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

Size: px
Start display at page:

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

Transcription

1 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 FOR ISSUANCE UTU ABE MALAE Executive Director

2 INVITATION FOR BIDS ( IFB ) NOTICE TO BIDDERS ISSUANCE DATE: March 24, 2016 IFB NO. PROJECT NAME: CLOSING DATE/TIME: ASPA WU EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT March 31, 2016, 10:00 a.m., American Samoa Time The American Samoa Power Authority (ASPA) hereby issues this Invitation for Bids ( IFB ) to evaluate and award a one time contract for the East Side Wells-Boosters Security Fence Replacement as per attached plans and drawings. Bidders shall provide sufficient written and verifiable information that responds to the requirements set forth herein and in the Scope of Work ( SOW ). Qualified Bidders must submit bids and forms in a sealed envelop, box, or other enclosure addressed to the ASPA Procurement Manager. Bids must be submitted to the ASPA Procurement Office no later than 10:00 a.m. on or before March 31, The sealed envelope or box must be labeled IFB No. ASPA WU East Side Wells-Booster Security Fence Replacement. Late submittals will not be opened or considered. For more information about this IFB, you may contact: Ioana S. Uli, Acting Procurement Manager PH: (684) bids@aspower.com 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 firm for award based on other than least cost (e.g. capability to complete work in a timely fashion or based on proven technical capabilities); 4. Negotiate a Contract with the firm selected for award; and 5. Waive any non-material violations of rules set up in this IFB at its sole discretion. Ioana S. Uli, Acting Procurement Manager Date Page 2 of 11

3 AMERICAN SAMOA POWER AUTHORITY GENERAL TERMS AND CONDITION I. SOLICITATION The American Samoa Power Authority ( ASPA ) issues this IFB in order to solicit bids for the replacement of security fences of Water Wells in the East Side as listed in Attachment B. II. III. IV. SCOPE OF WORK The selected bidder is responsible for, but not limited to specification on Attachment A. PREPARATION INSTRUCTIONS Bid Price Bidder must set forth unit and total cost for Scope of work as stated on Attachment B Scope of Work and Bid Transmittal Form. ASPA will award this IFB in whole or in part to selected bidder(s). CONTRACT TERM A Purchase Order will be issued to the awarded Bidder. V. BASIS FOR AWARD The awards will be made by ASPA in accordance with the evaluation criteria set forth herein and with Section of ASPA Procurement Rules. The award evaluation shall be documented and a determination shall be made towards Bidders whose bids are susceptible of being selected for award. ASPA reserve the right to make the award to the bidder who submits the bid, which meets the requirements, set forth herein and best meets the needs 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. The Procurement Manager shall notify the winning bidders accordingly. VI. VII. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of the bids by notifying ASPA in a written request. No bid may be withdrawn after the time scheduled for opening of bids. OPENING AND COMPARISON OF BID In accordance with procurement Rule 3-110, bids will be opened and recorded as part of the record on the date and at the time indicated above at the Procurement Office in Taunt or in another place designated by ASPA Procurement Manager in writing. Page 3 of 11

4 VIII. IX. IFB CONDITIONS ASPA reserves the right to issue any addendum to this IFB. Bidders shall send ASPA a Signed form confirming receipt of any addendum, and shall submit supporting/additional information as required by any addenda. In the event that any bidder fails to acknowledge receipt of any such addendum in the space provided, his or her 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 has submitted his or her bid, a supplementary bid may be submitted revising the original bid. Such supplementary bid must be received by ASPA prior to the scheduled time for opening of bids. EVALUATION CRITERIA Bids will be evaluated by the Procurement Division, Requesting Division and approved by the Procurement Manager. Submission of a bid shall constitute a waiver of any challenge or dispute of the review process as well as the choice of methodology for selection of award. The award maybe for all or part of the supply list at the discretion of the Procurement Manager. X. INDEMNITY PROVISION The successful bidder shall indemnify and hold harmless the American Samoa Power Authority from against any and all claims, damages, losses, and expenses, including attorney s fees, arising out of or resulting from the performance of the work, providing that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease, death or damage to property of whatsoever nature, including the loss of use resulting there from, and whether or not is caused in whole or in part by any negligent act or omission of the successful bidder, its subcontractors, or anyone employed by any of them or anyone for whose acts any of the maybe liable, regardless of whether or not it is caused in part by the negligence of ASPA and/or the strict liability of ASPA, its agents and employees. XI. AWARD, CANCELLATION & 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. The right is reserved as the interest of ASPA may require waiving any minor irregularity in bids received. The Procurement Manager shall have the authority to award, cancel, or reject bids, in whole or in part for anyone or more items if determines it is in the public interest. Award issued to the lowest responsible bidder within the specified time for acceptance as indicated in the solicitation, results in a binding contract without action by either party. In case of an Page 4 of 11

