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

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

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

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

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

BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

P R O P O S A L F O R M

CITY OF HUTCHINSON SEALED BID FORM Page 1 of 3

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

City of New Rochelle New York

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

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

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

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

PURCHASING DEPARTMENT

ADVERTISEMENT FOR BID

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

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

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CITY OF GAINESVILLE INVITATION TO BID

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

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

NOTICE TO BIDDERS BID #FY150019

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

PURCHASE ORDER ACKNOWLEDGEMENT

Workforce Management Consulting Services

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

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

Watershed Educational Campaign Project

PURCHASING DEPARTMENT

RFP GENERAL TERMS AND CONDITIONS

PURCHASING DEPARTMENT

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

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

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

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

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

Knox County Government and Strategic Equipment and Supply

Request for Bid #1667 (RFB) CONCRETE SERVICES

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

MPS TERMS AND CONDITIONS FOR BIDS

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

INVITATION TO BID (ITB)

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CITY OF SANTA CRUZ TERMS AND CONDITIONS OF PURCHASE

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

BID DOCUMENTS FOR. WTP VFD Replacement Bid

ALL TERRAIN SLOPE MOWER

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

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

Request for Qualifications

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

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

REQUEST FOR SEALED BID PROPOSAL

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

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

REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES

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

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

COUNTY OF OSWEGO PURCHASING DEPARTMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Quotation

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC.

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

Invitation to Bid BOE. Diesel Exhaust Fluid

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

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

INSTRUCTIONS FOR AGREEMENTS WITH AN INDEPENDENT CONTRACTOR (IC)

INVITATION TO BID Retaining Wall

PURCHASING DEPARTMENT

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

PURCHASE ORDER TERMS & CONDITIONS

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

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

APPENDIX A. Main Extension Agreement (MEA)

Reno/Tahoe International Airport P.O. Box Reno, NV (775) (775)

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

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

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

REQUEST FOR QUOTATION

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Transcription:

BID DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 (310) 285-2440 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies, equipment or services set forth herein, subject to all conditions outlined in the Bid Document, including: SECTION I: SECTION II: SECTION III: SECTION IV: REQUEST FOR BIDS GENERAL INFORMATION AND INSTRUCTION DETAIL SPECIFICATIONS BID FORM (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) Sealed bids will be received only at the Office of the City Clerk, 455 North Rexford Drive, Beverly Hills, until 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. Date of Request: May 18, 2016 Bid Number: 16-18 SECTION I - REQUEST FOR Bid Item Description: Waterworks Brass Fittings/Valves/Saddles/Couplings/Clamps Bid Opening: 2:00 pm June 23, 2016 All bids must be delivered by the specified opening time of the bid. Bids arriving after the specified hour will not be accepted. Mailed bids, which are delivered after the specified hour 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. Proposal deposits of unsuccessful bidders will be returned after the proposal has been awarded. A successful bidder's proposal deposit will be returned after he has entered into a written contract, or after a performance bond, if required, has been executed and accepted by the City. 2. The vendor's proposal may be withdrawn at any time prior to the proposal opening. No proposal may be withdrawn after the proposal opening. Violation of this policy may cause forfeiture of the bid deposit and removal from qualified Bidder's List. 3. Bidders are advised to become familiar with all conditions, instructions and specifications governing this proposal. 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 vendor to request additional compensation. 4. 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. 5. Successful bidder 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. 6. 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 vendor. 7. Bidder shall state the nature and period of any warranty or guarantee. Manufacturer's specifications shall be submitted with the proposal and shall be considered a part of this contract where such specifications meet the minimum of the City specifications. 8. Each bidder shall submit in full this completed original PROPOSAL DOCUMENT and all necessary catalogues, descriptive literature, etc., needed to fully describe the materials or work he proposes to furnish. 9. 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. 10. Cash discounts shall be considered in the evaluation of the proposals, except that payment periods of less than thirty (30) days will not be considered in award of this proposal. Where cash discounts are offered, the discount date shall begin with the invoice date or delivery date to the City, whichever is later. 2

