AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS ( RFP ) Provision of

Size: px
Start display at page:

Download "AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS ( RFP ) Provision of"

Transcription

1 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS ( RFP ) Provision of Phase I Archaeological Survey and Reporting Services for East Side Villages Wastewater Collection System Project June 20, 2012 RFP NO. FY ESD-WW ANDRA SAMOA Chief Executive Officer Page of 25

2

3 DATE OF ISSUE: June 20, 2012 PROPOSAL INVITATION AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT P.O. BOX PPB PAGO PAGO, AS (684) IOANA S. ULI MANAGER, PROCUREMENT OFFICE RFP NO. FY ESD-WW Provision of Phase I Archaeological Survey and Reporting Services for ESV WW Collection System Project INSTRUCTIONS: 1) This RFP shall require an original, one PDF electronic copy, and five (5) hard copies that must be received at the ASPA Procurement Office no later than 2:00 p.m. on August 3, The envelope or box must be labeled RFP No. FY ESD- WW Provision of Phase I Archaeological Survey and Reporting Services for ESV WW Collection System Project Late submittals will not be opened or considered and will be determined as non-responsive. All Offerors shall provide sufficient written and verifiable information that responds to the requirements set forth herein and in the Scope of Work ( SOW ). 2) Pre-Proposal Questions Any pre-proposal questions and/or clarifications shall be submitted to Procurement@aspower.com or ioana@aspower.com 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 July 9, 2012; The ASPA shall issue addenda to address any questions and/or clarifications as necessary. NOTE TO OFFERORS: This proposal is subject to the attached General Terms and Conditions of the RFP for Provision of Phase I Archaeological Survey and Reporting Services for ESV WW Collection System Project. The undersigned Offeror agrees to furnish, within the time specified, the articles and services at the price stated for the respective terms listed on the schedule of the cost proposal. In consideration of the expense to the ASPA in opening, tabulating, and evaluating this proposal, and because time is of the essence, the undersigned agrees that this proposal shall remain firm and irrevocable within one hundred twenty (120) calendar days from the date opening to supply any or all of the items which prices are proposed. SIGNED: DATE: Page of 25

4 AMERICAN SAMOA POWER AUTHORITY SPECIAL REMINDERS TO PROSPECTIVE OFFERORS Where applicable, Offerors are reminded to read the Proposal Solicitation Instructions and General Terms and Conditions attached to the Proposal Invitation to ascertain that all of the following (see boxes checked) requirements of the proposal are submitted in the proposal envelope at the date and time for proposal opening. [X] 1. PROPOSAL FORMS a. Proposal Invitation Form (Page 3) b. Proposal Transmittal Form (Attachment A) c. Proposal Bond (Attachment C) d. Offeror s Qualification Sheet (Attachment D) [X] 2. TECHNICAL PROPOSAL The Technical Proposal shall follow the Scope of Work refer to 3. Also, complete the Offeror Qualification Sheet. The Technical Proposal shall clearly indicate how the SOW will be accomplished within the required time frames presented in this document. (Attachment B) [X] 3. COST PROPOSAL The Offeror shall submit a detailed cost proposal for the completion and final approval of the Scope of Work as stated in 9(c). [X] 4. PROPOSAL BOND The Offeror shall submit a proposal bond for 10% of the total proposal amount and execute the attached proposal bond form. (Attachment C) NOTICE TO OFFERORS: ASPA objects to and will not be required to evaluate or consider any additional terms and conditions submitted with a Bidder s response. This applies to any language appearing in or attached to the document as part of the Bidder s response. By execution and delivery of this Request for Proposal and response(s), the Bidder agrees that any additional terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect. This reminder must be signed and returned with the technical proposal envelope. Failure to comply with requirements may result in disqualification and rejection of the proposal. I, authorized representative of ; acknowledge receipt of this special reminder to prospective Offerors together with Proposal Invitation RFP NO. FY ESD-WW as of this date, OFFEROR s Representative Signature Page of 25

5 GENERAL TERMS AND CONDITIONS RFP NO. FY ESD-WW I. INTRODUCTION The American Samoa Power Authority ( ASPA ), in order to comply with American Samoa Code Annotated ( ASCA ) and other regulatory requirements, hereby issues this Request for Proposals ( RFP ). Through this RFP, the ASPA seeks to award an agreement for Phase I Archaeological Professional Survey and Reporting Services for the East Side Villages Wastewater Collection System project (Package #5). This federally funded wastewater project includes archaeological work limited to the project area that is mandated by the National Historic Preservation Act of 1966 as a Section 106 Law, as amended and with the implementing regulations at 36 CFR 800. This project is also subject to NEPA as amended and implementing regulations. The complete description of required services and deliverables is listed in the Scope of Work ( SOW ). There is no expressed or implied obligation for the ASPA to reimburse Offerors for any expenses incurred in preparing proposals in response to this RFP. The specific details shown herein shall be considered minimum unless otherwise shown. By submitting a proposal, the Offeror consents to personal jurisdiction and venue in the High Court of American Samoa, Trial Division. II. AUTHORITY A. The ASPA was formally established through legislative action by the American Samoa Government (ASG) in B. The ASPA generates and distributes electrical power and provides water, wastewater and solid waste services for the islands of American Samoa. 1. As a separate and semi-autonomous authority, the ASPA was established to afford better accountability for the utility s operations and cost of service. 2. The ASPA is governed by a five-member Board of Directors, each of whom are appointed by the Governor and confirmed by the legislature. 3. The ASPA s utility rates are developed and promulgated in accordance with ASG Administrative Procedures Act (ASCA et. seq.) and specific guidelines within the Public Utility Regulatory Policies Act ( PURPA ) for electricity. III. SCOPE OF WORK ( SOW ): ATTACHMENT B IV. DATE/TIME/PLACE OF PROPOSAL SUBMISSION AND PROPOSAL OPENING Each Offeror must submit its proposal in a sealed envelope addressed to the ASPA Procurement Manager. An original, one (1) PDF electronic copy, and five (5) hard copies of the proposal must be received in the Office of Procurement no later than 2:00 p.m. local time on or before August 3, Late submittals will not be opened or considered and will be determined as non-responsive. All Offerors shall provide Page of 25

