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

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

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

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

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

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

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

T AMERICAN SAMOA POWER AUTHORITY Materials Management Office

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

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

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

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

Water Use Information for American Samoa

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

Integrated Pest Management Program Contract Guide Specification Revision -

MOBILGARD ADL 40 LUBE OIL. July 9, 2007

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

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 QUOTATIONS FOR THE ANNUAL SUPPLY OF MOBILGARD ADL 40 LUBE OIL.

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

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 PROPOSAL ( RFP ) ASPA TA U & OFU HYBRID SYSTEM 480V SWITCHGEAR

INSTRUCTIONS TO BIDDERS

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 PO Box PPB Pago Pago, AS 96799

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

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

SERVICE CONTRACT SPECIFICATIONS INTEGRATED PEST MANAGEMENT AND WINDOW CLEANING. Terminal and Multi Modal Transportation Facility (MMTF)

Request for Proposal for Annual Financial Audit Services

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

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

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

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

INVITATION FOR BIDS ( IFB )

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

GENERAL CONDITIONS SERVICE AGREEMENT DURATION AND RENEWAL

ATTACHMENT D SCOPE OF SERVICES

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

Invitation for Bid - Standard Office Furniture / Task Chair

SATALA POWER PLANT REPLACEMENT PROJECT

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

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

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

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

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

Request For Proposal Of Printing and Design Services. Marketing Department

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

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

September 18, REQUEST FOR PROPOSAL Dover School District SAU #11 Pest Management Services

Request for Quotations

Amity School District 4J

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT

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

Invitation to Negotiate

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BARBADOS WATER AUTHORITY

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

MARYLAND STADIUM AUTHORITY

UTU ABE MALAE EXECUTIVE DIRECTOR

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

Gadsden City Schools

Bidding Conditions Attachment C

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

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

CITY OF HOPKINSVILLE

Request for Proposal Internet Access Columbus Urban League

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

FENCING AND FENCE REPAIR

Scott Eagle Attack Thermal Imaging Camera

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

SUPPLY OF NO. 2 LAND DIESEL FUEL

MARYLAND STADIUM AUTHORITY

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

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

INVITATION FOR BIDS (IFB)

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

Human Resources Consultant Compensation and Pay Equity Request for Proposal

SECTION BID FORM

Ohio Public Employees Retirement System. Request for Proposal

Document B252TM 2007

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

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

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT

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

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

Request for Quotations (RFQ)

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

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

DESCRIPTION. BID Gasoline and Diesel Fuels

Albany Unified School District Contractor Prequalification

Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there.

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

Chapter 4 State Requirements for Educational Facilities Section 4.1

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

Architectural Services

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

Transcription:

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 - of 20

PROPOSAL INVITATION AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT P.O. BOX PPB PAGO PAGO, AS 96799 (684) 644-2772 IOANA S. ULI ioana@aspower.com MANAGER, PROCUREMENT OFFICE DATE OF ISSUE: January 27, 2009 REQUEST FOR PROPOSALS: RFP NO. 2009FSM-1004 INSTRUCTIONS: 1) This RFP shall require an original and five (5) copies that must be received at the ASPA Procurement Office no later than 2:00 p.m. on February 27, 2009. The envelope or box must be labeled RFP NO. 2009FSM-1004 Termite and Pest Control Service 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 for herein, the contract documents, and in the Scope of Work (SOW). 2) Pre-Proposal Questions Any pre-proposal questions and/or clarifications shall be submitted to ioana@aspower.com or the Procurement Manager in writing (through electronic mail or hard copy) prior to the closing date set forth above. Questions and/or clarifications are welcome and should be submitted no later than 4:00 p.m. on February 13, 2009. 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. The undersigned offeror agrees to furnish, within the time specified, the articles and services at the price stated opposite the respective terms listed on the schedule provided, unless otherwise specified by offeror. In consideration to the expense of ASPA in opening, tabulating, and evaluating this, other proposals, and other considerations such as the schedule, the undersigned agrees that this proposal shall remain firm and irrevocable within One Hundred and Twenty (120) calendar days from the date opening to supply any or all of the items which prices are proposed. SIGNED: DATE: Page - 3 - of 20