11. Upon the award of the proposal to the successful bidder, insurance will be required by the terms of this proposal, the City will require evidence of such coverage be furnished within fourteen (14) days of notification of proposal award. The amounts and types of coverage will be specified in Section VIII of this proposal. All insurance forms must be in a format acceptable to the City. See ATTACHMENT A, the City s Insurance Form. 12. The Contractor 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 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 Contractor, or any person employed by Contractor, including agents and independent contractors, in the performance of this agreement. 13. Every supplier of materials and services and all contractors 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. 14. Prices quoted herein must be firm for a period of not less than ninety (90) days after date of bid opening. 15. 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. 16. 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. 17. 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. 18. "Contractor 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 contractors self-accrue their use tax, when applicable, and report the use tax to the State Board of Equalization with a Cityassigned 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." 19. For any questions regarding this bid, please contact Francisco Ruiz, Central Stores Specialist, (Office 310.288.2801 / 310.285.2543) or Jack Merluzzo, Water Operations Manager (310.285.2495) 3

SECTION III DETAIL SPECIFICATIONS IN EVENT OF CONFLICT, THE FOLLOWING SPECIFICATIONS SHALL PREVAIL OVER GENERAL INSTRUCTIONS CONTAINED ELSEWHERE IN THIS BID. ITEM DESCRIPTION Quantity Vendor Part Number UNIT COST EXTENDED COST VALVE CHECK DETECTOR 2" (Febco 406) 6 EA VALVE CHECK DETECTOR 4" (Febco 4 800 Single Check) 25 EA VALVE CHECK DETECTOR 6" (Febco 6 800 Single Check) 6 EA VALVE CHECK DETECTOR 8" (Febco 8 800 Single Check) 6 EA VALVE BUTTERFLY 3" FLG/FLG (Mueller Lineseal III Class 150B) 10 EA VALVE BUTTERFLY 4" FLG/FLG (Mueller Lineseal III Class 150B) 16 EA VALVE BUTTERFLY 4" FLG X MJ (Mueller Lineseal III Class 150B) 16 EA VALVE BUTTERFLY 4" MJ X MJ (Mueller Lineseal III Class 150B) 16 EA VALVE BUTTERFLY 6" MJ X MJ (Mueller Lineseal III Class 150B) 6 EA VALVE BUTTERFLY 6" MJ X FLG (Mueller Lineseal III Class 150B) 6 EA VALVE BUTTERFLY 6" FLG/FLG (Mueller Lineseal III Class 150B) 6 EA VALVE BUTTERFLY 8" FLG/FLG (Mueller Lineseal III Class 150B) 6 EA VALVE (Gate Valve) 3" FLG/FLG (Mueller 030A236206LNE381) 6 EA VALVE (Gate Valve) 3" MJ/FLG (Mueller 030A236219LN E381) 6 EA VALVE (Gate Valve) 4" MJ X MJ (MUELLER 040A236223LN E381) 16 EA VALVE (Gate Valve) 4" FLG/FLG (MUELLER 040A236206LN E381) 16 EA VALVE (Gate Valve) 4" MJ/FLG (MUELLER 040A236219LN E381) 16 EA VALVE (Gate Valve) 6" MJ/FLG (MUELLER 060A236219LN E381) 6 EA VALVE (Gate Valve) 6" FLG/ FLG (MUELLER 060A236206LN E381) 6 EA VALVE (Gate Valve) 8" MJ/FLG (MUELLER 080A236219LN E381) 6 EA TAPPING SLEEVE 6" X 4" [RANGE 6.89-7.30] Mueller 6 EA 4