6 sufficient written and verifiable information that responds to the requirements of the RFP, and in accordance with the SOW. V. PRE-PROPOSAL QUESTIONS: Any pre-proposal questions and/or clarifications shall be submitted to or the Procurement Manager in writing (through electronic mail or hard copy) no later than 4:00 p.m. on July 9, The ASPA shall issue addenda to address any questions and/or clarifications as necessary. VI. PROPOSAL SECURITY All proposals shall be accompanied by a proposal bond or cashier s check made payable to the ASPA equal to ten percent (10%) of the total proposal amount to be forfeited to the ASPA in the event of the failure of the Offeror to honor the terms of the proposal or to execute the contract. Cash, personal checks or company checks will not be accepted. VII. RETURN OF PROPOSAL SECURITY The ASPA reserves the right to retain the proposal security of the three lowest Offerors until the successful Offeror has signed and delivered the contract. Upon failure of the successful Offeror to sign and deliver said contract within the specified time, the next lowest proposal may be accepted at the ASPA s discretion, whereupon the above instructions and requirements will apply to the said second Offeror. Proposal security, in the form of legal tender or a cashier s check, will be returned promptly after the review of all proposals, except those of the three lowest Offerors, which will be retained and returned within 15 days after the contract has been executed. VIII. ADDENDA The ASPA reserves the right to issue addenda for any changes to this RFP. Offerors shall send the ASPA a signed form confirming receipt of each addendum. IX. PROPOSAL PREPARATION INSTRUCTIONS The proposal must contain three (3) parts. Offerors shall prepare their proposals in detail accordingly. A. Technical. Offeror must describe its approach in addressing duties outlined in the SOW. This includes delineation of specific actions the Offeror will undertake to achieve the goals, objectives, within the required timeframes and to the level of mapping accuracy outlined in the SOW. Offerors are encouraged to submit a detailed project schedule that shows the completion of major SOW milestones (Phase I Survey Map within 90 days of NTP, Draft Final Report within 180 days of NTP, and Final Report within 225 days from NTP) and all subtasks in order to conclude all work with the 8-month contract term. Page of 25

7 B. Prior Related Experience/Past Performance. A description of the firm s related experience, background, past performance and credentials as stated on the attached Offeror Qualification Sheet, which is incorporated herein as if fully set forth. This part includes a dossier of personnel qualifications. Offeror must meet the Secretary of the Interior s Qualifications for an archaeologist and be approved by the US Environmental Protection Agency to work on this project. Offeror should provide references (3 or more) and a project history that verifies a minimum of five (5) years of related project experience. Offeror must hold appropriate and current business license for these services. C. Price Proposal: Offeror s price for services, materials and equipment, including a detailed breakdown of all project costs required to complete the SOW. Offeror shall also include a detailed breakdown of all anticipated project costs required to complete Phase II Subsurface Survey on a unit cost basis for evaluation should ASPA order this work. X. ATTACHMENTS Attachment A: Proposal Transmittal form Attachment B: Scope of Work Attachment C: Proposal Bond Form Attachment D: Offeror s Qualification Sheet Attachment E: Area of Potential Effect (APE) Map XI. CONTRACT TERM Contract term for this contract is not to exceed eight (8) months. XII. TYPE OF CONTRACT The contract entered into between the successful Offeror and ASPA shall be a fixed price contract. The successful Offeror, as an independent contractor and not as an agent or employee of the ASPA, shall furnish the necessary personnel, materials, insurances, licenses, equipment, ground transportation to and from work areas, required materials or services, and otherwise do all things necessary to perform the work and services specified in the SOW. Payment terms are 30 days after receipt of correct invoice or acceptance of deliverables, whichever is later; provided that ASPA will hold 10% of all payments until final report is approved. Payment terms are more fully described in the SOW. XIII. BASIS FOR SELECTION AND AWARD OF CONTRACT Proposals will be evaluated by a Source Evaluation Board (SEB). SEB members shall be chosen by the ASPA Chief Financial Officer based on recommendations by the Procurement Manager. Submission of a proposal shall constitute a waiver of any challenge or dispute of SEB members, as well as the choice of methodology as detemined by the SEB. The award will be made by the ASPA in accordance with the evaluation criteria set forth herein and with the ASPA s Procurement Rules. Page of 25