AMERICAN SAMOA POWER AUTHORITY SPECIAL REMINDERS TO PROSPECTIVE OFFERORS Offerors are reminded to read the Request for Proposal 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 opening. [X] 1. PROPOSAL FORMS a. Proposal Invitation Form (Page 3) b. Proposal Transmittal Form (Attachment A) [X] 2. TECHNICAL PROPOSAL The Technical Proposal shall follow the Scope of Work refer to Section 2. In addition, Offeror shall complete and submit the Offeror Qualification Sheet (Attachment D) [X] 3. CONTRACT COST PROPOSAL The Offeror shall submit a contract price as stated in Section 6. The cost proposal shall be submitted on Attachment C. This reminder must be signed and returned in the Technical proposal envelope. Failure to comply with requirements will mean 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. 2009FSM- 1004 as of this date, 2008. Offeror s Representative Signature Page - 4 - of 20

Page - 5 - of 20 GENERAL TERMS AND CONDITIONS RFP NO. 2009FSM-1004 The American Samoa Power Authority (ASPA) issues a RFP to evaluate, negotiate, and contract for for specified ASPA Buildings. EXPLANATION OF PROPOSAL 1. PROJECT DESCRIPTION: The Scope of Work ( SOW ) shall include, but not be limited to, supplying service to specified ASPA facilities. The complete description of required services and deliverables is listed in the following SOW. 2. SCOPE OF WORK: a. General Information: The offeror shall provide a comprehensive Integrated Pest Management (IPM) plan for the building and other areas specified in Attachment B which is incorporated herein as if fully set forth at this point. The IPM plan must be in accordance with the applicable ASEPA Guidelines and Policy. The IPM is a process for achieving long-term, environmentally sound pest suppression with a wide variety of technological and management practices. The offeror shall furnish all supervision, labor, materials, and equipment necessary to accomplish the pesticide application components of the IPM plan. Pest control is a conventional approach to eradicate an organism from the environment. The IPM will be utilized to limit the growth of pest populations to below economically damaging levels. b. General Offeror Responsibilities: i. Initial Inspection of Facilities. The offeror shall conduct a thorough, initial inspection of each building within five (5) working days of the initiation date of the contract. The purpose of the initial inspection is for the offeror to evaluate the pest control needs of all premises and to identify problem areas, required equipment, structural features, or management practices that are contributing to pest infestation. Access to buildings shall be coordinated between the selected offeror and the ASPA IPM Coordinator (IPMC). The ASPA IPMC will inform the offeror of any restrictions or areas requiring special scheduling. Offeror will provide an application map (route) for each service location and proposed days and hours of service application. ii. Pest Control Plan. Prior to initiation of service, the offeror shall submit to the IPMC a IPM plan for each building or site within ten (10) working days following the initial inspections. Upon receipt of the IPM plan, the IPMC will render a decision concerning its acceptability within five (5) working days. If aspects of the IPM plan are incomplete or disapproved, the offeror shall have two (2) working days to submit

