INVITATION FOR BIDS. November 12, 2014 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION. Issuance Date: November 12, 2014

Size: px
Start display at page:

Download "INVITATION FOR BIDS. November 12, 2014 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION. Issuance Date: November 12, 2014"

Transcription

1 INVITATION FOR BIDS November 12, 2014 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION Issuance Date: November 12, 2014 Pre-Bid Meeting: November 17, 2014 at 8:30 am Pre-Bid Meeting Place: ASPA Materials Management Conference Room Closing Date/Time: December 12, 2014 Bid Delivery Location: Materials Management Office Tafuna Power Plant Compound APPROVED FOR ISSUANCE: UTU ABE MALAE ASPA Executive Director 1/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

2 TABLE OF CONTENT 1. Notice to Bidders Page 3 2. Bid Invitation Page 5 3. Special Notice to Prospective Bidders Page 7 4. General Terms and Conditions Page 8 5. Attachment A: Bid Transmittal Form Page Attachment B: Scope of Work Page Attachment C: Bid Form Page Attachment D: Bidder s Qualifications Sheet Page Attachment E: Disclosure Statements Page Attachment F: Non-Collusion Affidavit of Prime Bidder Page Attachment G: Bid Bond Security Instructions Page Attachment H: Bid Bond Security Form Page 45 2/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

3 ISSUANCE DATE: November 12, 2014 NOTICE TO BIDDERS IFB NO. PROJECT NAME: CLOSING DATE/TIME: ASPA ESD.WATER TANK NU UULI WATER TANK REHABILITATION December 12, 2:00 p.m., American Samoa Time The American Samoa Power Authority (ASPA) invites bids for the rehabilitation of the Nu uuli Water Tank more fully described in the attached Scope of Work. In general, the successful bidder shall provide all equipment, materials and labor required for the rehabilitation of the Nu uuli Water Tank as required. All improvements shall be planned and performed per signed contract, approved construction plans, specifications, and all applicable documents pertaining to the tank rehabilitation scope of work. The successful bidder shall take good measures to implement Best Management Practices (BMP) during and at all times of the construction. A partnering relationship is strongly encouraged amongst all involved and applicable parties. Documents: This bid may be viewed online on ASPA Website Bidders may also pick up a complete package at: ASPA Materials Management Office (Procurement) Tafuna Power Plant Compound Tafuna, American Samoa For more information about this IFB, you may contact ASPA: Elizabeth Puni Contract Specialist Materials Management Office tel. (684) bids@aspower.com Bid Security: Each bid must be accompanied by a cashier s check or bid bond made payable to the American Samoa Power Authority. The cashier s check or bid bond shall be ten percent (10%) of the total bid amount in U.S. dollars. Company or personal checks are not acceptable. If a bidder fails to submit the required bid security with the bid, the bid shall be considered non-responsive and subject to rejection. 3/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

4 Bidder s Registration: ASPA actively seeks to create cost-effective, yet inclusive, ways of procuring goods and services. To be included on this bidders list for this IFB project, you may register with us electronically via to bids@aspower.com. Pre-Bid Meeting: A one-time pre-bid meeting will be held on November 17, 2014 at 8:30 am at the Materials Management Conference Room located in ASPA Power Plant Tafuna Compound. 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. Negotiate a Contract with the firm selected for award; and 4. Waive any non-material violations of rules set up in this IFB at its sole discretion. Approved for Issuance: Utu Abe Malae, Executive Director 4/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

5 AMERICAN SAMOA POWER AUTHORITY: Materials Management Office P.O. BOX PPB PAGO PAGO, AS (684) ISSUANCE DATE: November 12, 2014 BID INVITATION NO: BID INVITATION IFB# ASPA ESD.NU UULI WATER TANK REHABILITATION INSTRUCTIONS: 1) This Invitation for Bid shall require an original, one PDF electronic copy, and five hard copies to be submitted in a sealed envelope, box, or other enclosure addressed to Nancy Tinitali-Mauga, ASPA Materials/Procurement Manager, P.O. Box PPB, Pago Pago, AS All submittals must be received at ASPA Materials Management Office - Procurement no later than 2:00 p.m. on December 12, The envelope or box must be labeled IFB# ASPA ESD.NU UULI WATER TANK REHABILITATION Bids must be in the actual possession of the Material Management Office at the location indicated, on or prior to the exact date and time indicated above. A copy of this solicitation and any addenda may be obtained from our Internet Website at: by selecting the Procurement link and the associated solicitation number. Late submittals will not be opened or considered and will be determined as non-responsive. The prevailing clock shall be the ASPA Materials Management clock. All Bidders shall provide sufficient written and verifiable information that responds to the requirements set forth herein, the Contract Documents, and in the Scope of Work. 2) Pre-Bid Meeting A one-time pre-bid meeting will be held November 17, 2014 at 8:30 am at the Materials Management Conference Room located in ASPA Power Plant Tafuna Compound. 3) Pre-Bid Questions Any pre-bid questions and/or clarifications shall be submitted to Bids@aspower.com. Questions and/or clarifications are welcome and should be submitted no later than 4:00 p.m. on December 1, ASPA shall issue addenda to address any questions and/or clarifications as necessary thereafter. Bidders may submit their bids through three (3) means. i. Electronic File Transfer The Bidder may submit the Bid using the electronic mail facility. This will enable the Bidders to upload Bid file by attachment. The Bids must be uploaded by 2:00 PM on December 12, 2014, American Samoa Time. ii. In Person Delivery - Bidders may deliver the bid in person at the ASPA Offices at the Tafuna Power Plant Compound (Security Guard at the main gate will direct Bidders and/or 5/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