8 A determination shall be made by the SEB of those responsible Offerors whose proposals 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 Offerors whose proposals are determined to have a reasonable chance of being selected for award. These discussions shall only be conducted for obtaining clarification from the Offeror on its proposal to ensure full understanding of and responsiveness to the RFP requirements. Discussions shall be conducted individually with each Offeror and care shall be exercised to ensure that no information derived from competing Offerors proposals is disclosed. All Offerors with whom discussions are conducted shall be accorded an opportunity to revise their proposals in response to specific clarifications based on the discussions. Unless the Procurement Manager determines that satisfactory evidence exists that a mistake has been made, as set forth in Procurement Rule 3-114, Offerors will not be permitted to revise their proposals after proposal opening. The results of the evaluation will be documented, and a written recommendation by the SEB will be sent to the Procurement Manager. The Procurement Manager, upon receiving the SEB s written recommendation, shall forward the recommendation to the Division Manager for routing to the Board of Directors and the CEO, through the CFO for final approval. The ASPA reserves the right to make the award to the Offeror that submits the proposal, which meets the requirements set forth herein and is in the best interest of the ASPA after taking into consideration the aforementioned factors. The ASPA also reserves the right to select portions of a proposal, or to reject any and all proposals. XIV. EVALUATION CRITERIA Offerors proposals will be evaluated and ranked by the Source Evaluation Board by considering all aspects of the proposal technical, qualifications, and cost, in order to make a selection that best meets ASPA s project requirements utilizing the following point system: Technical: Experience: Contract Price: Total 0-30 points 0-30 points 0-40 points 100 points (best possible score) XV. QUALIFICATION OF OFFEROR The ASPA may make such investigations as it deems necessary to determine the Offeror s legal ability to enter into the agreement, and the Offeror shall furnish to the ASPA such information and data for this purpose as the ASPA may request, or the Offeror may be deemed non-responsive. XVI. MULTIPLE PROPOSALS COLLUSION If more than one proposal is offered by any one party or in the name of its clerk, partner or other person; all proposals submitted by said party may be rejected by the ASPA. This shall not prevent an Offeror from submitting alternate proposals when called for. A party who has proposed prices on materials is not thereby disqualified from Page of 25

9 quoting prices to other Offerors or from submitting a proposal directly to the ASPA. If the ASPA believes that collusion exists among any Offerors, none of the participants in such collusion shall be considered. Proposals in which the contract prices are unbalanced or unrealistic may be rejected at the ASPA s sole discretion. XVII. OFFEROR S UNDERSTANDING Each Offeror 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 Offeror 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 non-burning requirements, permits, fees, and similar subjects. XVIII. WITHDRAWAL OF PROPOSAL Any proposal may be withdrawn prior to the scheduled time for the opening of proposals by notifying the ASPA in a written request. No proposal may be withdrawn after the time schedule for opening of proposals. XIX. OPENING AND EVALUATION OF PROPOSALS In accordance with the ASPA Procurement Rule 3-110, proposals 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. XX. RFP CONDITIONS This RFP does not commit the ASPA to award a contract or to pay any cost incurred in the preparation of a proposal. The ASPA reserves the right to: A. Reject any Offeror for being non-responsive to proposal requirements contained in this RFP; B. Reject all proposals and reissue an amended RFP; C. Request additional information from any Offeror submitting a proposal; D. Select an Offeror for award-based criteria other than least cost (e.g. capability to complete work in a timely fashion or evidence of good work experience); E. Negotiate a contract with the Offeror selected for award; and/or F. Waive any non-material violations of rules contained in this RFP. The ASPA reserves the right to issue any addendums to this RFP. Offerors shall send the ASPA a signed form confirming receipt of any addendum, and shall submit supporting/additional information as required by any addendum. In the event that an Offeror fails to acknowledge receipt of any such Addendum in the space provided, his proposal shall be considered irregular and will be accepted by the ASPA only if it is in the ASPA s best interest. In the event that addenda are not received until after the Page of 25

10 Offeror has submitted its proposal, a supplementary proposal may be submitted revising the original proposal. Such supplementary proposals must be received by the ASPA prior to the scheduled time for opening of proposals. XXI. REPRESENTATION REGARDING ETHICS IN PUBLIC PROCUREMENTS The Offeror 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. XXII. REPRESENTATION REGARDING CONTINGENT FEES The Offeror 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. XXIII. COMPLIANCE WITH LAWS Offerors 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 XXIV. AWARD, CANCELLATION, AND REJECTION Award shall be made to the lowest responsible and responsive Offeror, whose proposal 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. The ASPA reserves the right to waive any minor irregularities in the proposal received. The Procurement Manager shall have the authority to award, cancel, or reject proposals, 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 the ASPA to award contracts to qualified Offerors. The 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. XXV. IINSURANCE COVERAGE: During the term of the Contract, the Offeror at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Contract. As a minimum, the Offeror shall provide and maintain the following coverage and limits: a) Worker s Compensation - The Offeror shall provide and maintain Worker s Compensation Insurance, as required by applicable laws, as well as employer s liability coverage with minimum limits of $100,000.00, covering all of Offeror s employees who are engaged in any work under the Contract. If any work is sublet, Page of 25

