INVITATION FOR BIDS (IFB) HEAVY EQUIPMENT, OPERATIONS, CONSTRUCTION PERSONNEL AND CINDER SUPPLY FOR THE TUALAUTA SEWER SYSTEM EXTENSION PROJECT

Size: px
Start display at page:

Download "INVITATION FOR BIDS (IFB) HEAVY EQUIPMENT, OPERATIONS, CONSTRUCTION PERSONNEL AND CINDER SUPPLY FOR THE TUALAUTA SEWER SYSTEM EXTENSION PROJECT"

Transcription

1 INVITATION FOR BIDS (IFB) HEAVY EQUIPMENT, OPERATIONS, CONSTRUCTION PERSONNEL AND CINDER SUPPLY FOR THE TUALAUTA SEWER SYSTEM EXTENSION PROJECT Issuance Date: July 22, 2013 IFB # FY WW.TUALAUTA SEWER SYSTEM UTU ABE MALAE Executive Director IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

2 NOTICE TO BIDDERS ISSUANCE DATE: July 22, 2013 IFB NO. PROJECT: CLOSING DATE/TIME: FY WW.TUALAUTA SEWER SYSTEM Heavy Equipment, Operations, Construction Personnel, and Cinder Supply for the Tualauta Sewer System Service Line Installation August 29, 2:00 p.m., American Samoa Time The American Samoa Power Authority (ASPA) issues this Invitation for Bid to evaluate, negotiate, and contract for heavy equipment, operations, construction personnel, and cinder supply related services for the construction of the Tafuna Plains Sewer System. A complete bid package may be picked up from the ASPA Materials Management Office in Tafuna. You may also view this IFB on the ASPA website: For more information about this IFB, contact Nancy Tinitali-Mauga, Procurement (684) or, maugan@aspower.com. Qualified bidders must submit bids in a sealed envelope, box, or other enclosure addressed to the ASPA Procurement Manager. The sealed envelope or box must be labeled: ASPA PROCUREMENT MANAGER IFB FY WW.TUALAUTA SEWER SYSTEM ATTN: Nancy Mauga, and show the date and time of bid opening. An original and five (5) copies of t he bid must be received in the Materials Management Office at Tafuna no later than 2:00 p.m. on August 29, Late submittals will not be opened or considered and will be designated as non-responsive. The American Samoa Power Authority reserves the right to: 1. Reject all bids and reissue a new or amended IFB; 2. Request additional information from any bidder submitting a bid; 3. Select a bidder for award based on other than least cost ; (e.g. capability to complete work in a timely fashion or evidence of good work experience); 4. Negotiate a contract with the bidder selected for award; and/or 5. Waive any non-material violations of rules set up in this IFB at its sole discretion. Utu Able Malae, Executive Director Date IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

3 DATE OF ISSUE: July 22, 2013 BID INVITATION INVITATION FOR BIDS: PROJECT: IFB NO. FY WW.TUALAUTA SEWER SYSTEM Heavy equipment, operations, construction personnel, and cinder supply for the Tualauta Sewer System Extension Project. INSTRUCTIONS: This Invitation for Bid (IFB) shall require an original and five (5) copies that must be received at the ASPA Materials Management Office no later than 2:00 p.m. on August 29, The envelope or box must be labeled: IFB No. FY WW.TUALAUTA SEWER SYSTEM. Heavy Equipment, Operations, Construction Personnel, and Cinder Supply For the Tualauta Sewer System Extension Project Late submittals will not be opened or considered and will be determined as non-responsive. All bidders shall provide sufficient written and verifiable information that responds to the requirements set forth herein and in the Scope of Work (SOW). Pre-Bid Questions Any pre-bid questions and/or clarifications shall be submitted to or the Procurement Manager in writing (through electronic mail or hard copy). Questions and/or clarifications are welcome and should be submitted no later than 4:00 p.m. on August 15, ASPA shall issue addenda to address any questions and/or clarifications as necessary. Bid Bond - Each bid must be accompanied by a cashier's check or bid bond made payable to the American Samoa Power Authority. The cashier's check or bid bond shall be five percent (5%) of the total bid amount in U.S. Dollars. Company or personal checks are not acceptable. If a bidder fails to submit the required bid bond with the bid, the bid shall be considered non-responsive and subject to rejection. NOTE TO BIDDERS: This bid is subject to the attached General Terms and Conditions of the IFB for Heavy Equipment, Operations, Construction Personnel, and Cinder Supply for the Tualauta Sewer System Extension Project. The undersigned bidder agrees to furnish, within the time specified, the articles and services at the price stated opposite the respective terms listed on the schedule provided, unless otherwise specified by a Bidder. In consideration of the expense to ASPA in opening, tabulating, and evaluating this bid, and because time is of the essence, the undersigned agrees that this bid shall remain firm and irrevocable within one hundred and twenty (120) calendar days from the date opening to supply any or all of the items which prices are proposed. SIGNED: DATE: IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

4 AMERICAN SAMOA POWER AUTHORITY SPECIAL REMINDERS TO PROSPECTIVE BIDDERS Where applicable, bidders are reminded to read the Bid Solicitation Instructions and General Terms and Conditions attached to the Bid Invitation to ascertain that all of the following (see boxes checked) requirements of the bid are submitted in the bid envelope at the date and time for bid opening. [X] 1. BID FORMS a. Bid Invitation Form (Page 3) b. Bid Transmittal Form (Attachment A) [X] 2. TECHNICAL BID The Technical Bid shall follow the Scope of Work refer to 3. Also, complete Bidder Qualification Sheet and Equipment, Operator, Construction Personnel, and Information Form. (Attachment B) [X] 3. CONTRACT COST BID The Bidder shall submit a contract price as stated in 12(c) and complete Bid Form. (Attachment C) [X] 4. PROPOSAL BOND The Offeror shall submit a proposal bond for 5% of the total proposal amount and execute the attached proposal bond form. (Attachment C). This reminder must be signed and returned with the technical bid envelope. Failure to comply with requirements may result in disqualification and rejection of the bid. I, authorized representative of ; acknowledge receipt of this special reminder to prospective bidders together with IFB NO. FY WW.TUALAUTA SEWER SYSTEM as of this date, Bidder s Representative Signature IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