6 iii. Representative to the Materials Management (Procurement) Office inside the compound) in Tafuna. Bids must be received by 2:00 PM on December 12, 2014, American Samoa Time. Mail-Only Option The Bidder may elect to transmit the Bid by Express Mail or USPS. If the Bid is to be submitted via Express Mail or USPS, then, the Bid must be accompanied with a Receipt Stamp provided by the Express Mail OR USPS provider dated no later than 2:00 PM on December 12, 2014 AND a copy of the Express Mail receipt stamp must be transmitted to ASPA on the same day. Bidder must inform ASPA Materials Management, Nancy Tinitali- Mauga via to bids@aspower.com that his/her bid will be sent via mail service before the due date and time December 12, 2014, at 2:00 pm local time. NOTICE TO BIDDERS: This bid is subject to the attached General Terms and Conditions of the Invitation for Bids for the IFB# ASPA ESD.NU UULI WATER TANK REHABILITATION. The undersigned offers and agrees to furnish within the time specified, the articles and services at the price stated opposite the respective terms listed on the schedule provided, unless otherwise specified by a Bidder. In consideration of the expense of the American Samoa Power Authority in opening, tabulating, and evaluating this and other bids, and other considerations such as the schedule, the undersigned agrees that this bid shall remain firm and irrevocable for One Hundred Twenty Day (120) calendar days from the listed bid opening date or until a construction services agreement may be jointly enacted between ASPA and the undersigned party. It is the responsibility of each Bidder before submitting a bid to (a) examine the documents contained in the bid package thoroughly; (b) visit the site or to otherwise become familiar with local conditions that may in any manner affect cost, progress, or performance of the work; (c) become familiar with federal, territorial, and local laws and ordinances, rules and regulations that may in any manner affect cost, progress, or performance of the work; (d) study and carefully correlate Bidder s observations with the bid package documents; and (d) notify ASPA of all conflicts, errors, or discrepancies in the bid package documents. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with ASPA is prohibited. Any vendor knowing of this type of activity is encouraged to report in confidence to ASPA s legal department so the matter can be dealt with. SIGNED: DATE 6/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

7 AMERICAN SAMOA POWER AUTHORITY SPECIAL NOTICE TO PROSPECTIVE BIDDERS Bidders are reminded to read the Sealed Bid Solicitation Instructions and General Terms and Conditions attached to a Bid Invitation to ascertain that all of the following requirements (see check boxes) of the bid are submitted in the bid envelope at the date and time for bid opening. [x] 1. BID FORMS a. Bid Invitation Form (see above) b. Bid Transmittal Form (Attachment A) c. Bidders Qualification Sheet (Attachment D) d. Bidders Disclosure Statement (Attachment E) e. Bidders Non-Collusion Statement (Attachment F) f. Technical bid as per Section VI-Part A. [x] 3. BUSINESS AND CONTRACTOR S LICENSE [x] 4. BID Bidders must submit current business AND current contractor s license as stated below. The Bid must include all of the following to be deemed responsive: (A) Prior Related Experience/Past Performance A description of the firm s related experience, background, past performance and credentials as stated on the attached Bidder Qualification Sheet, which is incorporated herein as if fully set forth. This part includes a dossier of personnel qualifications. Bidder should provide references (4 or more) and a project history that verifies a minimum of three (3) years of specific or related experience. Bidder must hold appropriate and current business license(s) for these services. (B) Contract Price The contractor s bid price for all services and materials, including a breakdown of project costs (e.g. estimated costs for materials, cost for labor, etc.) must be provided. This Notice must be signed and returned in the Bid envelope. Failure to comply with requirements will mean disqualification and rejection of the bid. I,, authorized representative of, acknowledged receipt of this special reminder to prospective Bidders together with Bid Invitation Number IFB# ASPA ESD.NU UULI WATER TANK REHABILITATION this date of, Bidder s Representative's Signature 7/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