11 the Offeror shall require the subcontractor to provide the same coverage for any of his employees engaged in any work under the Contract ; and b) Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $2,000, Combined Single Limit (Defense cost shall be in excess of the limit of liability); and c) Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the Contract. The minimum combined single limit shall be $500, bodily injury and property damage; $500, uninsured/under insured motorist; and $5, medical payment; and d) Providing and maintaining adequate insurance coverage described herein is a material obligation of the Offeror and is of the essence of this Contract. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage. The Offeror shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies. The limits of coverage under each insurance policy maintained by the Offeror shall not be interpreted as limiting the Offeror s liability and obligations under the Contract. Page of 25

12 Date: AMERICAN SAMOA POWER AUTHORITY American Samoa Government Ladies/Gentlemen: ATTACHMENT A PROPOSAL TRANSMITTAL FORM The undersigned (hereafter called an Offeror), hereby proposes and agrees to furnish all the necessary information pertaining to RFP NO. FY ESD-WW Provision of Phase I Archaeological Survey and Reporting Services for ESV WW Collection System 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 proposal 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 proposal form attached hereto. The undersigned has read and understands the proposal 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 RFP Instructions and General Terms and Conditions attached to ascertain that all of the following (see boxes checks) requirements of the proposal are submitted in the proposal envelope in single at the date and time for proposal opening. Signed Seal Date: Page of 25

13 ATTACHMENT B SCOPE OF WORK ( SOW ) A. General Information The SOW was developed to support construction of the East Side Villages Wastewater Collection System project (Package #5). It is anticipated that the Contractor will require developing a more detailed scope of work for fieldwork, data analysis, and report writing following the scope of work herein. The following tasks are defined in accordance with the standards and report guidelines for archaeological investigation established by American Samoa Historic Preservation Office (ASHPO) and the standards set by the United States Secretary of Interior. More specific requirements may be developed during consultations between the Contractor, representatives of ASPA, and the ASHPO. This RFP is to evaluate and select a Contractor that will perform the work required to complete a Phase I, pedestrian survey, some surface collection when needed, and the production of an accurate survey map and report. Additionally, proposals should include a more detailed scope of work and associated costs for any subsurface testing (Phase II) in order to define the boundaries of the site and characterize it (i.e. describe what are the artifact types, feature types, dates, etc.) so the significance of the site is understood, and based on those results, recommendations for monitoring and/or data recovery can be made for potential Phase III work, including a budget estimate, that may be ordered by ASPA based upon Phase I findings and wastewater design requirements, after consultation with ASHPO and design engineers. The Scope of Work presented herein is to be considered a general guideline. Respondent proposals should fully develop a Phase I pedestrian survey, surface collection, mapping and reporting. Phase I work to include the production of an accurate map of all areas of potential significance in the project area must be completed within ninety (90) days from the date of Notice to Proceed. Proposals should also include an approach to Phase II work and a cost proposal for ASPA to consider in the event this work should be ordered by ASPA. Furthermore, according to the Scope of Work (SOW) the focus of this historic properties identification project are prehistoric and early historic period deposits, and will not require the evaluation of contemporary resources less than fifty (50) years old. The Contractor shall consult with ASPA and ASHPO representatives throughout all phases of research, analysis, and report preparation. B. LOCATION OF WORK AREA OF POTENTIAL EFFECT The Area of Potential Effect (APE) for the East Side Villages Wastewater Collection System project (Package #5) includes a corridor along the proposed sewer main and the service lines to all houses that will be served by such lines. The areas for the proposed sewer line will be in the villages of Leloaloa, Aua, Onesosopo and part of Lauli i up to Breakers Point on the Island of Tutuila, in the Territory of American Samoa. The SOW will be performed in this APE and is defined as fifteen (15) foot offsets along the proposed sewer main and service lines to the houses. Please view a map of the APE following the proposed sewer line project in Attachment E. C. SERVICES REQUIRED Page of 25

14 The required services shall include review and coordination of data from previous archaeological studies of the American Samoa, Samoa, and the Pacific, as applicable, the use of available records, maps and photographs on Tutuila located at the ASHPO, and the American Samoa Office of Archives and Records Management. The survey results shall be placed in the context of previous archaeological research and include specific research objects as found, for example, in the American Samoa Historic Preservation Survey Plan. Required services shall also include a reconnaissance and archaeological survey following standard archaeological survey techniques to achieve 100% coverage of the APE. It is estimated that this will involve survey of approximately 47.7 acres (about 70,000 linear feet of proposed sewer pipe with 15 offsets from pipe centerline). The Contractor shall retrieve any previous archaeological studies of the project area from ASHPO office as well ASPA s archaeological lab if necessary. The APE shall be surveyed using pedestrian survey (also known as Phase I). ASPA may order additional subsurface testing (known as Phase II) if cultural artifacts and cultural remains are identified in the APE during Phase I. Surface artifacts shall be collected and their provenience shall be recorded as well by using a total station or GPS points and shall be plotted on a map using the GIS satellite photos and infrastructure data layers provided by ASPA. If a heavy concentration of artifacts is located in an area with a high visibility, a controlled surface collection shall be conducted. Once coverage has been completed and all surface materials and features are recorded, the Contractor shall prepare maps and photograph all surface features. At least one control point shall be marked on each plan view map using GPS or GIS information. The GPS or total station data shall be differentially corrected at a later time to increase the accuracy within 1m. The Contractor shall provide the appropriate datum in WGS 84 (World Geodetic Survey). ASPA shall also require the use of the American Samoa Datum of 1962 (ASD62) to prepare coordinates and maps of the survey for wastewater project design purposes. Temporary site numbers shall be assigned and site forms, photographs and maps, shall then be completed and submitted to the American Samoa Historical Preservation Office and ASPA. It is critical that the prepared map and associated data for the APE be given to ASPA no later than ninety (90) days from the date a Notice to Proceed is given. This will allow ASPA to adjust the waste water design if required to avoid potential areas of significance. Should any additional areas be required to be surveyed after the waste water project design is adjusted, then, at ASPA s discretion, this work may be negotiated with the successful Offeror. D. WORK TASKS 1. Background Research Background research shall be done to satisfy two objectives. The first objective is to obtain information about the project area from maps, photographs, and written documents, reports, and articles to identify possible sites and properly describe their historic context. In consultation with ASHPO, the second objective is to develop research questions that the site information gathered during the survey and Page of 25