5 1. INTRODUCTION: GENERAL TERMS AND CONDITIONS IFB NO. FY WW.TUALUTA SEWER SYSTEM The American Samoa Power Authority (ASPA) issues a n Invitation for Bids to evaluate, negotiate, and contract for heavy equipment, operators, construction personnel and related services for the construction of the Tualauta Sewer System Extension Project. The bid must be of sufficient quality and content to allow ASPA to evaluate the condition of the equipment, the ability of the bidder to operate, maintain, and repair the equipment as well as to provide backup equipment and operators. The selected bidder must provide a bid that specifically and completely addresses the tasks and items outlines in the Scope of Work (SOW). 2. BACKGROUND: The United States Territory of American Samoa is a group of seven islands (five volcanic islands and two coral atolls) located in the South Pacific Ocean. The total land area of the islands is approximately 76 mi 2. The five volcanic islands, which are the major inhabited islands of American Samoa, are Tutuila, Aunu'u, Ofu, Olosega and Ta'u. Pago Pago Harbor is American Samoa's main port and is located on the island of Tutuila, the largest and most populous island (~58 mi 2, pop. ~55,000), and the center of government and commerce. The Tafuna Plains area (Tualauta County) is the fastest growing area on the island of Tutuila. In the 10-year period from 1990 to 2000, the population rose from 14,724 to over 21,000. This area is also the location of most of the existing water supply wells and an area of possible new wells. Now, only a portion of the Tafuna Plains is served by a community sewage system. Groundwater consists of rainfall and wastewater seeping into the ground. The percentage of groundwater made up of wastewater is increasing as the population increases. This increase in wastewater is occurring at the same time that groundwater contributed from rainfall is decreasing. Due to construction designed to drain individual properties, greater amounts of rainfall and runoff are being channeled and not allowed to soak into the ground. If the groundwater continues to deteriorate, the cost to treat the island's groundwater will become prohibitive. Since 1996, approximately 310,000 linear feet for sewer main and service line pipe has been installed to serve approximately 1,500 homes, business and other structures in the Tafuna Plains. In order to further protect the groundwater supply from cesspool pollution, there is a great need to expand the sewer system and connect additional homes to the system in the Tafuna Plains area. 3. SCOPE OF WORK: REFER TO APPENDIX A 4. ASPA RESPONSIBILITIES: a. ASPA will provide supervision of all contract personnel; b. ASPA will provide contractor with a bi-weekly schedule of planned project activities; c. ASPA will provide rights-of-way for all project activities; d. ASPA will provide plans for proposed 6-inch and 8-inch sewer main extensions; and IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

6 e. ASPA will maintain a daily log of equipment and operator hours and activities. 5. SCHEDULE: The project will be completed within three (3) months from the date of the Notice to Proceed (NTP). Contractor equipment and operator hours will be five (5) days per week from Monday through Friday, 7:30 am to 4:00 pm with a one hour lunch break each day and two fifteen minute breaks each, one in the morning and one in the afternoon. There will be no work on weekends or holidays unless approved by ASPA. If there are additional areas found that ASPA believes needs sanitary sewer lines, an amendment will be issued to the contract. The amendment will specify the location, design drawings and estimated homes to be connected. The rates in the contract will apply to the amended site. 6. SUBMITTALS: a. The contractor will provide information on equipment and equipment operators as outlined on ATTACHMENT C Bidders Qualification Sheet, Equipment, Operator, and construction personnel Information. b. The contractor will provide a cost bid as outlined on ATTACHMENT D Bid Form. 7. DATE/TIME/PLACE OF BID SUBMISSION AND BID OPENING Each bidder must submit its bid in a sealed envelope addressed to the ASPA Procurement Manager. An original and five (5) copies of the bid must be received in the Materials Management Office no later than 2:00 p.m. local time on or before August 29, Late submittals will not be opened or considered and will be determined as non-responsive. All bidders shall provide sufficient written and verifiable information that responds to the requirements of the IFB, and in accordance with the SOW. 8. PRE-BID QUESTIONS: Any pre-bid questions and/or clarifications shall be submitted to maugan@aspower.com or the Procurement Manager in writing (thr ough electronic mail or hard copy) no later than 4:00 p.m. on August 15, ASPA shall issue addenda to address any questions and/or clarifications as necessary. 9. ADDENDA: ASPA reserves the right to issue addenda for any changes to this IFB. Bidders shall send ASPA a signed form confirming receipt of each addendum. 10. BID PREPARATION INSTRUCTIONS: The bid must contain three (3) parts. Bidders shall prepare their bids in detail accordingly. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

7 a. Technical. Bidder must describe its approach in addressing duties outlined in the SOW. This includes delineation of specific actions the bidder will undertake to achieve the goals and objectives outline in the SOW. Contractor will need to stake out all necessary locations prior to construction using survey equipment. b. Prior Related Experience/Past Performance. A description of the firm s related experience, background, past performance and credentials as stated on the attached Bidder Qualification Sheet, which is incorporated herein as if fully set forth. This part includes a dossier of personnel qualifications. Bidder should provide references (2 or more) and a project history that verify a minimum of three (3) years of specific or related experience. Bidder must hold appropriate and current business license for these services. c. Contract Price: Bidder s price for services and materials, including a breakdown of project costs (e.g. estimated cost for materials, cost for labor, etc.). 11. ATTACHMENTS: Attachment A: Bid Transmittal form Attachment B: Bidder s Qualification Sheet Attachment C: Bid Form Attachment D: Site Map 12. CONTRACT TERM: Contract term for this contract within 3 months unless completed early or additional work is amended. Contractor may have multiple crews working on different sites to meet deadline. Project Fagaima Malaeimi S. Est. Duration 2 months 1 month 13. TYPE OF CONTRACT: Services provided by the successful bidder will be performed under a negotiated lump sum, firm fixed-price contract agreement. The successful bidder, as an independent contractor shall furnish the necessary equipment, personnel, tools, parts, supplies, insurance, licenses, support vehicles and all other required items and services and otherwise do all things necessary to meet the requirements specified in the Scope of Work to the satisfaction of the American Samoa Power Authority on a lump sum, firm fixed-price basis. 14. BASIS FOR SELECTION: A Source Evaluation Board (SEB) will evaluate bids. SEB members shall be chosen by the Materials/Procurement Manager in collaboration with the WW Senior Engineer s. Submission of a bid shall constitute a waiver of any challenge or dispute of SEB members, as well as the choice of IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

8 methodology set for the on the SEB score sheets. The award will be made by ASPA in accordance with the evaluation criteria set forth herein and with ASPA s Procurement Rules. A determination shall be made by the SEB of those responsible bidders whose bids have the potential of being selected for award. The determination shall be included in the contract file. Discussions may be conducted by the SEB with those responsible bidders whose bids are determined to have a reasonable chance of being selected for award. These discussions shall only be conducted for obtaining clarification from the bidder on its bid to ensure full understanding of and responsiveness to the IFB requirements. Discussions shall be conducted individually with each bidder and care shall be exercised to ensure that no information derived from competing bidder s bids is disclosed. All bidders with whom discussions are conducted shall be accorded an opportunity to revise their bids in response to specific clarifications based on the discussions. Unless the Materials/Procurement Manager determines that satisfactory evidence exists that a mistake has been made, as set forth in Procurement Rule 3-114, bidders will not be permitted to revise their bids after bid opening. The results of the evaluation will be documented, and a written recommendation by the SEB will be sent to the Materials/Procurement Manager. Upon review and approval of the Materials/Procurement Manager, the SEB s written recommendation shall be forwarded to the Executive Director for final review and approval. ASPA reserves the right to make the award to the bidder that submits the bid, which meets the requirements set forth herein and is in the best interest of ASPA after taking into consideration the aforementioned factors. ASPA also reserves the right to select portions of a bid, or to reject any and all bids. 15. EVALUATION CRITERIA: Bids will be evaluated and ranked by the Source Evaluation Board utilizing the following point system: Technical: 0-10 points Experience: 0-30 points Contract Price (including potential bid surcharge multiplier savings evaluated at ASPA s discretion only): 0-60 points Total 100 points (best possible score) 16. QUALIFICATION OF BIDDER: ASPA may make such investigations as it deems necessary to determine the bidder s legal ability to enter into the agreement, and the bidder shall furnish to ASPA such information and data for this purpose as ASPA may request, or the bidder may be deemed non-responsive. 17. MULTIPLE BIDS COLLUSION: If more than one bid is submitted by any one party or in the name of its clerk, partner or other person; all bids submitted by said party may be rejected by ASPA. This shall not prevent a bidder from submitting alternate bids when called for. A party who has proposed prices on materials is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly to ASPA. If IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