revisions. The offeror should be on site to initiate service within five (5) working days following the Notice to Proceed. The Pest Control Plan shall include documentation as stated below. A. Offeror will provide list of employees and copies of their Applicators Certification Card (from the ASCC Land Grant & ASEPA training program for Pesticide users and applicators or other ASEPA recognized State certification) who will provide service to ASPA. B. Offeror must identify target pest and be equipped with the appropriate pesticide product to exterminate or control targeted pest. C. All pesticide operations must be conducted IAW ASEPA and USEPA pesticide rules, regulations, and statutes. D. Offeror must submit plan of application, hours of operations, and pesticides or chemicals to be utilized for review and approval. Indoor and Outdoor application plan must be included. Offeror can propose amendments to the plan and/or seek advice from ASEPA upon review and approval from the Facilities, Security and Maintenance (FSM) manager. E. Offeror will provide documentation verifying date, time, location, and chemical usage of each application to Procurement or FSM Manager. F. Offeror will provide documentation to Procurement or the FSM Manager in writing ten working days in advance to notify the same of any proposed chemical changes for service application. G. Changes to chemical application are not allowed without the prior, written approval of the FSM Manager and ASEPA. iii. Record Keeping. The offeror shall be responsible for maintaining a pest control record (logbook) for each building or site specified in this contract. These records shall be kept at the ASPA FSM Office in Tafuna for Tafuna sites and the Procurement Office in Satala for the Satala sites. They are to be accurately updated and maintained on each visit by the Offeror. Each logbook shall contain the following items. iv. Pest Control Plan. A copy of the offeror s approved IPM plan for that facility, to include labels and MSDS sheets for all pesticides used in the building, brand names of all pest control devices and equipment used in the building, and the offeror s service schedule for the building. A. Service and Complaint Logs. A logbook for recording service visit activities, complaints from staff concerning pest observations or pesticide applications. Forms should reflect times in and out and should be signed by the Offeror at each service visit. B. Service Report Forms. Customer copies of the Offeror s Service Report Form, documenting all information on pesticide applications, pest sightings, sanitation/environmental status, and building maintenance needs. In addition, copies of Page - 6 - of 20

the above mentioned Service Report Forms should be forwarded by the Offeror to the IMPC at least once a month by the Offeror. v. Service and Frequency. A. Application of pesticides/chemicals is permitted ONLY according to the schedule provided by Offeror once approved by the FSM manager. B. No application or service shall occur in an office or area that is occupied buy an ASPA employee/customer unless otherwise specified by the IPMC. C. If application of service to an office or area is denied because of items listed in i. and ii. above, it must be completed at another time or so noted for review during the quarterly assessment and evaluation. vi. Safety and Health. The offeror shall observe all safety precautions throughout the performance of this contract, and shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work, and shall hold harmless ASPA for any action on its part or that of its employees that results in illness, injury, or death. vii. Uniforms and Protective Clothing. All offeror personnel working in or around buildings designated under this contract shall wear distinctive uniform clothing. The offeror shall determine and provide additional personal protective equipment required for the safe performance of work. Protective clothing, equipment, and devices shall conform to Occupational Safety and Health Administration (OSHA) standards for the products used. viii. Complaints. Should ASPA, at any time, become dissatisfied with pest control services, the successful Offeror shall be notified in writing by the IMPC regarding the problems that have occurred. The notice will detail the problems and site(s) that are experiencing the problems. The offeror will be required to contact the IPMC to discuss possible solutions, and the offeror will be given a date by which a written response with the proposed solutions must be submitted. c. Pest Control Responsibilities. i. Structural Modifications and Recommendations: The offeror shall be responsible for advising the IMPC about any structural, sanitary, or procedural modifications that would reduce pest food, water, harborage, or access. ASPA will not hold the offeror responsible for carrying out structural modifications as part of the pest control effort. However, minor applications of caulk and other sealing materials by the offeror to eliminate pest harborage or access may be approved by ASPA on a case-bycase basis. The offeror shall obtain the approval of the IMPC prior to any application of sealing material or other structural modification. ii. Use of Pesticides. The offeror shall be responsible for application of pesticides according to the label. All pesticides used by the offeror must be registered with the ASEPA. Transport, handling, and use of all pesticides shall be in strict accordance with the manufacturer s label instructions and all applicable Federal, State and local laws and regulations. Page - 7 - of 20

