No proposal may be withdrawn after the bid opening. Violation of this policy may cause forfeiture of the bid deposit and removal from qualified Bidder's List. 2. Bidders are advised to become familiar with all conditions, instructions and specifications governing this bid. Once the award has been made, a failure to have read all the conditions, instructions and specifications of this contract shall not be cause to alter the original contract or for bidder to request additional compensation. 3. Bidders agree to defend and save the City from and against all demands, claims, suits, costs, expenses, damages and adjustments based on any infringement of any patent relating to goods specified in this contract. 4. Successful bidder(s) shall not assign the contract, or subcontract the whole or any part of the contract without written consent of the City. Such consent shall neither relieve the bidder from his obligation nor change the terms of the contract. 5. The City shall have the right to inspect any material specified herein. Equipment, supplies or services that fail to comply with the specifications herein regarding design, material or workmanship are subject to rejection at the option of the City. Any materials rejected shall be removed from the premises of the City at the expense of the bidder. 6. Bidder shall state the nature and period of any warranty or guarantee. Manufacturer's specifications shall be submitted with the bid and shall be considered a part of this contract where such specifications meet the minimum of the City specifications. 7. Each bidder shall submit in full this completed original BID DOCUMENT and all necessary catalogues, descriptive literature, etc., needed to fully describe the materials or work he proposes to furnish. 8. Bidders shall state the delivery date for commodities in terms of calendar days after notification of award. Where the contract calls for performance of labor, the bidder shall also state the number of calendar days required for completion after notification of award. 9. Cash discounts shall be considered in the evaluation of the bids, except that payment periods of less than thirty (30) days will not be considered in award of this bid. Where cash discounts are offered, the discount date shall begin with the invoice date or delivery date to the City, whichever is later. 10. Upon the award of the bid to the successful bidder, if insurance is required by the terms of this bid, the City will require evidence of such coverage be furnished within fourteen (14) days of notification of bid award. 2

11. The Bidder agrees to indemnify, defend and hold harmless the City, City Council and each member thereof, and every officer, and employee of the City, from any claim, liability or financial loss including, without limitation, attorneys fees and costs, arising in any manner whatsoever from any intentional, reckless, negligent, or otherwise wrongful acts, errors or omissions of Bidder, or any person employed by Bidder, including agents and independent bidders, in the performance of this agreement. 12. Every supplier of materials and services and all bidders doing business with the City shall be an "Equal Opportunity Employer" as defined by Section 2000 (E) of Chapter 21, Title 42 of the United States Code Annotated and Federal Executive Orders #11375, and as such shall not discriminate against any other person by reason of race, creed, color, religion, age, sex or physical or mental handicaps with respect to the hiring, application for employment, tenure, terms or conditions or employment of any person. 13. Prices quoted herein must be firm for a period of not less than ninety (90) days after date of bid opening. 14. Bids calling for other than a "lump sum" total bid may be awarded by single item, by groups of items, or as a whole, as the City deems to be in the best interest of the City. 15. The City will be the sole and exclusive judge of quality, compliance with bid specifications or any other matter pertaining to this bid. The City reserves the exclusive right to award this bid in any manner it deems to be in the best interest of the City. 16. Quantities specified in Section III are approximate only, the City reserves the right, within the period for delivery to increase or decrease the quantity ordered and upon mutual agreement after the period specified for delivery, order additional quantities of items bid. 17. "Bidder shall cooperate with the City in all matters relating to taxation and the collection of taxes. It is the policy of the City to self-accrue use tax associated with its own purchases. The City requests that its bidders self-accrue their use tax, when applicable, and report the use tax to the State Board of Equalization with a City-assigned permit number. The City's own use tax which is self-accrued by the City will be remitted to the State of California pursuant to the City's permit with the State Board of Equalization." 3