15 excavation can help to address and shall include research to put the findings in regional context. 2. Phase I - Intensive Surface Survey The Contractor shall conduct an intensive archaeological surface survey of the APE as defined above. An intensive archaeological surface survey is defined, for the purposes of this RFP, as including pedestrian survey with complete vegetation clearing in areas where ground visibility is less than 50%. The field crew shall walk transects of the APE spaced no more than 5 meters apart. Artifact locations and surface concentrations of cultural materials shall be marked and mapped. Surface distributions of artifacts and other cultural constituents shall be used for deciding the placement of subsurface excavation features. The Phase I survey results shall be used to identify cultural resource locations within the project APE and to allow project engineers the opportunity to avoid resources through redesign or allow ASPA and the ASHPO to determine the appropriate treatment for the cultural resources. If there is evidence of substantial subsurface deposits as indicated by surface collections, shovel test pits (STPs), or other observations, then a Phase II subsurface investigation may be ordered by ASPA if project redesign is not feasible. Archaeological subsurface survey is defined, as a series of STPs to be excavated at regular intervals in a grid pattern at identified archaeological sites. Generally, the main purpose of performing the subsurface survey is: a. To define the presence and character of subsurface cultural deposits; b. To define the horizontal and vertical boundaries of historic properties in the project area. STPs shall measure at a minimum of 20 cm x 20 cm to determine presence or absence of subsurface artifacts to determine site boundaries All STPs shall be excavated to a minimum of 100 cm below surface to bedrock or to the water table, whichever is encountered first. The sediments excavated from every shovel test shall be processed through ¼-inch mesh hardware cloth and all cultural materials retained. The Contractor will identify the number and distance of STPs required in the APE to be distributed no more than five (5) meters apart. 3. Phase II (if ordered by ASPA) - Controlled Excavation Units Excavations with stratigraphic control are the function of Controlled Excavation Units (hereafter Test Unit or TU) which shall provide detailed information regarding a wide range of archaeological phenomena, particularly small constituents such as flaking debitage, faunal bone and shell, small artifacts such as potsherds, and other remains that are not recovered with STPs. Placement of TUs shall be based on the results of the surface inspection and excavation of STP s. Page of 25

16 TUs shall be at a minimum of 1 m x 1 m and shall be excavated in 10 cm levels unless natural strata or features are encountered, in which case vertical controls within each stratum shall be maintained in 10 cm increments. Excavated sediments shall be dry-screened through either ¼-inch or ⅛-inch mesh hardware cloth, depending on the possible types (and sizes) of cultural material present and on excavation conditions. If ¼-inch mesh is selected, then consistent portions of each excavation level may be passed through ⅛-inch mesh to monitor constituents that would otherwise be lost through the larger mesh (e.g., small fish hooks, fish bone, and small pot sherds). The specific combination of screen sizes and sub samples shall be determined at the time of excavation, with consideration given to soil conditions, and in consultation with ASPA s PI Archaeologist. All TUs shall be excavated to a minimum of 1 m below surface or to bedrock or to the water table, or to culturally sterile sediments, whichever is encountered first. Culturally sterile sediments is defined here as sediments from two or more levels containing no cultural material. Soils shall be loosened using shovels, trowels and other small hand tools. Flotation and carbon samples shall be taken, as opportunity in the field dictates. On completion of each TU, a unit stratigraphic profile drawing shall be prepared of at least one wall and shall record natural and culturally modified strata. All cultural material shall be placed in labeled bags. All identified subsurface features shall be individually documented, photographed and mapped in plan view and profile, as necessary. Three-dimensional provenience information shall be collected for features, artifacts, and other diagnostic cultural remains discovered in situ. This also includes radio carbon (r.c.) dates as necessary. 4. Discovery of Human Remains Human burials have been documented in other areas of Tutuila such as Fatu Ma Futi site complex. If human remains are encountered as part of this Phase I Survey or if any Phase II Subsurface survey is ordered as part of the East Side Villages Wastewater Project, all work shall immediately cease within 20 m of the skeletal remains. Work outside of this area shall continue. In such an instance, the human remains shall not be disturbed, either by ASPA, the Contractor, or by members of the construction crews. The Contractor shall inform ASPA and ASHPO representatives immediately and shall work together with ASHPO on how to determine if the remains are of prehistoric/historic importance. If it is determined that the remains are recent, the appropriate agency of the American Samoa Government (ASG) shall be informed. Any human remains and grave-associated artifacts excavated by the Contractor shall be treated in the following manner: a. Human remains and grave-goods should not be disinterred unless required in advance of some kind of disturbance. b. Excavation, when necessary, should be done carefully, respectfully, and completely, in accordance with proper archaeological methods. Page of 25