use: iii. The offeror shall adhere to the following rules for pesticide selection and A. Non-pesticide Products and their use. The offeror shall use nonpesticide methods of control wherever possible. For example: Portable vacuums rather than sprays shall be used for initial cleanouts of cockroach infestations, for swarming ants and termites, and for control of spiders in webs wherever appropriate. B. Application by need: Pesticide application shall be according to need and not by schedule. (This does not affect the initial treatment planning and execution). Generally, application of pesticides in any inside or outside area shall not occur unless visual inspections or monitoring devices indicate a potential insect or rodent infestation, but are acceptable on a case-by-case basis, as approved by the IMPC. C. The offeror shall obtain the approval of the IMPC prior to any application of pesticide liquid, aerosol, or dust to exposed surfaces, or any space spray treatment. The offeror shall take all necessary precautions to ensure staff safety, and all necessary steps to ensure the containment of the pesticide to the site of application. D. Pesticide Storage or Disposal. The offeror shall not store or dispose of any pesticide product on ASPA Property. E. Pesticide Sales and Distribution. The offeror shall not sell, share or make available any pesticide products to any non-licensed ASPA employee. iv. Program Evaluation. ASPA will continue to evaluate the progress of the contract in terms of effectiveness and safety, and will require such changes as are necessary. The offeror shall take prompt action to correct all identified deficiencies. v. Quality Control Program. The offeror shall establish a complete quality control program to assure the requirements of the contract are provided as specified. Within five (5) working days prior to the starting date of the contract, the offeror shall submit his program to ASPA. The program shall include the following items. A. Inspection System. The offeror shall develop a system for monitoring the effectiveness of the services provided to ASPA. The purpose of this system is to detect and correct deficiencies in the quality of services before the level of performance becomes unacceptable and/or ASPA or health department inspectors identify the deficiencies. B. Quality Control Checklist. A quality control checklist shall be used in evaluating contract performance during regularly scheduled and unscheduled inspections. The checklist shall include all buildings or sites serviced by the offeror as well as every task required. C. Quality Control File. A quality control file shall contain a record of all inspections conducted by the offeror and any corrective actions take. The file shall be maintained throughout the term of the contract and made available to ASPA upon request. Page - 8 - of 20

D. Inspectors. The offeror shall state the name(s) of the individuals responsible for performing the quality control inspections. 3. DATE/TIME/PLACE OF PROPOSAL SUBMISSION AND PROPOSAL OPENING Each offeror must submit the proposal in a sealed envelope addressed to the ASPA Procurement Manager. An original and five (5) copies of the proposal must be received in the Office of Procurement no later than 2:00 p.m. local time on or before February 27, 2009. Late submittals will not be opened or considered and will be determined as nonresponsive. All offerors shall provide sufficient written and verifiable information that responds to the requirements of the RFP, and in accordance with the SOW. 4. PRE-PROPOSAL QUESTIONS AND INSPECTION: Any pre-proposal questions and/or clarifications shall be submitted to ioana@aspower.com or the Procurement Manager in writing (through electronic mail or hard copy) no later than 4:00 p.m. on February 13, 2009. ASPA shall issue addenda to address any questions and/or clarifications as necessary. Additionally, interested offerors may contact Penaia Fa ali i @ 684-699-8667, 684-733-4552 or Penaia@aspower.com to schedule a pre-proposal inspection of ASPA facilities which are included in the scope of work. 5. ADDENDA: ASPA reserves the right to issue addenda for any changes to this RFP. Offerors shall send ASPA a signed form confirming receipt of each addendum. 6. 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 and objectives outline in the SOW. 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 should provide references (2 or more) and a project history that verify a minimum of three (3) years of specific or related experience. Offeror must hold appropriate and current business license for these services. c. Contract Price: Offeror s price for services and materials, including a breakdown of project costs (e.g. estimated costs for materials; cost for labor; etc.). 7. ATTACHMENTS Page - 9 - of 20