H304, 0604H304SS0730 TAPPING SLEEVE 8" x 4" [Range 8.62-9.06] Mueller H304, 0804H304SS0906 6 EA TAPPING SLEEVE 8" X 6" [Range 8.62-9.06] Mueller H304, 0806H304SS0906 6 EA TAPPING SLEEVE 10" X 4" [RANGE 11.06-11.45] Mueller H304, 1004H304SS1145 2 EA TAPPING SLEEVE 12" X 4" [RANGE 13.13-13.60] Mueller H304, 1204H304SS1356 2 EA TAPPING SLEEVE 12" X 4" [RANGE 13.13-13.60] Mueller H304, 1204H304SS1356 2 EA TAPPING SLEEVE 12" X 6" [RANGE 12.90-13.30] Mueller H304, 1206H304SS1290 OR 1206H304SS1356 2 EA TAPPING SLEEVE 12" X 10" [RANGE 13.16-13.56] Mueller H304, 1210H304SS1356 2 EA REPAIR CLAMP 4" x 10" [Range 4.74-5.14] Mueller 1-500-10-0474 4 REPAIR CLAMP 4" x 8" [Range 4.95-5.35] Mueller 1-500- 09-0495 4 EA REPAIR CLAMP 4" x 12" [Range 4.95-5.35] Mueller 1-500-12-0495 4 EA REPAIR CLAMP 4" x 8" [Range 5.20-5.60] Mueller 1-500- 4 EA REPAIR CLAMP 4" x 12" [Range 5.20-5.60] Mueller 1-500-12-0520 4 EA REPAIR CLAMP 6"X 12" [Range 5.95-6.35] Mueller 1-500-12-0594 4 EA REPAIR CLAMP 6"X 12" [Range 6.60-7.00] Mueller 1-500-12-0655 4 EA REPAIR CLAMP 6"X 12 [Range 6.84-7.24] Mueller 1-500-12-0684 4 EA REPAIR CLAMP 6" x 8" [Range 7.06-7.46] Mueller 1-500- 09-0704 4 EA REPAIR CLAMP 6" x 10" [Range 7.06-7.46] Mueller 1-500-10-0704 4 EA REPAIR CLAMP 6" x 12" [Range 7.06-7.46] Mueller 1-500-12-0704 4 EA REPAIR CLAMP 6" x 16" [Range 7.06-7.46] Mueller 1-500-15-0704 4 EA REPAIR CLAMP 6" x 10" [Range 7.40-7.80] Mueller 1-540-10-0740 (FULL SS clamp) 4 EA REPAIR CLAMP 6" x 12" [Range 7.40-7.80] Mueller 1-540-12-0740 (FULL SS clamp) 4 EA REPAIR CLAMP 6" x 16" [Range 7.40-7.80] Mueller 1-540-15-0740 (FULL SS clamp) 4 EA REPAIR CLAMP 8" x 10" [Range 7.95-8.35] Mueller 1-500-10-0792 4 EA 5

REPAIR CLAMP 8" x 16" [Range 7.95-8.35] Mueller 1-500-15-0792 4 EA REPAIR CLAMP 8" x 16" [Range 8.60-9.00] Mueller 1-500-15-0853 4 EA REPAIR CLAMP 8" x 20" [Range 9.00-9.40] Mueller 1-500-20-0899 4 EA REPAIR CLAMP 8" x 10" [Range 9.30-9.70] Mueller 1-500-10-0925 4 EA REPAIR CLAMP 8" x 16" [Range 9.30-9.70] Mueller 1-500-15-0925 4 EA REPAIR CLAMP - TAPPED 4" x 12.5" x 1" [RANGE 4.74-5.14] Mueller 503-12-0474 2 EA REPAIR CLAMP - TAPPED 4" x 15" x 1"[RANGE 4.74-5.14] Mueller 503-15-0474 2 EA REPAIR CLAMP - TAPPED 4" X 12.5" X 2"[RANGE 4.74-5.14] Mueller 509-12-0474 2 EA REPAIR CLAMP - TAPPED 4" X 15" X 2" [RANGE 4.74-5.14] Mueller 509-12-0474 2 EA REPAIR CLAMP - TAPPED 6" X 12.5" X 1" [Range 6.84-7.24]Mueller 503-12-0684 2 EA REPAIR CLAMP - TAPPED 6" X 15" X 1" [Range 6.84-7.24] Mueller 503-15-0684 2 EA REPAIR CLAMP - TAPPED 6" X 12.5" X 2" [Range 6.84-7.24] Mueller 509-12-0684 2 EA REPAIR CLAMP - TAPPED 6" X 15" X 2" [Range 6.84-7.24] Mueller 509-15-0684 2 EA REPAIR CLAMP - TAPPED 8" X 12.5" X 1" [Range 8.99-9.39] Mueller 503-12-0899 2 EA REPAIR CLAMP - TAPPED 8" X 15" X 1" [Range 8.99-9.39] Mueller 503-15-0899 2 EA REPAIR CLAMP - TAPPED 8" X 12.5" X 2" [Range 8.99-9.39] Mueller 509-12-0899 2 EA REPAIR CLAMP - TAPPED 8" X 15" X 2" [Range 8.99-9.39] Mueller 509-15-0899 2 EA REPAIR CLAMP - TAPPED 10" X 15" X 1" [Range 11.04-11.44] Mueller 503-15-1104 2 EA REPAIR CLAMP - TAPPED 10" X 20" X 1" [Range 11.04-11.44] Mueller 503-20-1104 2 EA REPAIR CLAMP - TAPPED 10" X 15" X 2" [Range 11.04-11.44] Mueller 509-15-1104 2 EA REPAIR CLAMP - TAPPED 10" X 20" X 2" [Range 11.04-11.44] Mueller 509-20-1104 2 EA REPAIR CLAMP - TAPPED 12" X 15" X 1" [Range 13.10-13.50] Mueller 543-15-1310 (FULL SS clamp w/tap) 2 EA REPAIR CLAMP - TAPPED 12" X 15" X 2" [Range 13.10-13.50] Mueller 549-15-1310 (FULL SS clamp w/tap) 2 EA HYMAX FLEX COUPLING 4" Range [4.23-5.63] 10 EA 6