9 ASPA believes that collusion exists among any bidders, none of the participants in such collusion shall be considered. Bids in which the contract prices are unbalanced or unrealistic may be rejected at ASPA s sole discretion. 18. BIDDER S UNDERSTANDING: Each bidder must understand and acknowledge the conditions relating to the execution of the work and it is assumed that it will make itself thoroughly familiar with all of the Contract Documents prior to execution of the written contract. Each bidder shall inform itself of, and shall comply with, federal and territorial statutes and ordinances relative to the executing of the work. This requirement includes, but is not limited to, applicable regulations concerning protection of public and employee safety and health, environmental protection, historic preservation, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. 19. WITHDRAWAL OF BID: Any bid may be withdrawn prior to the scheduled time for the opening of bids by notifying ASPA in a written request. No bid may be withdrawn after the time schedule for opening of bids. 20. OPENING AND EVALUATION OF BIDS: In accordance with ASPA Procurement Rule 3-110, bids will be opened and recorded as part of the record for the Source Evaluation Board on the assigned date and at the time indicated above at the Procurement Office in Tafuna or in another place designated by the ASPA Procurement Manager in writing. 21. IFB CONDITIONS: This IFB does not commit ASPA to award a contract or to pay any cost incurred in the preparation of a bid. ASPA reserves the right to: a. Reject any bidder for being non-responsive to bid requirements contained in this IFB; b. Reject all bids and reissue an amended IFB; c. Request additional information from any bidder submitting a bid; d. Select a bidder for award-based criteria other than least cost (e.g. experience, or potential savings through the most competitive surcharge multiplier indicated in the bid at ASPA s sole discretion); e. Negotiate a contract with the bidder selected for award; and/or f. Waive any non-material violations of rules contained in this IFB. ASPA reserves the right to issue any addendums to this IFB. Bidders shall send ASPA a signed form confirming receipt of any addendums, and shall submit supporting/additional information as required by any addendums. In the event that a bidder fails to acknowledge receipt of any such Addendum in the space provided, his bid shall be considered irregular and will be accepted by ASPA only if it is in ASPA s best interest. In the event that Addenda are not received until after the bidder IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

10 has submitted its bid, a supplementary bid may be submitted revising the original bid. supplementary bids must be received by ASPA prior to the scheduled time for opening of bids. Such 22. REPRESENTATION REGARDING ETHICS IN PUBLIC PROCUREMENTS: The bidder or contractor represents that it has not knowingly influenced and promises that it will not knowingly influence an ASPA employee to breach any of the ethical standards and represents that it has not violated, it is not violating and promises that it will not violate the prohibition against gratuities and kickbacks set forth in of the ASPA Procurement Rules. 23. REPRESENTATION REGARDING CONTINGENT FEES: The bidder represents that it has not retained a person to solicit or secure an ASPA contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee; except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. 24. COMPLIANCE WITH LAWS: Bidders awarded a contract under this solicitation shall comply with the applicable standards, provisions and stipulations of all pertinent Federal and/or local laws, rules and regulations relative to the performance of this contract and the furnishing of goods 25. AWARD, CANCELLATION, AND REJECTION: Award shall be made to the lowest responsible and responsive bidder, whose bid is determined to be the most advantageous to the American Samoa Power Authority, taking into consideration the evaluation factors set forth in this solicitation. No other factors or criteria shall be used in the evaluation. ASPA reserves the right to waive any minor irregularities in the bid received. The Procurement Manager shall have the authority to award, cancel, or reject bids, in whole or in part for any one or more items if she determines it is in the best public interest. It is the policy of ASPA to award contracts to qualified bidders. ASPA reserves the right to increase or decrease the quantity of the items for award and make additional awards for the same type items based on the quotation prices for a period of thirty (30) days after the original award. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

11 Date: AMERICAN SAMOA POWER AUTHORITY American Samoa Government Interested Bidder: ATTACHMENT A BID TRANSMITTAL FORM The undersigned (hereafter called an Bidder), hereby proposes and agrees to furnish all the necessary information pertaining to IFB NO. FY Heavy Equipments, Operations, Construction Personnel and Cinder Supply for the Tualauta Sewer System Extension Project in accordance with the Scope of Work, General Terms and Conditions, and other procurement requirements specified in this document for the prices states in the itemized bid form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized bid form attached hereto. The undersigned has read and understands the bid requirements, and is familiar with and knowledgeable of the local conditions at the place where the work is to be performed. We have read the IFB Instructions and General Terms and Conditions attached to ascertain that all of the following (see boxes checks) requirements of the bid are submitted in the bid envelope, with five copies, at the date and time for bid opening. Signed Seal Date: IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

12 APPENDIX A: SCOPE OF WORK 1. General Information: This scope of work (SOW) describes the basic requirements for the rental of construction equipment, the provision of personnel to operate and maintain the equipment, the provision of personnel for construction/installation of the pipes, and the provision for cinder supply to complete the project described herein. It is required that the bidder have extensively demonstrated experience in equipment ownership, equipment rental, and personnel especially relating to the operation and maintenance of equipment. Successful completion of projects similar in nature to this bid as specified in the SOW should be described in the bid and will be considered in the selection process. Specific experience in American Samoa is preferred and should be documented in the bid. The office, operations, and labor staff to be used should have demonstrated experience on similar projects, and experience on similar projects in American Samoa is preferred. The capabilities and experience of local subcontractors that will be used for portions of the work must also be provided in the bid. Contractor will need to stake out all necessary locations prior to construction using survey equipment. The bidder should take into consideration equipment and related requirements for the duration of the contract to allow maximum operation, minimum downtime, and proper support services to operate and maintain the equipment, and possible replacement of equipment if units fail during the contract period. Should any equipment utilized on the project as incorporated into this bid fail during the contract period, the bidder must be ready and able to repair or replace the equipment within 7 calendar days in order to maintain project progress without change to any bid price nor without any additional contract costs. Should the successful bidder fail to maintain project progress, ASPA reserve the right to charge liquidated damages in the amount of $ for each day beyond the 7 calendar days any equipment is unavailable to maintain project progress. Labor costs for equipment operators and personnel are also to be included according to labor laws and standards and in accordance with projected working days and hours. Other costs such as the mechanic's support time, along with home office overhead, taxes, insurance, and profit, need to be considered and incorporated. Costs for consumables should also be addressed including fuel, oil, hoses, teeth, hydraulic pumps and motors, filters, and electrical components, and other items needed to ensure reliable and safe operation and maintenance of the equipment over the duration of the contract. 2. Sewer Mains: The project includes clearing, excavating, stockpiling, backfilling, restoration and installation of up to 2,500 linear feet of 8-inch and up to 1,500 linear feet (LF) of 6-inch gravity sewer main, up to 10 manholes, and approximately 15 service line stub outs. Clearing, excavation, backfilling, installation and restoration will occur parallel to paved and unpaved roads, within undeveloped lots that may be overgrown with vegetation and near homes, businesses, underground utilities that may be marked or unmarked, and other structures. Trenches will be excavated up to 4feet wide and 6 inches below proposed sewer pipe inverts which vary from 5 feet to 15 feet deep and 18 inches below proposed sewer manhole inverts. Contractor shall take necessary safety precautions to secure trench and protect traffic when necessary as per ASPA and typical trench safety standards. There shall be no open trenches longer than twenty feet (20) that are left exposed for more than 48 hours. All trenches left open and unattended after normal working hours must be excavated as per ASPA and typical trench safety standards, barricaded and taped off to discourage public entry. Contractor s equipment will also be utilized during manhole and cleanout channeling; road restoration and loading excess fill material onto a dump truck. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