17 c. In general, human remains and grave-goods should be re-buried in consultation with the descendants of the dead (if known and still alive) or the current landowner. d. Scientific studies, in consultation with ASPA and ASHPO, and reburials shall occur according to an agreed upon schedule between ASPA, ASHPO, and descendants of the dead: and e. Where scientific study is offensive to the descendants of the dead, and the need for such study does not outweigh the need to respect the concerns of such descendants, reburial should occur without prior study. Conversely, where descendants have no objections and where the scientific research value of human remains or grave-goods is high, then the human remains or grave-goods need not be reburied, but can be retained in perpetuity for study in consultation with the descendants of the dead, ASPA, and the ASHPO. 5. Data Analysis Data Analysis shall coordinate field description with background research materials to accurately describe identified sites. Analysis shall include discussion(s) related to research questions current in local and regional archaeology. Analysis shall be based on the fieldwork results. Analysis shall include artifact analysis and faunal analysis following standard archaeological practice. The Contractor shall budget for radio carbon dates and AMS dates to be used in the event that datable charcoal is recovered. Data analysis shall also be aimed at evaluating all identified sites for their eligibility to the National Register of Historic Places. The Contractor shall follow the guidelines found in National Register Bulletin 15: How to Apply the National Register Criteria for Evaluation, apply them, and make eligibility determination recommendations based on the Criteria for Evaluation. The contractor shall budget XRF, flaura/fauna, lithic, and ceramic analyses. 6. Reporting A draft report in five (5) copies shall be submitted to ASPA no later than 180 calendar days following the date the Notice to Proceed is given for the work. The draft shall incorporate all specifications listed in the Scope of Work relative to background research and field work. This shall be returned to the Contractor with review comments within 15 calendar days following submittal. A final report consisting of twenty (20) copies and two (2) CD ROM copy of the final report in PDF shall be submitted to ASPA no later than 30 calendar days following the submittal of review comments from the draft report. Review comments shall be taken into consideration and incorporated into the final report. The level of description and documentation in the report shall be consistent with The Secretary of the Interior's Standards and Guidelines for Identification (48 FR ) and National Park Service publication, The Archaeological Survey: Methods and Page of 25

18 Uses (1978; GPO stock number ). The draft and final reports shall be written in accordance with the American Samoa Historic Preservation Office Report Guidelines. The contractor should anticipate that reports submitted for review will be held to the standards noted above and the scope of work. 7. Maps Mapping of artifacts, features, and excavation units shall be conducted from, or referenced to, a primary mapping datum. This datum shall be used to reference horizontal and vertical provenience control, locations of collected artifacts, and excavation units. The datum point shall be permanently affixed on, or set into, the ground so that it will not be altered or destroyed. Secondary datum points shall be referenced to the primary site datum. Project plan maps shall be developed by the successful Offeror including referenced datum and showing coordinates of any significant site features and excavation units utilizing the American Samoa Datum of 1962 (ASD62) and World Geodetic Survey (WGS84). AutoCAD East Side Village Wastewater project maps provided by the American Samoa Power Authority s Engineer Service Division/ Archaeology Lab are based on ASD62 and may be used as a base map for plotting site features and excavation unit locations. The American Samoa Department of Commerce has GIS map layers for Tutuila that may be helpful. Surface and any subsurface artifacts (if ordered) shall be collected and their provenience shall be recorded using a total station or GPS points and shall be plotted on a map of the APE using GIS satellite photos and infrastructure data layers to an accuracy of at least one (1) meter. If a heavy concentration of artifacts is located in an area with high visibility, a controlled surface collection shall be conducted. Once coverage has been completed and all surface materials and site features are recorded, the Contractor shall prepare maps and photograph all surface features. At least one control point shall be marked on each plan view map using a total station or GPS points. Temporary site numbers shall be assigned and site forms, photographs and maps shall then be completed and submitted to the ASPA and ASHPO as further described below. Phase I survey maps of the entire APE shall be completed and submitted to ASPA and ASHPO within ninety (90) days from the date a Notice to Proceed is given. This will provide ASPA sufficient time to adjust the wastewater project design if required to avoid potential areas of significance. Should additional areas be required to be surveyed after project redesign, then, as ASPA s sole discretion, this additional work may be ordered with the Contractor. Maps in the final report shall include maps at three different scales. First the Contractor shall provide a scale map showing the entire project area with sites indicated. Secondly, if there is a cluster of features, a map at a scale of higher resolution shall illustrate the multi-feature site in question. In addition, each feature or site composed of a single feature shall be illustrated on a scale map at a higher scale resolution than the project area map or the site cluster map. The project area site map and cluster site maps shall be drawn at a scale where the map is a fold out map in the report. The individual feature maps shall be drawn at a scale that allows the site depicted to fit on an 8 inch by 11 inch sheet of paper. 8. Photographic Documentation Page of 25