5 error in the extension of prices, unit price will govern. It is the policy of ASPA to award contracts to qualified bidders. ASPA reserve the right to increase or decrease the quantity of the items for award and make additional awards for the same type items and the vendor agrees to such modifications and additional awards based on the bid prices for a period of thirty (30) days after the original award. No award shall be made under this solicitation which shall require advance payment. Page 5 of 11

6 ATTACHMENT A SECURITY FENCE SPECIFICATIONS 1. CHAIN LINK FENCING: (a) General. (b) Post. Unless stated otherwise, all materials for chain link fencing and gates above and below ground shall be zinc coated with the hot-dip galvanizing process as specified in the current ASTM F 626. No welding unless otherwise permitted by Engineer. All posts shall be of sufficient length to provide a 36-inch minimum setting in concrete footings, at a depth and evenly spaced out or at spacing specified on the plans. Posts shall be in proper alignment so that there is a minimum of 4 on all sides of the post. No material shall be installed on the post nor shall the post be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth a hole 2 larger than greatest dimension of the post shall be drilled to a depth of 12. No extra compensation shall be made for rock excavation. (1) All posts. Galvanized steel, 35 percent minimum carbon content, 60,000 pounds per square inch minimum tensile strength (Schedule 40). (2) Line Posts. 2-3/8 inch O.D. pipe weighing 3.65 pounds per linear foot or 2 inch x 2-1/4 inch H section weighing 4.10 pounds per linear foot unless otherwise specified on drawings. (3) End, Corner and Pull Posts. 2-7/8 inch O.D. pipe weighing 5.79 pounds per linear foot unless otherwise specified on drawings. (4) Gate posts. For single gate or one leaf of double gates: (aa) Up to 6 feet wide. 3 inch O.D. pipe weight 5.79 pounds per linear foot unless otherwise specified on drawings. (ab) 6 feet to 15 feet wide. 4 O.D. pipe weighing 9.11 pound per linear foot. (5) Post Tops. Tubular post tops designed to prevent moisture from entering posts and to support top rail. Page 6 of 11

7 (c) Top Rails. (1) 1-1/2 inch I.D. galvanized steel pipe weighing 2.27 pounds per linear foot. (2) Provided with galvanized, outside sleeve, self-centering 7-inch long couplings approximately every 20 feet. (d) Horizontal Braces. (1) Braces shall be 1-1/2 inch I.D. galvanized steel pipe weighing 2.27 pounds per linear foot with plain ends. (e) Diagonal Braces. (1) Diagonal braces shall be 3/8 inch diameter galvanized steel rods or as specified on drawing. (2) Diagonal braces shall be provided with heavy galvanized iron turnbuckles to adjust the tension. (f) Fence Fabric. (1) Wire. 9 gauge galvanized steel wire, of medium high carbon quality, minimum tensile strength of 70,000 pounds per square inch, interwoven into 2 inch diamond mesh. (2) Fabric. 72 inches wide, selvage shall be knuckled at bottom and twisted and barbed at top. (g) Barbed Wire (if required). Zinc coated barbed wire shall be 12 gauge with 12 gauge barbs. All barbs shall be 4 points and spacing of barbs shall be 4 to 6 inches. (h) Fabric Connections and Installation. (1) Terminal post shall be fastened by 3/16 inch x 3/4 inch galvanized stretcher bars with 11 gauge galvanized pressed steel bands unless otherwise specified on drawings. (2) All line posts shall be fastened with 9 gage galvanized wire clips unless otherwise specified on drawings. (3) All top and bottom rails shall be fastened with a 9 gage galvanized tie wires. (4) The fence shall generally follow the contour of the ground, with the bottom of the fence no more than 2 from ground surface. At locations of small natural swales and where it is not practical to have the fence conform to the general contour of ground surface, longer post may be used and multiple strands of barbed wire stretched there on to Page 7 of 11