13 3. Sewer Service Laterals: 1 The project also includes clearing, excavating, stockpiling, backfilling, restoration, and installation of up to 2,000 linear feet (LF) of gravity sewer service laterals. This work will be performed in the same area as the sewer main line and in close proximity to residential homes, businesses, underground utilities that may be marked or unmarked, and other structures. The service lateral work shall be completed after each sewer main line section is completed, tested, and approved by ASPA. For service laterals, trenches will be excavated up to 4 feet wide and 6 inches below proposed sewer pipe inverts that range from 2 to 15-feet deep. Contractor shall take necessary safety precautions to secure trench and protect traffic when necessary as per ASPA and typical trench safety standards. There shall be no open trenches longer than twenty feet (20) that are left exposed for more than 48 hours. All trenches left open and unattended after normal working hours must be excavated as per ASPA and typical trench safety standards, barricaded and taped off to discourage public entry. 2 Contractor s equipment will also be utilized during manhole and cleanout channeling; road restoration and loading excess fill material onto a dump truck. 3 Installation will occur in the Tualauta County ( Tafuna, Fagaima, Malaeimi, Pavaiai and Tafeta plains) in varying soil conditions including hard rock and non-rock formations. Typically, there is softer soil from the ground level to 5 feet deep, then hard rock from 5 feet deep down. The average depth of solid rock to break and excavate should be about 3 feet. This general excavating information is provided to assist Bidders considering this project, but ASPA makes no claim to know precise soil conditions in the project area. It is the Bidder s responsibility to understand soil and excavating conditions in the project area of Tualauta County and make an adequate accounting of all possible conditions into their bid. No additional payment shall be made during the contract period based upon soil and excavating conditions. The project is estimated to take approximately less than five (5) months to complete. 4. Project Area/Details: Refer Vicinity Map and other drawings attached as Attachments D. a. Equipment Requirements: i. Heavy Equipment Requirements The following equipment is required for installation of the sewer mains and service laterals. Should any equipment utilized on the project as incorporated into this bid fail during the contract period, the bidder must be ready and able to repair or replace the equipment within 7 calendar days in order to maintain project progress and avoid interruptions in job productivity and schedule without change to any bid price nor without any additional contract costs. Should the successful bidder fail to maintain project progress, ASPA reserve the right to charge liquidated damages in the amount of $ for each day beyond the 7 calendar days any equipment is unavailable to maintain project progress. A. Up to Two (2) -5 to 20 Ton Track Excavator with rock breaker. The unit(s) will be used for clearing, grubbing, excavation, stockpiling, backfilling, and restoration for installation of up to 15,000 linear feet of sewer mains and 10,000 linear feet of service laterals and may be within close IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

14 proximity to homes. The unit shall be capable of excavation to a depth up to 15 feet and widths up to 8 feet in rock and non-rock conditions and be equipped with the following: a. Hydraulic Rock Breaker/Hammer b. 1.5 cubic yard weed bucket c. Rock Bucket d. Or any other attachment necessary for optimal excavating performance. B. Up to Two (2) - 5 to 7 Ton Backhoe with no rock breaker similar or equal to Hitachi LR-LX 30 (3 ton) or a Komatsu WT 70 (7 ton) rubber tire front loader. This unit will be utilized for stockpiling, backfilling, loading excess fill material onto a dump truck, and restoration for installation of up to 15,000 linear feet of sewer mains and 10,000 linear feet of service laterals and shall be equipped with the following: a. 1.5 cubic yard bucket Or any other attachment necessary for optimal excavating performance Up to Two (2) Plate Compactor. The compactor shall be 18 to 30-inches wide and weigh 70 to 150 pounds with a bottom vibrating plate. The unit will be used for compaction of backfill bedding material from the pipe embedment zone to the bottom of the trench and in lifts above the pipe embedment zone as required by ASPA. ii. Heavy Equipment Requirements (as requested by ASPA) Upon request from ASPA, the winning contractor shall provide up to two of each equipment identified above (Refer to Section 4.a.i: Equipment Requirements) for installation of sewer mains and service laterals that will allow operations of two installation crews simultaneously on the project or other projects in Tualauta County. Should any equipment utilized on the project as incorporated into this bid fail during the contract period, the bidder must be ready and able to repair or replace the equipment within 7 calendar days in order to maintain project progress and avoid interruptions in job productivity and schedule without change to any bid price nor without any additional contract costs. Should the successful bidder fail to maintain project progress, ASPA reserve the right to charge liquidated damages in the amount of $ for each day beyond the 7 calendar days any equipment is unavailable to maintain project progress. b. Maintenance and Service: i. Mechanic: The contractor shall provide services of a mechanic who will service the equipment on site on a regularly scheduled basis to ensure the equipment is maintained according to manufacturer s requirements and to avoid interruptions in job productivity and the project schedule. Maintenance shall be scheduled for periods outside of normal working hours or during times when the maintenance will minimize interruptions to job productivity and the project schedule. The contractor must first gain the approval of the ASPA Superintendent for scheduled maintenance. ii. Tools and Equipment: The contractor shall maintain a sufficient inventory of tools and equipment including mechanic transportation to maintain and service the rental equipment to avoid interruptions in job productivity and project schedule. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