HYMAX FLEX COUPLING 6" Range [6.42-7.68] 10 EA HYMAX FLEX COUPLING 8" Range [8.54-9.84] 10 EA HYMAX FLEX COUPLING 10" Range [10.70-12.00] 4 EA HYMAX FLEX COUPLING 10" Range [10.96-12.26] 4 EA HYMAX FLEX COUPLING 12" Range [12.4-13.66] 4 EA ROMAC ALPHA FLEX COUPLING 4" 10 EA ROMAC APLHA FLEX COUPLING 6" 10 EA ROMAC ALPHA FLEX COUPLING 8" 10 EA ROMAC ALPHA FLEX COUPLING 10" 4 EA QUANTUM (462) FLEX COUPLING 4" Range [4.29-5.35] 10 EA QUANTUM (461) FLEX COUPLING 4" Range [4.46-5.60] 10 EA QUANTUM FLEX COUPLING 6" Range [6.30-7.40] 6 EA QUANTUM FLEX COUPLING 6" Range [6.54-7.65] 6 EA QUANTUM FLEX COUPLING 8" Range [8.54-9.60] 6 EA QUANTUM FLEX COUPLING 8" Range [8.54-9.85] 6 EA SERVICE SADDLE BRASS / IP 4" x 2" [RANGE 5.10-5.60] Mueller BR2B0474IP200 4 EA SERVICE SADDLE BRASS / IP 6" X 1" [RANGE 6.90-7.50] Mueller BR2B0684IP100 2 EA SERVICE SADDLE BRASS / IP 6" X 2" [RANGE 6.90-7.50] Mueller BR2B0684IP200 2 EA SERVICE SADDLE BRASS / IP 8" X 2" [8.99-9.67] DBL STRAP Mueller BR2B0899IP200 20 EA SERVICE SADDLE BRASS / IP 8" X 2" [9.05-9.62] Mueller BR2B0899IP200 20 EA SERVICE SADDLE BRASS / IP 10" X 2" [RANGE 11.10-12.12] Mueller BR2B1104IP200 2 EA SERVICE SADDLE BRASS / IP 12" X 1" [RANGE 13.20-14.38] Mueller BR2B1314IP100 2 EA SERVICE SADDLE BRASS / IP 12" X 2" [RANGE 13.20-14.38] Mueller BR2B1314IP200 2 EA 4" DI Megalug w/ Accessories 30 EA 6" DI Megalug w/ Accessories 20 EA 8" DI Megalug W/ Accessories 20 EA COUPL COMP/COMP 3/4"Mueller H15403N 60 EA COUPL COMP/COMP 1" Mueller H15403N 60 EA COUPL COMP/COMP 1.25"Mueller H15403N 60 EA COUPL COMP/COMP 1.5" Mueller H15403N 60 EA COUPL COMP/COMP 2" Mueller H15403N 200 EA COUPL FIP/COMP 3/4" Mueller H15451N 30 EA COUPL FIP/COMP 1" Mueller H15451N 30 EA COUPL FIP/COMP 1.5" Mueller H15451N 30 EA COUPL FIP/COMP 2" Mueller H15451N 30 EA 7