19 Digital photos shall be taken during all phases of the investigations for all pertinent features, material concentrations, and general work using a photo scale and photo board. As required by the SOW, images shall be taken as *.tif files or high resolution *.jpg files. Files shall be saved in their un-manipulated original form for curation. Photo logs shall be maintained and images shall be archived and reproduced electronically along with photo sheets and other relevant photographs produced and included in the report. 9. Records The following records shall be completed: (l) general site photographs taken before, during, and at the completion of excavation work; (2) photograph logs; (3) daily excavation records and field notes for each unit and level (4) feature records; and (5) field supervisor's daily notes. When the excavation at a particular location has been completed, all screened dirt shall be used to backfill the excavation unit and restore the area to pre-excavation conditions. 10. Forms ASHPO Site Data Entry Forms shall be completed by Contractor for each site documented. E. Special Conditions 1. Professional Qualifications The Contractor shall ensure that all field investigation, analysis, and report preparation are directly supervised by an archaeologist meeting the Secretary of the Interior s Professional Qualification Standards (48 FR ). 2. Principal Investigator The Principal Investigator ( PI ) shall oversee the project in its entirety for the full project period. The PI shall devote adequate time for supervision of the project. Adequate time shall also be allotted for supervision of the planning and background research in order to accomplish the work in a professional and timely manner. The PI shall be responsible for the validity of all materials presented in the report. 3. Inadequate or Insufficient Work If it is clear to the ASPA and ASHPO that product submittals are inadequate, insufficient or lacking, or that any provision of the SOW related to product submittals has not been accomplished, ASPA may require, after discussions with the Contractor, that additional data analysis be performed to assure that a satisfactory and professional work product is submitted in a timely manner and at no additional cost to ASPA. 4. Rights-of-Entry ASPA shall obtain rights of entry on all private property within the APE. Page of 25

20 5. Payments The ASPA-ESD requires that the Contractor s bill to be submitted once every month to assure prompt payments. All costs pertaining to Phase I project are not-to-exceed the fixed amount on the proposal. Proposals shall also include detailed cost proposals for Phase II work and data analysis. Proposals should include lump sum pricing for flaura/fauna, ceramic, and lithic analyses and unit costs for C-14, XRF, and AMS analyses. Should Phase II survey work be ordered by ASPA, then payment will be provided based upon costs included in the proposal and the not-to-exceed fixed contract amount will be subject to a contract modification. Should data analysis be ordered by ASPA, then payment will be provided based upon lump sum and units costs for ordered data analyses included in the proposal and the not-to-exceed fixed contract amount will be subject to a contract modification. Contractor is required to submit with its proposal the salary expenses of personnel by position, rate, and tasks. Contractor is also required to specify fringe benefit rates, indirect cost rates, and itemize all expenses. All billings must be accompanied by a brief progress report of work completed and/or initiated in that billing period. Offerors are encouraged to develop a payment schedule based upon the completion and ASPA-approval of major SOW milestones such as the preparation and ASPA-approval of APE Phase I Survey map, Preliminary Report, and Final Report. ASPA will retain 10% of all payment requests until final approval of all SOW items. Page of 25

21 ATTACHMENT C PROPOSAL BOND KNOW ALL PERSONS BY THOSE PRESENTS that, as Principal, hereafter called the Principal, and a duly admitted insurer under the laws of the Territory of American Samoa, as Surety, hereinafter called the Surety, are held firmly bound unto the American Samoa Power Authority (ASPA) for the sum of dollars ($ ), for payment of which in lawful money of the United States, will and truly to be made, the said Principal and the said Surety binds themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the above obligation such that, whereas the Principal has submitted a proposal for financial audit services, in accordance with RFP FY ESD-WW (the RFP ). Now therefore, if the ASPA shall accept the offer of the Principal as the apparent lowest and best responsible Offeror, the Principal shall do the following: 1. Enter into a written contract, in the form prescribed by the ASPA, in accordance with the terms of the RFP and the Principal s offer; 2. File a bond with the ASPA, if applicable, to guarantee faithful performance, as may be required by the Contract Documents; and 3. Furnish certificates of insurance and all other items as required by the RFP and the Contract Documents. In the event of the failure of the Principal to enter such contract, furnish such performance bond, or furnish certificates of insurance and all other items as required by the Contract Documents, the Principal shall immediately pay to the ASPA the amount hereof. [Signature Page Follows] Page of 25

22 IN WITNESS WHEREOF, we have hereunto set our hands on this proposal bond this day of, Principal: (Name of Firm) By: Name: Title: Surety: (Name of Firm) By: Name: Title: By: Name: Title: By: Name: Title: Resident Agent: By: Name: Title: Address for Notices: Address for Notices: NOTE: The signature of the person executing this Proposal Bond must be notarized. If an attorney-in-fact executes the proposal bond on behalf of the surety, a copy of the current power of attorney bearing the notarized signature of the appropriate corporate officer must also be included with the proposal bond. Page of 25

23 ATTACHMENT D OFFEROR S QUALIFICATION SHEET 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 Local 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): Page of 25

24 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. Page of 25

25 ATTACHMENT E MAP OF AREA OF POTENTIAL EFFECT (APE) Page of 25

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

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 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

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

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 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 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

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 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

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 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

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

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

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

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

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

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 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

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

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

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

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

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

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

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

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 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

SATALA POWER PLANT REPLACEMENT PROJECT

SATALA POWER PLANT REPLACEMENT PROJECT AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL ( RFP ) SATALA POWER PLANT REPLACEMENT PROJECT (BASE LOAD DIESEL GENERATORS, SWITCHGEAR & AUXILIARIES) May 1, 2012 RFP NO. FY12.1074.GEN