15 iii. Parts, Supplies and Consumables: The contractor shall provide and/or maintain a sufficient inventory of supplies and consumables to avoid interruptions in the project schedule including fuel, lubricants, tires, filters, hoses, pins, bucket with components, and other items necessary for operation and maintenance of the equipment. iv. Survey: Contractor will need to stake out all necessary locations prior to construction using survey equipment. v. Insurance: The Contractor shall maintain sufficient insurance to address damage to equipment for the duration of the project. c. Personnel Requirements: The personnel listed herein are to be included in this contract. Costs for personnel are to include regular, overtime, sick leave, and holiday pay in accordance with Contract Provisions and American Samoa Labor Laws and Regulations. In addition, the contractor will be responsible for insurance, safety equipment, administration, and other indirect costs to satisfy labor laws and regulations. All personnel are to have suitable qualifications and experience to satisfy production requirements and operate the equipment according to safe practices and industry standards. The contractor will be responsible for excavating trenches safely to minimize risk of accident or injury to operators, any ASPA personnel working at the project location, or members of the public, including traffic, The contractor will also be responsible for any damage to equipment caused by operator error or the operation of its equipment in Tualauta County project area. Personnel will be responsible for the installation of the design in a timely manner, supervision by the on-site In the event of any disagreement between operators and ASPA Inspector, ASPA engineers must be notified immediately in order to resolve the dispute with minimal interruption to the project productivity and schedule. The contractor will have operators available on call to replace personnel who are unable to report to the job site according to the project schedule. Failure to provide suitably qualified operators at the start of any regularly scheduled work at the active project site will result in liquidated damages in the amount of $200 for each day, for each operator of every piece of equipment provided in this Bid. d. Operators for Sewer Mains and Sewer Service Laterals Heavy Equipment: i. Sewer Mains and Sewer Service Installations: A. Up to Two (2) Operator(s) for a 5 to 20 Ton Track Excavator equipped with rock breaker or any other attachment necessary for optimal excavating performance. B. Up to Two (2) Operator(s) for a 5 to 7 Ton Backhoe similar or equal to Hitachi LR-LX30 (3 ton) or a Komatsu WT 70 (7 ton) rubber tire front loader. 5. Cinder Supply: Cinder loads under this Agreement shall be used for this agreement only. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

16 a. Cinder Requirements: Cinder shall be fill cinder or best type of fill cinder delivered or hailed to the requested location. All materials shall be sampled in accordance with ASTM D-75 and certification of requested material shall be provided at no cost to ASP A upon request. For cinder labeled 3/4" minus, the cinder shall be tested in accordance with ASTM-C136 to determine grain sizes. Cinder fill shall contain moisture (but not soaked) and fine particles to ensure compaction requirements can be achieved and verified per ASTM- D2922 Density Test by Nuclear Method and ASTM 0698 Standard Proctor Test. Percentage fine or passing No.4 sieve shall not be more than 5. Please refer to table below: For Black Sand, the cinder shall be free of dirt, clay balls, roots, and other organic material. Maximum size of the material shall be one quarter inch (1 /4") and no more than 3% by weight shall pass the No. 200 sieve. For Mix, the cinder shall be a mix of sand and cinders as specified above, in the proportions as requested by ASPA. For Fill, the granular fill shall be well-graded crushed rock free from dirt, clay balls, roots, and organic material. Maximum size of the material shall be two inches (2"). At least 75% of the material shall pass the one inch (1 ") sieve and no more than 10% by weight shall pass the No. 200 sieve. For Top Soil, the cinder shall be material free from roots, debris, organic materials, rocks larger than three (3) inches, and other deleterious materials. b. All-Inclusive The Suppliers shall furnish, at its own cost and expense, all necessary tools, labor, transportation, appliances, machinery, and appurtenances necessary for Cinder Supply Agreement. c. Cinder Standard Cinders shall fill trench 6-in below pipe, 12-in above pipe and about 12-in on either side of pipe (varies with trench size). See drawing below for standard. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

17 IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

18 ATTACHMENT B BIDDER S QUALIFICATION SHEET AND EQUIPMENT AND OPERATOR INFORMATION FORM 1. Name of Organization: 2. Address: 3. Telephone: (Home Office) Business Telephone: Address: Fax Number: Tax Identification Number: 4. Contact Person: 5. Type of Business: Corporation Partnership Proprietorship Joint Venture Note: For Corporations Articles of Incorporation Certification must be on record with the Treasurer of American Samoa. Copies of partnership agreements and articles of incorporation must be submitted to the revenue branch with application form and relevant documents. Aliens cannot operate sole ownership enterprises and partnerships with aliens are subject to immigration board review. Place of Organization or State of Incorporation: Owner s Names and Addresses (if not a Corporation): IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

19 For Corporations: Names and Addresses of Directors, Officers, and Stockholders with 20% or greater interest in the company. Individual States and Territories of the United States where company is registered as a foreign corporation. 7. List the name or names of supervisory personnel proposed to be employed on the work under this Contract, including the experience record for each that indicates the degree of responsibility and type of work supervised. 8. List the names and addresses of at least two (2) references, at least one of which should be a bank or other lending institution, governmental agency, or bonding company. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

20 IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

21 EQUIPMENT AND OPERATOR INFORMATION 1a: 5 to 20 Ton Track Excavator w/rock breaker Excavator Brand Name, Type, Size, Year, Owned or Rented? Is this Excavator in poor, good or excellent condition and is it on island? List name of operator and years of experience. 1b: 5 to 7 Ton Backhoe (no rock breaker) Backhoe Brand Name, Type, Size, Year, Owned or Rented? Is this Backhoe in poor, good or excellent condition and is it on island? List name of operator and years of experience. 1c: Plate (jumping) compactor Compactor Brand Name, Type, Size, Weight, Year, Owned or Rented? Is this Compactor in poor, good or excellent condition and is it on island? IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

22 2a: 5 to 20 Ton Track Excavator w/rock breaker (as needed by ASPA) Excavator Brand Name, Type, Size, Year, Owned or Rented? Is this Excavator in poor, good or excellent condition and is it on island? List name of operator and years of experience. 2b: 5 to 7 Ton Backhoe (no rock breaker) (as needed by ASPA) Excavator Brand Name, Type, Size, Year, Owned or Rented? Is this Backhoe in poor, good or excellent condition and is it on island? 2c: Plate (jumping) compactor (as needed by ASPA) Compactor Brand Name, Type, Size, Weight, Year, Owned or Rented? Is this Compactor in poor, good or excellent condition and is it on island? IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

23 **Bidder must be prepared to provide additional equipment within 7 calendar days in the event of any failure, even if two (2) installation crews are operating simultaneously. EQUIPMENT MAINTENANCE AND SERVICE INFORMATION List Names of mechanic who will be on stand-by for this purpose. Give their qualifications including credentials and training and years of experience. Give your Maintenance and Service Schedule (M&S) Do you have a fully equipped vehicle on stand-by for your Maintenance and Service crew that will provide regular maintenance and service as per Schedule (M&S)? Is this vehicle in poor, good or excellent condition and is it on island? Do you have spare parts for all your machines in FORM1 above in stock? List spare parts in separate attachment that you will provide. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