Attachment A: Proposal Transmittal Form Attachment B: Locations for services Attachment C: Offer Price Proposal Attachment D: Offeror s Qualification Sheet 8. CONTRACT TERM: Contract term for this contract is for one (1) year with the exclusive option to ASPA to renew for an additional two-year period. 9. TYPE OF CONTRACT: The successful offeror, as an independent contractor and not as an agent or employee of 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. 10. MONTHLY REPORTS: Together with bi-weekly invoice, offeror shall also provide a monthly report of services completed. ASPA will assist with providing a standard form for the submittal of the report. Report and invoices shall be submitted to the FSM Division for verification prior to routing to the Accounting Division. 11. BASIS FOR SELECTION: Proposals will be evaluated by a Source Evaluation Board (SEB). SEB members shall be chosen by the Chief Financial Officer ( CFO ) 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 set forth on the SEB score sheets. The award will be made by ASPA in accordance with the evaluation criteria set forth herein and with ASPA s Procurement Rules. A determination shall be made by the SEB of those responsible 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 offeror s 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. Page - 10 - of 20

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. 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 ASPA after taking into consideration the aforementioned factors. ASPA also reserves the right to select portions of a proposal, or to reject any and all proposals. 12. EVALUATION CRITERIA: Offeror s proposal will be evaluated and ranked by the Source Evaluation Board utilizing the following point system: Technical: Experience: Contract Price: Total 0-25 points 0-25 points 0-50 points 100 points (best possible score) 13. QUALIFICATION OF OFFEROR: 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 ASPA such information and data for this purpose as ASPA may request, or the offeror may be deemed non-responsive. 14. 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 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 quoting prices to other offerors or from submitting a proposal directly to ASPA. If 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 ASPA s sole discretion. 15. 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 Page - 11 - of 20

natural resources, fire protection, burning and non-burning requirements, permits, fees, and similar subjects. 16. WITHDRAWAL OF PROPOSAL: Any proposal may be withdrawn prior to the scheduled time for the opening of proposals by notifying ASPA in a written request. No proposal may be withdrawn after the time schedule for opening of proposals. 17. OPENING AND EVALUATION OF PROPOSALS: In accordance with 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 Satala or in another place designated by the ASPA Procurement Manager in writing. 18. RFP CONDITIONS: This RFP does not commit ASPA to award a contract or to pay any cost incurred in the preparation of a proposal. 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. ASPA reserves the right to issue any addendums to this RFP. Offerors shall send ASPA a signed form confirming receipt of any addendums, and shall submit supporting/additional information as required by any addendums. In the event that 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 ASPA only if it is in ASPA s best interest. In the event that Addenda are not received until after the offeror has submitted its proposal, a supplementary proposal may be submitted revising the original proposal. Such supplementary proposals must be received by ASPA prior to the scheduled time for opening of proposals. 19. 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 Page - 12 - of 20

that it will not violate the prohibition against gratuities and kickbacks set forth in 9-103 of the ASPA Procurement Rules. 20. 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 securing business. 21. 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. 22. 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 right is reserved as the interest of ASPA may require waiving any minor irregularity in proposals 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. The award issued to the lowest responsible and responsive offeror results in a binding Contract without further action by either party. In case of an error in the extension of prices, unit price will govern. It is the policy of ASPA to award contracts to qualified offerors. ASPA reserves the right to increase or decrease the quantity of the items for award and make additional awards for the same type items, the vendor aggress to such modifications; and additional awards based on the quotation prices for a period of thirty (30) days after the original award. No award shall be made under this solicitation that shall require advances payment. 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 ASPA after taking into consideration the aforementioned factors. ASPA also reserves the right to select portions of a proposal, or to reject any and all proposals. Page - 13 - of 20

Date: AMERICAN SAMOA POWER AUTHORITY American Samoa Government Gentlemen: ATTACHMENT A PROPOSAL TRANSMITTAL FORM The undersigned (hereafter called an Offeror), proposes and agrees to furnish all the necessary information to RFP NO. 2009FSM-1004 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 requirements of the proposal are submitted in the proposal envelope at the date and time for proposal opening. Signed Seal Date: Page - 14 - of 20