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

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

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

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

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

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

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

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

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

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 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

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

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

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

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

WORKDAY, INC. CORPORATE GOVERNANCE GUIDELINES (September 6, 2018)

WORKDAY, INC. CORPORATE GOVERNANCE GUIDELINES (September 6, 2018) WORKDAY, INC. CORPORATE GOVERNANCE GUIDELINES (September 6, 2018) The following Corporate Governance Guidelines have been adopted by the Board of Directors (the Board ) of Workday, Inc. ( Workday ) to

More information

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A )

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A ) CITY OF TUSCALOOSA ) STATE OF ALABAMA ) REQUEST FOR PROPOSALS TO: FROM: RE: Qualified Firms The City of Tuscaloosa, Alabama Request for Proposals for Classification Pay and Benefits Study (A17-0172) DATE

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

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) , Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) Request for Qualifications Construction Inspection and Testing Services Issued: January 3, 2017 Due: January 24, 2017 I. INTRODUCTION

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

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS 1. REQUEST FOR PROPOSALS. Clearwater Public Schools, Ewing Public Schools,

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

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

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

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

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

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

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS DEPARTMENT OF TRANSPORTATION Transportation Commission and Office of Transportation Safety REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION

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

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV NORTH BAY VILLAGE, FLORIDA INVITATION TO BID FOR WATERMETERREPLACEMENT PROGRAM BID NO. NBV 2017-001 SEALED PROPOSALS WILL BE RECEIVED BY THE VILLAGE CLERK, 1666 KENNEDY CAUSEWAY,SUITE 300, NORTH BAY VILLAGE,

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements RFP 2019-01 Reeta s Building Demolition City of Morgantown REQUEST FOR PROPOSALS Demolition Contractors INTRODUCTION A. Overview This Request for Proposals ( RFP ) is being issued by the City of Morgantown

More information

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE Specifications For Shermco Project 91000154 Panora Substation Construction Panora Municipal Electric Panora, Iowa April 21, 2017 BID ISSUE Prepared Under Direction of: Michael Thorson Shermco Industries

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES Part A Methods of Source Selection 5-101 Methods of Source Selection. Contracts for goods and services shall be awarded following one of the following procurement

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

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP Released on July 21, 2016 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. PURPOSE OF THE STUDY The Township of Lower Saucon

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

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS to PROVIDE PROFESSIONAL SERVICES for WWTP EFFLUENT DISINFECTION DESIGN-BUILD PROJECT 5 March 2012 RFP NO. FY12.1073R.ESD-WW Andra

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

REQUEST FOR QUOTES. for. Pet Licensing Services RFQ #1831 January City of Culver City. Police Department Culver Boulevard

REQUEST FOR QUOTES. for. Pet Licensing Services RFQ #1831 January City of Culver City. Police Department Culver Boulevard REQUEST FOR QUOTES for Pet Licensing Services RFQ #1831 January 2018 City of Culver City Police Department 9770 Culver Boulevard Culver City, CA 90232-0507 QUOTES DUE: February 15, 2018 Pet Licensing Services

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

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

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION Date Issued: October 30, 2017 RFP Number: 18Q-024 Submission Deadline:

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

BHUTAN TELECOM LTD. Registered Office: Drophen Lam 2/28, Post Box 134, Thimphu 11001, Bhutan. Tel: (975) Fax: (975)

BHUTAN TELECOM LTD. Registered Office: Drophen Lam 2/28, Post Box 134, Thimphu 11001, Bhutan. Tel: (975) Fax: (975) 1. GENERAL INFORMATION 1.1 Introduction BHUTAN TELECOM LTD. Request for Proposals (RFP) for TNA Project Bhutan Telecom Limited ( Bhutan Telecom or BT ), a wholly owned company by Druk Holding and Investments

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

CITY OF BEEVILLE, TEXAS

CITY OF BEEVILLE, TEXAS REQUEST FOR PROPOSAL CITY OF BEEVILLE, TEXAS AUTOMATED METER READING SYSTEM FOR PUBLIC WORKS WATER SYSTEM CITY OF BEEVILLE, TEXAS Due Date: 400 North Washington St. May 15, 2017 Beeville, Texas 78102 2:00PM

More information

REQUEST FOR OFFER RFO: For: Business Continuity Program Development Consultant Services. For: Covered California

REQUEST FOR OFFER RFO: For: Business Continuity Program Development Consultant Services. For: Covered California REQUEST FOR OFFER RFO: 2017-04 For: Business Continuity Program Development Consultant Services For: Covered California Date: Tuesday, September 19, 2017 You are invited to review and respond to this Request

More information

City of Sultan Request for Proposals City Attorney Services

City of Sultan Request for Proposals City Attorney Services The City Council of the ( City ) invites interested law firms and individuals with a minimum of seven (7) years of municipal experience to submit a written proposal to provide City Attorney services. As

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

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project VILLAGE OF LISLE REQUEST FOR QUALIFICATIONS ( RFQ ) #1267 ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project DUE BY: FEBRUARY 5, 2018 @ 11:00

More information

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS 39441 (601) 428-4014 (601) 428-1948 fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Date: From: To: This Billboard Rental Agreement is made

More information