24 Describe Maintenance Service vehicle equipment and tools. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

25 ATTACHMENT C BID FORM In compliance with the above Invitation for Bids, the undersigned proposed to perform all work in strict accordance with the General Conditions, General Requirements, Technical Provisions, schedules and Drawings for the following amounts. Costs for each equipment line item are to include all equipment operation and all labor costs necessary to complete the Scope of Work including but not limited to: adverse excavating conditions; mobilization and demobilization between different segments of the project site; equipment operator labor and related costs; insurance, fuel, and all other operation and maintenance costs. Bid: 1. Base Cost = Cost per Liner feet of 8 diameter sewer main including installation of Sewer manholes and stub-outs (based on variable excavation depth of up to 8 feet as measured from installed sewer main invert elevation to existing ground, and also including over excavation as specified for bedding and manholes). $ Total Cost for 8 Sewer Main = Base Cost x 2,500 Linear Feet $ A. 8 Excavating Surcharge Multiplier=Cost per Linear feet of 8 diameter sewer main including installation of manholes and stub-outs (based on variable excavation depth from 8 feet up to 12 feet as measured from installed sewer main invert elevation to existing ground, and including over excavation as specified for bedding and manholes). This Surcharge multiplier will be used in areas where the 12 sewer main invert location is between 8 and 12 feet below existing grade. The surcharge multiplier shall be written in decimal form (for example a 15% surcharge shall be written as 1.15, and no surcharge shall be written as 1.0) and multiplied by the linear footage of 8 sewer main actually installed in the field between 8 and 12 feet invert depth below existing grade. 8 Excavating Surcharge Multiplier = $ B. 8 Deep Excavating Surcharge Multiplier=Cost per Linear feet of 8 diameter sewer main including installation of manholes and stub-outs (based on variable excavation depth greater than 12 feet as measured from installed sewer main invert elevation to existing ground, and including over excavation as specified for bedding and manholes). This Surcharge multiplier will be used in areas where the 8 sewer main invert location is greater than 12 feet below existing grade. The surcharge multiplier shall be written in decimal form (for example a 15% surcharge shall be written as 1.15, and no surcharge shall be written as 1.0) and multiplied by the linear footage of 12 sewer main actually installed in the field greater than 12 feet invert depth below existing grade. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

26 8 Deep Excavating Surcharge Multiplier = $ 2. Base Cost = Cost per Liner feet of 6 diameter sewer main including installation of Sewer manholes and stub-outs(based on variable excavation depth of up to 8 feet as measured from installed sewer main invert elevation to existing ground, and also including over excavation as specified for bedding and manholes). $ Total Cost for 6 Sewer Main= Base Cost x 1,500 Linear Feet $ A. 6 Excavating Surcharge Multiplier=Cost per Linear feet of 6 diameter sewer main including installation of manholes and stub-outs (based on variable excavation depth from 8 feet up to 12 feet as measured from installed sewer main invert elevation to existing ground, and including over excavation as specified for bedding and manholes). This Surcharge multiplier will be used in areas where the 6 sewer main invert location is between 8 and 12 feet below existing grade. The surcharge multiplier shall be written in decimal form (for example a 15% surcharge shall be written as 1.15, and no surcharge shall be written as 1.0) and multiplied by the linear footage of 6 sewer main actually installed in the field between 8 and 12 feet invert depth below existing grade. 6 Excavating Surcharge Multiplier = $ B. 6 Deep Excavating Surcharge Multiplier=Cost per Linear feet of 6 diameter sewer main including installation of manholes and stub-outs (based on variable excavation depth greater than 12 feet as measured from installed sewer main invert elevation to existing ground, and including over excavation as specified for bedding and manholes). This Surcharge multiplier will be used in areas where the 6 sewer main invert location is greater than 12 feet below existing grade. The surcharge multiplier shall be written in decimal form (for example a 15% surcharge shall be written as 1.15, and no surcharge shall be written as 1.0) and multiplied by the linear footage of 6 sewer main actually installed in the field greater than 12 feet invert depth below existing grade. 6 Deep Excavating Surcharge Multiplier = $ 3. Base Cost = Cost per Linear Feet of 4 Sewer Service Lateral (based on variable excavation depth of up to 6 feet as measured from installed sewer main invert elevation to existing ground, and also including over excavation as specified for bedding, cleanouts, and manholes). $ Total Cost = Base cost x 2,000 Linear Feet $ IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

27 A. 4 Excavating Surcharge Multiplier=Cost per Linear feet of 4 diameter sewer service laterals, including installation of manholes, cleanouts, and stub-outs (based on variable excavation depth from 6 feet up to 10 feet as measured from installed sewer service lateral invert elevation to existing ground, and including over excavation as specified for bedding, cleanouts, and manholes). This Surcharge multiplier will be used in areas where the 4 sewer main invert location is between 6 and 10 feet below existing grade. The surcharge multiplier shall be written in decimal form (for example a 15% surcharge shall be written as 1.15, and no surcharge shall be written as 1.0) and multiplied by the linear footage of 4 sewer service lateral actually installed in the field between 6 and 10 feet invert depth below existing grade. 4 Sewer Service Lateral Surcharge Multiplier $ B. 4 Deep Excavating Surcharge Multiplier=Cost per Linear feet of 4 diameter sewer service laterals, including installation of manholes, cleanouts, and stubouts (based on variable excavation depth from greater than 10 feet as measured from installed sewer service lateral invert elevation to existing ground, and including over excavation as specified for bedding, cleanouts, and manholes). This Surcharge multiplier will be used in areas where the 4 sewer main invert location is greater than 10 feet below existing grade. The surcharge multiplier shall be written in decimal form (for example a 15% surcharge shall be written as 1.15, and no surcharge shall be written as 1.0) and multiplied by the linear footage of 4 sewer service lateral actually installed in the field greater than 10 feet invert depth below existing grade. 4 Deep Sewer Service Lateral Surcharge Multiplier $ C. Base Cost = Installed Cost per Sewer Manhole (cost includes pickup/delivery to project site from ASPA yard, installation, channeling, grouting & surface restoration). Total Cost for Sewer Manhole = Base cost x 10 $ Bid Total (do not include Surcharge Multipliers. ASPA will use these when evaluating all bids): $ Bid Total: In Words Additionally, Dump Truck may be used on an as needed basis, please provide a quote for this usage. IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

28 Dump Truck Use (quote per 8 Cubic Yard of waste delivered to Futiga Landfill or other approved sites in Tualauta). $ 5. Cinders Supply Truck Size: cy A. Cost of ¾ Cinder Supply per cubic yard $ ATTACHMENT C Fagaima Area IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

29 IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

30 Malaeimi South IFB FY WW.TUALAUTA.SEWER.SYSTEM Page of 30

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 RFP NO. FY13.1142.FSM UTU ABE MALAE Executive Officer Page 1 of

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB )

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) PURCHASE AND DELIVERY OF TRANSMISSION AND DISTRIBUTION ( T&D ) ANNUAL INVENTORY SUPPLIES ORDER March 23, 2012 IFB NO. FY12.1084.WHSE-TD

More information

T AMERICAN SAMOA POWER AUTHORITY Materials Management Office

T AMERICAN SAMOA POWER AUTHORITY Materials Management Office T AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR PROPOSALS ( RFP ) FOR VAIPITO RESERVOIR DEBRIS REMOVAL March 4, 2014 RFP NO.: ASPA14.1201.WTR.VAIPITO RESERVOIR APPROVED FOR ISSUANCE

More information

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031,

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031, AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684)699-3057/3031, www.aspower.com REQUEST FOR PROPOSAL ( RFP ) TIRE REPLACEMENT SERVICES APRIL 18, 2017 RFP

More information

REQUEST FOR PROPOSALS ( RFP ) ANNUAL FINANCIAL AND SINGLE AUDIT SERVICES. May 13, 2016 RFP NO. ASPA BF APPROVED FOR ISSUANCE