ATTACHMENT B LIST OF SITES/FACILITIES TO BE TREATED SITES/FACILITES DATE TIME BY ASPA SATALA OFFICE BUILDING ASPA SATALA POWER PLANT ASPA UTULEI BUILDING ASPA MICROFILTRATION BUILDING (FAGATOGO) ASPA MICROFILTRATION BUILDING (PAGO PAGO) ASPA CUSTOMER SERVICE ASPA SECURITY BUILDING (TAFUNA) ASPA GENERATIN BUILDING (TAFUNA) ASPA POWER PLANT (TAFUNA) ASPA GROUNDS MAINTENANCE/MANU A BUILDING (TAFUNA) ASPA AUTO SHOP BUILDING (TAFUNA) ASPA WATER/SW BUILDING (TAFUNA) ASPA TD/ENGINEERING/WAR ROOM BUILDING (TAFUNA) ASPA WAREHOUSE (TAFUNA) ASPA CARPENTRY BUILDING (TAFUNA) ASPA ICT/PEACESAT BUILDING (TAFUNA) ASPA WASTEWATER BUILDING (TAFUNA) ASPA FOGAGOGO BUILDING (FOGAGOGO) ASPA HOUSING, LIONS PARK (TAFUNA) Page - 15 - of 20

ATTACHMENT C PROPOSAL PRICE FORM Description Price shall include labor, transportation, chemicals, Supplies/materials, protective gear and apparatus Total Cost Offeror shall propose a total cost as mentioned above. Offeror Name: Phone Number: Fax Number: Email Address: Business License Number: Page - 16 - of 20

ATTACHMENT D OFFEROR S QUALIFICATION SHEET 1. Name of Organization: 2. Address: 3. Telephone: (Home Office) Business Telephone: Email Address: Fax Number: Taxpayer ID Number: 4. Contact Person: 5. Type of Business: Corporation Partnership Proprietorship Joint Venture Note: For Corporations Articles of Incorporation Certification must be on record with the Treasurer of American Samoa. Copies of partnership agreements and articles of incorporation must be submitted to the revenue branch with application form and relevant documents. Aliens cannot operate sole ownership enterprises and partnerships with aliens are subject to immigration board review. Place of Organization or State of Incorporation: Owner s Names and Addresses (if not a Corporation): For Corporations: Names and Addresses of Directors, Officers, and Stockholders with 20% or greater interest in the company Page - 17 - of 20

Individual States and Territories of the United States where company is registered as a foreign corporation 6. List four major projects of a similar nature, which have been completed by the Offeror within the last three (3) years, the total dollar amount of each project and the owner/contract person as a reference. a. Name of Awarding Agency or Owner for which work was performed: Nature and Scope of Contract: Name, Address and Phone Number of Agency Contact Person: Total Dollar Value: Date Completed If not completed, why? Was the contract performed under joint venture, if so with whom and under what arrangement? Page - 18 - of 20

b. Name of Awarding Agency or Owner for which work was performed: Nature and Scope of Contract: Name, Address and Phone Number of Agency Contact Person: Total Dollar Value: Date Completed If not completed, why? Was the contract performed under joint venture, if so with whom and under what arrangement? c. Name of Awarding Agency or Owner for which work was performed: Nature and Scope of Contract: Name, Address and Phone Number of Agency Contact Person: Total Dollar Value: Date Completed If not completed, why? Page - 19 - of 20

Was the contract performed under joint venture, if so with whom and under what arrangement? d. Name of Awarding Agency or Owner for which work was performed: Nature and Scope of Contract: Name, Address and Phone Number of Agency Contact Person: Total Dollar Value: Date Completed 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 three (3) references, at least one of which should be a bank or other lending institution, governmental agency, or bonding company. Page - 20 - of 20