COUPL MIP/COMP 3/4" Mueller H15428N 30 EA COUPL MIP/COMP 1" Mueller H15428N 30 EA COUPL MIP/COMP 1.5" Mueller H15428N 30 EA COUPL MIP/COMP 2" Mueller H15428N 30 EA ELL COMP/COMP 90 Deg 3/4" Mueller H15526N 30 EA ELL COMP/COMP 90 Deg 1" Mueller H15526N 30 EA ELL COMP/COMP 90 Deg 1.5" Mueller H15526N 30 EA ELL COMP/COMP 90 Deg 2" Mueller H15526N 200 EA ELL FIP/COMP 90 Deg 3/4" Mueller H15533N 40 EA ELL FIP/COMP 90 Deg 1" Mueller H15533N 40 EA ELL FIP/COMP 90 Deg 1.5" Mueller H15533N 40 EA ELL FIP/COMP 90 Deg 2" Mueller H15533N 40 EA ELL MIP/COMP 90 Deg 3/4" Mueller H15531N 40 EA ELL MIP/COMP 90 Deg 1" Mueller H15531N 40 EA ELL MIP/COMP 90 Deg 2" Mueller H15531N 40 EA CORP STOP MIP/COMP 3/4" Mueller B25028N 40 EA CORP STOP MIP/COMP 1" Mueller B25028N 40 EA CORP STOP MIP/COMP 1.5" Mueller B25028N 40 EA CORP STOP MIP/COMP 2" Mueller B25028N 40 EA CORP STOP MIP/MIP 1.25" Mueller N/A 40 EA CORP STOP MIP/MIP 1" Mueller B20013N 40 EA CORP STOP MIP/MIP 3/4" Mueller B20013N 40 EA CURB STOP FIP/FIP 3/4" Mueller B20283N 40 EA CURB STOP FIP/FIP 1" Mueller B20283N 40 EA CURB STOP FIP/FIP 1.5" Mueller B20283N 40 EA CURB STOP FIP/FIP 2" Mueller B20283N 40 EA ANGLE METER STOP/COMP 3/4" Mueller B24258N 40 EA ANGLE METER STOP/COMP 1" Mueller B24258N 40 EA ANGLE METER STOP/COMP 1.5" Mueller B24276N 40 EA ANGLE METER STOP/COMP 2" Mueller B24276N 40 EA METER CONN. 1 X 2 Mueller H10890-12 40 EA METER CONN. 1 X 2.5 Mueller H10890-11 40 EA METER CONN. 3/4 X 2 Mueller H10890-12 40 EA METER CONN. 3/4 X 2.5 Mueller H10890 40 EA METER FLANGE 1.5 Mueller H10129N 40 EA METER FLANGE 2" Mueller H10129N 40 EA COPPER PIPE 2" TYPE-K 140 FT COPPER PIPE 3" TYPE-L 140 FT COPPER PIPE 4" TYPE-L 140 FT The following items must be included in the quote: 8

1. All transportation and delivery fees including freight charges, fuel charges or Any related charges. 2. Quote must include unit price and any delivery charges. 3. The vendor shall enter into an agreement with the City to provide the specified items at a fixed price for a period of one year with an option to renew the agreement for a period of three (3) additional years with no price increase. 4. Describe how long of an advance notice will be required in placing an order to be delivered by a certain date 9

SECTION IV - BID FORM (Must be completed by Vendor) 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 Delivery Company Name Exceptions or Deviations attached YES NO Telephone (Number of Days) Address Person submitting bid Print Name 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 exclusive of tax; City staff will compute all tax involved 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. 10

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. INSURANCE (applicable to successful bidder who may come into the City) (1) Commercial general liability coverage at least as broad as Insurance Services Office Commercial General Liability occurrence coverage ("occurrence" form CG0001, Ed. 11/85) with a limit of not less than $2,000,000 (Two Million Dollars) per occurrence. If the insurance includes a general aggregate limit, that limit shall apply separately to this contract or it shall be at least twice the required per occurrence limit. (2) Business automobile liability insurance at least as broad as Insurance Services office form CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 (Ed. 12/88) with a limit not less than $1,000,000 (One Million Dollars) per accident. (3) Workers Compensation Insurance as required by the State of California and employers liability insurance with a limit not less than $1,000,000 (One Million Dollars) per accident. All insurance coverages shall be provided by insurers with a rating of B+; VII or better in the most recent edition of Best's Key Rating Guide, Property-Casualty Edition. Work on City property covered by a purchase order cannot be commenced until certificates of insurance have been approved. Please use the official City of Beverly Hills certificate of insurance form (attached). If you use another form, the following requirements must be met to make the certificates acceptable to the City: 1 name the City of Beverly Hills as additional insured for both GENERAL liability and AUTO liability; and 2 have at least thirty (30) days written notice of cancellation. All certificates of insurance must remain current until the purchase order expires or is sooner cancelled. 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. 11

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: CITY OF BEVERLY HILLS OFFICE OF THE CITY CLERK, ROOM 290 455 NORTH REXFORD DRIVE BEVERLY HILLS, CA 90210 Revised 10/24/00 BidTEMPLATE.doc 12