REQUEST FOR PROPOSALS ( RFP ) ANNUAL FINANCIAL AND SINGLE AUDIT SERVICES. May 13, 2016 RFP NO. ASPA BF APPROVED FOR ISSUANCE REQUEST FOR PROPOSALS ( RFP ) ANNUAL FINANCIAL AND SINGLE AUDIT SERVICES May 13, 2016 RFP NO. ASPA16.1319.BF APPROVED FOR ISSUANCE UTU ABE MALAE EXECUTIVE DIRECTOR Page 1 of 21 Table of Contents Title

More information

REQUEST FOR PROPOSAL ( RFP ) PROVISION OF PROFESSIONAL SERVICES FOR NON-REVENUE WATER (NRW) TECHNICAL ASSISTANCE. January 21, 2014

REQUEST FOR PROPOSAL ( RFP ) PROVISION OF PROFESSIONAL SERVICES FOR NON-REVENUE WATER (NRW) TECHNICAL ASSISTANCE. January 21, 2014 REQUEST FOR PROPOSAL ( RFP ) PROVISION OF PROFESSIONAL SERVICES FOR NON-REVENUE WATER (NRW) TECHNICAL ASSISTANCE January 21, 2014 RFP NO. ASPA14.1185.WTR.NON REVENUE WATER UTU ABE MALAE EXECUTIVE DIRECTOR

More information

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) TERMITE AND PEST CONTROL SERVICES IFB NO. ASPA

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) TERMITE AND PEST CONTROL SERVICES IFB NO. ASPA AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) TERMITE AND PEST CONTROL SERVICES Issuance Date: March 11, 2016 Closing Date: March 18, 2016 @ 10:00 a.m. APPROVED

More information

REQUEST FOR PROPOSAL ( RFP ) ALIA BOAT/VESSEL INTER-ISLAND TRANSPORTATION SERVICES APRIL 20, 2017 RFP NO.: ASPA APPROVED FOR ISSUANCE

REQUEST FOR PROPOSAL ( RFP ) ALIA BOAT/VESSEL INTER-ISLAND TRANSPORTATION SERVICES APRIL 20, 2017 RFP NO.: ASPA APPROVED FOR ISSUANCE AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL ( RFP ) APRIL 20, 2017 RFP NO.: ASPA17.025 APPROVED FOR ISSUANCE UTU ABE MALAE EXECUTIVE DIRECTOR Table of Contents Title

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009 RFP NO. 2009FSM-1004 MICHAEL J KEYSER Chief Executive Officer Page - 1

More information

REQUEST FOR PROPOSAL ( RFP ) PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL ABILITY ANALYSIS OF VAIPITO RESERVOIR. June 2, 2014

REQUEST FOR PROPOSAL ( RFP ) PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL ABILITY ANALYSIS OF VAIPITO RESERVOIR. June 2, 2014 American Samoa Power Authority P.O. Box PPB Pago Pago, American Samoa 96799 REQUEST FOR PROPOSAL ( RFP ) PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL ABILITY ANALYSIS OF VAIPITO RESERVOIR June 2, 2014

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) PURCHASE AND DELIVERY OF ONE (1) 2012/2013 MIDSIZE 4-DOORS 4x2 PICK UP TRUCK June 11, 2012 RFQ NO. FY12.1088.FSM ANDRA SAMOA

More information

REQUEST FOR PROPOSALS PROVISION OF PROFESSIONAL SERVICES FOR THE EASTSIDE VILLAGE WASTEWATER COLLECTION SYSTEM PROJECT: PACKAGE 5, PHASE I (REBID)

REQUEST FOR PROPOSALS PROVISION OF PROFESSIONAL SERVICES FOR THE EASTSIDE VILLAGE WASTEWATER COLLECTION SYSTEM PROJECT: PACKAGE 5, PHASE I (REBID) REQUEST FOR PROPOSALS PROVISION OF PROFESSIONAL SERVICES FOR THE EASTSIDE VILLAGE WASTEWATER COLLECTION SYSTEM PROJECT: PACKAGE 5, PHASE I (REBID) July 21, 2017 RFP NO.: ASPA17.043.WW APPROVED FOR ISSUANCE

More information

Water Use Information for American Samoa

Water Use Information for American Samoa REQUEST FOR PROPOSALS ( RFP ) Water Use Information for American Samoa December 1, 2017 RFP NO.: APPROVED FOR ISSUANCE BY: UTU ABE MALAE EXECUTIVE DIRECTOR Page 1 of 17 Table of Contents Title Page...

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS (IFB) October 5, 2009

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS (IFB) October 5, 2009 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS (IFB) October 5, 2009 IFB NO. 2010GEN-1001 MICHAEL J KEYSER Chief Executive Officer Page 1 of 19 BID INVITATION AMERICAN SAMOA

More information

OFFICE OF PROCUREMENT REQUEST FOR QUOTE (RFQ) SUPPLY AND DELIVERY TRANSMISSION & DISTRIBUTION (T&D) INVENTORY MATERIALS.

OFFICE OF PROCUREMENT REQUEST FOR QUOTE (RFQ) SUPPLY AND DELIVERY TRANSMISSION & DISTRIBUTION (T&D) INVENTORY MATERIALS. OFFICE OF PROCUREMENT REQUEST FOR QUOTE (RFQ) SUPPLY AND DELIVERY OF TRANSMISSION & DISTRIBUTION (T&D) INVENTORY MATERIALS February 6, 2018 RFQ No. ASPA18.021.WHS-TD APPROVED FOR ISSUANCE BY: UTU ABE MALAE

More information

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT Issuance Date: March 24, 2016 Closing Date: March 31, 2016 APPROVED

More information

MOBILGARD ADL 40 LUBE OIL. July 9, 2007

MOBILGARD ADL 40 LUBE OIL. July 9, 2007 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BID MOBILGARD ADL 40 LUBE OIL July 9, 2007 IFB NO, 2007GEN1008 ANDRA SAMOA Chief Executive Officer IFB NO. 2007GEN1008 MOBILGARD ADL

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR PROPOSAL ( RFP ) ASPA TA U & OFU HYBRID SYSTEM 480V SWITCHGEAR

AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR PROPOSAL ( RFP ) ASPA TA U & OFU HYBRID SYSTEM 480V SWITCHGEAR AMERICAN SAMOA POWER AUTHORITY P.O. Box PPB Pago Pago, American Samoa 96799 Phone: (684) 699-4214/4212 Facsimile: (684) 699-1398 AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR PROPOSAL

More information

REQUEST FOR QUOTATIONS (RFQ) July 28, 2016 RFQ NO. ASPA GEN. Supply of Engine Lube Oil

REQUEST FOR QUOTATIONS (RFQ) July 28, 2016 RFQ NO. ASPA GEN. Supply of Engine Lube Oil AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE REQUEST FOR QUOTATIONS (RFQ) July 28, 2016 RFQ NO. ASPA16.1322.GEN Supply of Engine Lube Oil Issuance Date: July 28, 2016 Closing Date/Time: August

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTATIONS FOR THE ANNUAL SUPPLY OF MOBILGARD ADL 40 LUBE OIL.