18. For any questions regarding this bid, please contact: Ken Pfalzgraf, via e-mail at: kpfalzgraf@beverlyhills.org and David Garrard, via email at: dgarrard@beverlyhills.org 19. Bidders must submit one (1) original bid and one (1) copy to the City of Beverly Hills. SECTION III DETAILED SPECIFICATIONS IN EVENT OF CONFLICT, THE FOLLOWING SPECIFICATIONS SHALL PREVAIL OVER GENERAL INSTRUCTIONS CONTAINED ELSEWHERE IN THIS BID. This request for bid is for equipment which is necessary to standardize the picnic table inventory for a City of Beverly Hills park by replacing the aging picnic table inventory. Picnic Tables must match the exact specification for the specific product or City approved equivalent. One or more purchase orders will be issued to one or more bidders for the provision of the items specified herein. 1. Thomas Steele picnic tables: a. Eighteen (18) Thomas Steele model CRTP 8S-P Carnival eight (8) foot picnic table and seats - powder coated E-Steele black b. Four (4) Thomas Steele model CRTP 8HCS-P Carnival eight (8) foot picnic table and six (6) foot seats ADA-seats-powder coated E-steele black c. Shipping costs. d. Taxes @ 9%. Each bidder must provide separate pricing for each item identified above on the Pricing Sheet provided as Attachment A to the Bid Form. If the bidder chooses not to bid on any one ore more line items, bidder must indicate NO BID for those line items. Vendors proposing equivalent products shall submit documentation to show that the proposed equivalent product meets the following criteria: Negligible difference in product appearance and physical attributes Identical product features/function Longevity of product production/warranty/regional availability of replacement parts Notable savings in cost per unit Proposals for equivalent products which do not include said documentation shall be rejected. Each bidder shall submit in full, two (2) copies of this completed original BID DOCUMENT and all necessary catalogues, descriptive literature, etc., needed to fully describe the materials or work proposed to be furnished. 4

SECTION IV - BID FORM (Must be completed by Bidder) The undersigned proposes to furnish all materials, supplies, equipment or services set forth herein subject to all conditions outlined in the Bid Document, including the general instructions and information to bidders, at prices indicated below: Bid Proposal: $ Payment Terms Warranty Exceptions or Deviations attached YES NO Delivery Telephone Person submitting bid (Number of Days) Company Name Print Name Address Title Signature F.O.B. All prices of the bid shall be F.O.B. destination Beverly Hills, California; and delivery to any point within Beverly Hills shall be without additional charge. TAX All bid proposals shall be inclusive of tax at the rate of 9% when applicable. ACCEPTANCE OF PROPOSAL The City reserves the right to accept or reject any and all bids and reserves the right to waive technicalities where such action best serves the interests of the City. The manufacturer of the proposed materials or equipment may be required to acknowledge by written conformation that the minimum requirements of the specifications are included in the Bidder's proposal before the award of the bid. EXCEPTIONS Any bidder's exceptions to these terms or conditions or deviations from the written specifications shall be shown in writing and attached to bid form. However, such exceptions or deviations may result in bid rejection. 5

AFTER THE ACCEPTANCE AND AWARD OF THE BID BY THE CITY COUNCIL UPON RECEIPT OF A WRITTEN PURCHASE ORDER EXECUTED BY A PROPER OFFICER OF THE CITY, THIS DOCUMENT WILL CONSTITUTE THE LEGAL CONTRACT BETWEEN THE CITY AND THE SUCCESSFUL BIDDER. If your response is "NO BID", please explain below: COMPANY NAME: ADDRESS: CITY, STATE, ZIP CODE: TELEPHONE NUMBER: BY: Print Name Title Signature Date PLEASE RETURN TO: ATTN: (Thomas Steele Picnic Tables) City of Beverly Hills OFFICE OF THE CITY CLERK, ROOM 290 455 NORTH REXFORD DRIVE BEVERLY HILLS, CA 90210 6

ATTACHMENT A TO BID FORM PRICING SHEET (Please refer: SECTION III DETAILED SPECIFICATIONS ) Thomas Steele ITEM PART # DESCRIPTION QTY LIST EXTENDED SALES TAX @ 9% HARDWARE 1. CRTP 8S-P Thomas Steele model CRTP 8S-P Carnival eight (8) foot picnic table and seats - powder coated E-Steele black 2. CRTP 8HCS-P Thomas Steele model CRTP 8HCS-P Carnival eight (8) foot picnic table and six (6) foot seats ADA-seats-powder coated E-steele black 18 4 SHIPPING 3. N/A Shipping N/A Or Proposed City Approved Equivalent ITEM PART # DESCRIPTION QTY LIST EXTENDED SALES TAX @ 9% HARDWARE 1. 18 2. 4 SHIPPING 3. N/A Shipping N/A Revised 02/19/09 T-shortbid 7