8 span the opening below fence. Vertical clearance between strands of barbed wire shall be 4 or less. (i) Concrete. Concrete shall be of a commercial grade with a min 28-day compression strength of 2500psi for post footings and 3000psi for walls and slabs. All concrete shall be placed against solid, undisturbed or re-compacted fill materials. All aggregates shall comply with latest ACI requirements. Cement shall be Type II Portland. Water shall not be detrimental to the concrete. Concrete Mix Design (Proportion) shall be submitted to ASPA for approval prior to any concrete placement. Concrete slab shall be reinforced with a 6" x 6" welded mesh. Page 8 of 11

9 ATTACHMENT B SCOPE OF WORK and BID FORM SUBMITTAL EAST SIDE WELLS and BOOSTERS I. Well No. 104 TULA a) Remove existing fence and replace with 35 feet of new fence fabric, install 1 new x 2 posts, 35 x 1 ½ top and bottom rails and 3 x strands of barbed wire all around. Per Foot $ Sub-total: $ b) Remove and replace the existing 11 double swing gate. LS $ c) Install one unit of 4 single leaf man gate. LS $ d) Construct 1 x 7 x 8 concrete slab. This includes placement and compaction of a 6 base-course layer as shown and specified on drawings. LS $ WELL NO. 104: $ II. Well No. 161 ALAO a) Remove existing fence and install a new fence: 2 x 3 gate posts, 3 x 2 posts, 32 feet fabric, 32 x 1 ½ top and bottom rails and 3 x strands of barbed wire all around. Per Foot $ Sub-total: $ b) Remove/replace existing 12 double swing gate. LS $ c) Install one unit of 4 single leaf man gate. LS $ WELL NO. 161: $ III. Well No. 164 FAGAITUA Page 9 of 11

10 a) Remove existing fence and install a new fence: 2 x 3 gate posts, 4 x 2 posts, 32 feet fabric, 32 x 1 ½ top and bottom rails and 3 x strands of barbed wire all around. Per Foot $ Sub-total: $ b) Remove/replace existing 10 double swing gate. LS $ c) Install one unit of 4 single leaf man gate. LS $ d) Construct 3 x 10 x 5 concrete slab. This includes placement and compaction of a 6 base-course layer as shown and specified on drawings. LS $ WELL NO. 164: $ IV. Booster Pump ONENOA a) Remove existing fence and install a new fence: 4 x 2 posts, 40 feet fabric, 40 x 1 ½ top and bottom rails and 3 x strands of barbed wire all around. Per Foot $ Sub-total: $ b) Remove/replace existing 12 double swing gate. LS $ BOOSTER PUMP ONENOA: $ V. Booster Pump AMOULI a) Remove existing fence and install a new fence: 3 x 2 posts, 40 feet fabric, 40 x 1 ½ top and bottom rails and 3 x strands of barbed wire all around. Per Foot $ Sub-total: $ b) Remove/replace existing 14 double swing gate (10 leaf and 4 ). LS $ Booster Pump AMOULI: $ TOTAL QUOTE: $ Page 10 of 11

11 PROJECT TIME The Contractor shall complete the work within thirty (30) calendar days. Liquidated damages in accordance with ASPA s Procurement rules and regulations shall be imposed in the event that the Contractor fails to complete the project within the contract time. CLEAN UP As the work progresses and immediately after completion of the work, the Contractor shall clean up and remove all refused materials of any kind resulting from the work. The Contractor shall dispose of all refused materials at the landfill or AS-EPA approved disposal site. The Contractor shall not be allowed to deposit any kind of debris into the stream. ENVIRONMENTAL POLLUTION CONTROL The Contractor shall conduct the work in accordance with local and federal laws of the EPA. Page 11 of 11