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTATIONS FOR THE ANNUAL SUPPLY OF MOBILGARD ADL 40 LUBE OIL. AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTATIONS FOR THE ANNUAL SUPPLY OF MOBILGARD ADL 40 LUBE OIL August 14, 2009 RFQ NO. 2009GEN-1023 MICHAEL J. KEYSER Chief Executive Officer

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL ( RFP ) SUPPLY of AUTOCAD SOFTWARE and ACAD USER TRAINING.

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL ( RFP ) SUPPLY of AUTOCAD SOFTWARE and ACAD USER TRAINING. AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL ( RFP ) SUPPLY of AUTOCAD SOFTWARE and ACAD USER TRAINING April 19, 2011 RFP NO. FY11.1063.ESD ANDRA SAMOA Chief Executive Officer

More information

REQUEST FOR PROPOSAL (RFP) FOR IN-LINE METERS INSTALLATION PROJECT PHASE III. May 9, 2018 RFP NO.: ASPA ESD-WTR APPROVED FOR ISSUANCE BY:

REQUEST FOR PROPOSAL (RFP) FOR IN-LINE METERS INSTALLATION PROJECT PHASE III. May 9, 2018 RFP NO.: ASPA ESD-WTR APPROVED FOR ISSUANCE BY: American Samoa Power Authority P.O. Box PPB Pago Pago, American Samoa 96799 Telephone: (684) 699-1234/248-1234 Email: info@aspower.com & Website: www.aspower.com REQUEST FOR PROPOSAL (RFP) FOR IN-LINE

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

INVITATION FOR BIDS ( IFB )

INVITATION FOR BIDS ( IFB ) AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) New Wells No. 1, 2, and 3 Water System Connection Project DECEMBER 28, 2015 IFB NO. ASPA16.1290.WTR Issuance Date:

More information

UTU ABE MALAE EXECUTIVE DIRECTOR

UTU ABE MALAE EXECUTIVE DIRECTOR AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR PROPOSAL ( RFP ) MUNICIPAL SOLID WASTE COLLECTION AND DISPOSAL SERVICE Solicitation No: ASPA14.1132.SW.MUNICIPAL COLLECTION AND DISPOSAL

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

American Samoa Power Authority PO Box PPB Pago Pago, AS 96799

American Samoa Power Authority PO Box PPB Pago Pago, AS 96799 American Samoa Power Authority PO Box PPB Pago Pago, AS 96799 REQUEST FOR PROPOSALS FOR THE CONSTRUCTION OF Tramway Tank Rehabilitation Project Phase II February 14, 2017 RFP NO.: ASPA17.018.ESD-WTR APPROVED

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL. Electric Rate Study. July 13, RFP NO. ASPA Electric Rate Study

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL. Electric Rate Study. July 13, RFP NO. ASPA Electric Rate Study AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL Electric Rate Study July 13, 2015 RFP NO. ASPA15.1267.Electric Rate Study Utu Abe Malae Chief Executive Officer 1 P a g e o f 2

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK ADDENDUM 2 KODIAK ISLAND BOROUGH LIBRARY Kodiak, AK March 7, 2018 TO ALL PLAN HOLDERS OF RECORD: This addendum forms part of and modifies the contract documents as noted below. Bidders must acknowledge

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND DELIVERY OF ONE (1) CREW CAB PICK UP TRUCK FOR ESD DIVISION

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND DELIVERY OF ONE (1) CREW CAB PICK UP TRUCK FOR ESD DIVISION AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND DELIVERY OF ONE (1) CREW CAB PICK UP TRUCK FOR ESD DIVISION April 20, 2010 RFQ NO. FY10.1013.ESD-W.80 ANDRA SAMOA

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT AND CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408 (909) 890-0644 FAX (909) 890-2349 http://www.hacsb.com/procurement.htm

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE FORMAL BID 2018-109 KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE BID SUBMISSION DEADLINE & LOCATION TUESDAY, FEBRUARY 27, 2018 3:00 PM Mailing Address: 614

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

REQUEST FOR PROPOSAL ( RFP ) for the FAGAALU SURFACE WATER SYSTEM DEVELOPMENT PROJECT PRELIMINARY ENGINEERING REPORT.

REQUEST FOR PROPOSAL ( RFP ) for the FAGAALU SURFACE WATER SYSTEM DEVELOPMENT PROJECT PRELIMINARY ENGINEERING REPORT. American Samoa Power Authority PO Box PPB Pago Pago, AS 96799 REQUEST FOR PROPOSAL ( RFP ) for the FAGAALU SURFACE WATER SYSTEM DEVELOPMENT PROJECT PRELIMINARY ENGINEERING REPORT November 24, 2017 RFP

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

SUPPLY OF NO. 2 LAND DIESEL FUEL

SUPPLY OF NO. 2 LAND DIESEL FUEL AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BID SUPPLY OF NO. 2 LAND DIESEL FUEL July 24, 2007 IFB NO. 2007GEN1009 ANDRA SAMOA Chief Executive Officer - 1 - SIGNIFICANT DATES The

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

AMERICAN SAMOA POWER AUTHORITY. Materials Management Office REQUEST FOR PROPOSALS (RFP) Renewable Energy Integration Study for the ASPA Power Grid

AMERICAN SAMOA POWER AUTHORITY. Materials Management Office REQUEST FOR PROPOSALS (RFP) Renewable Energy Integration Study for the ASPA Power Grid AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR PROPOSALS (RFP) Renewable Energy Integration Study for the ASPA Power Grid RFP NO. FY13. 1127.ESD.RENEWABLE ENERGY June 17, 2013 UTU

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

General Rules and Regulations

General Rules and Regulations General Rules and Regulations City of Hamilton, Ohio Sanitary Sewer Collection and Treatment Revised December 23, 2016 Page 1 of 13 To Our Customers, Sanitary Sewer Collection and Treatment Department

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION WILLIAM A. BELL, SR. MAYOR ROOM 220 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, ALABAMA 35203-2292 INVITATION TO

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan. ADDENDUM NO. 1 124002-4A RE: FROM: TO: Depot Street Drainage Improvements Charlestown, New Hampshire DuBois & King, Inc. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders DATE: June

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

More information

REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA)

REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA) 3/2018 REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA) (ROAD NAME(S) & ID #) (NAME OF MUNICIPALITY & COUNTY) 1. SCOPE OF WORK: (hereinafter referred to as Owner ), requires

More information

PART V BID REQUIREMENTS

PART V BID REQUIREMENTS PART V BID REQUIREMENTS SECTION TITLE K L M Bid Content Price Information Submission of Bid 41 SECTION K BID CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section are purposely

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) PURCHASE AND DELIVERY OF ONE (1) 2012/2013 4X4 Four-DOOR Heavy Duty PICK-UP TRUCK July 31, 2012 RFQ NO. FY12.1095.FSM ANDRA

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208) Great West Engineering, Inc. 3363 N. Lakeharbor Lane Boise, Idaho 83703 (208) 576-6671 April 7, 2017 Whitman County Department of Public Works Carothers Road Solid Waste Facility Contact Water and Fire

More information

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

More information

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC 29691 Robyn M. Courtright, CPPO, Procurement Director Tronda Spearman, CPPB, Assistant Procurement Director Telephone: 864-638-4141

More information