8 AMERICAN SAMOA POWER AUTHORITY GENERAL TERMS AND CONDITIONS IFB# ASPA ESD.NU UULI WATER TANK REHABILITATION. I. INTRODUCTION The American Samoa Power Authority (ASPA) invites bids for NU UULI WATER TANK REHABILITATION. In general, the successful bidder shall provide all equipment, materials and labor required for the rehabilitation of the Nu uuli Water Tank. All improvements shall be planned and performed per signed contract, approved construction plans, specifications, and all applicable documents pertaining to the NU UULI WATER TANK REHABILITATION. The successful bidder shall take good measures to implement Best Management Practices (BMP) during construction. A partnering relationship is strongly encouraged amongst all involved and applicable parties. Bidders may provide a document that specifically and completely addresses work tasks as specified in the Scope of Work ( SOW ), the Plans and Specifications, and all applicable Project Documents. This is not an evaluation criteria of this re-bid. II. SCOPE OF WORK (Refer to Attachment B) III. BIDDING DOCUMENTS Bid Documents including plans and specifications may be obtained from the ASPA Materials Management Office. This Bid Document may also be viewed online on ASPA Website, at no charge. Bidders must submit qualification documents together with their bid package. ASPA reserves the right to reject or eliminate any bid from the process if the bidder does not meet minimum qualifications. IV. SUBMITTALS A. Completed SPECIAL NOTICE TO PROSPECTIVE BIDDERS form from Page 10 of this document. B. The contractor will provide a cost bid as outlined on Attachment C, the Bid Form. C. The contractor will provide information as required on Attachment D, the Bidder Qualification Sheet Information Form. D. The contractor will provide the signed Disclosure Statement as required on Attachment E. 8/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

9 E. The contractor will provide the signed Non-Collusion Statement as required on Attachment F. F. The contractor will provide a 10% bid bond or cashier s check and the Bid Bond Security Form as provided in Attachment H. G. The Bid Invitation Form (Page 7-8). H. The Bid Transmittal Form as provided on Attachment A. V. DATE/TIME/PLACE OF BID SUBMISSION AND BID OPENING A. Each bidder must submit its bid in a sealed envelope addressed to: Ms. Nancy Tinitali-Mauga ASPA Materials Management P.O. Box PPB Pago Pago, AS B. An original, one PDF copy, and five (5) hard copies of the bid must be received in the Materials Management Office no later than 2:00 p.m. local time on or before December 12, C. Late submittals will not be opened or considered and will be determined as nonresponsive. D. All bidders shall provide sufficient written and verifiable information that responds to the requirements of the IFB, and in accordance with the SOW. VI. BID PREPARATION INSTRUCTIONS The bid must contain two (2) parts. Bidders shall prepare their bids in detail accordingly. A. Prior Related Experience/Past Performance A description of the firm s related experience, background, past performance and credentials as stated on the Bidder Qualification Sheet, Attachment D, which is incorporated herein as if fully set forth. This part includes a dossier of personnel qualifications. Bidder should provide references (4 or more) and a project history that verifies a minimum of three (3) years of specific or related experience. Bidder must hold appropriate and current business license(s) and contractor s license(s) for these services. B. Contract Price The contractor s bid price for all services and materials, including a breakdown of project costs (e.g. estimated costs for materials, cost for labor, shipping, etc.) must be provided on the Bid Form, Attachment C. All blank spaces in the bid form must be completed in ink. Prices quoted shall be in United States dollars in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. 9/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

10 Any bid shall be deemed informal which contains omissions, erasure, alterations or additions of any kind, or prices uncalled for, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the Notice to Bidders. The bidder shall sign the bid in the space provided. If the bidder is a corporation, the legal name of the corporation shall be set for the above, together with the signature of the officer or offices authorized to sign Contracts on behalf of the corporation. The typewritten name shall be inserted with each signature. If the bidder is a partnership, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign Contracts on behalf of the partnership. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a notarized power-of-attorney must be on file with ASPA prior to opening of bids or submitted with the bid, otherwise the bid will be regarded as not properly authorized. VII. ATTACHMENTS Attachment A is the Bid Transmittal Form Attachment B is the detailed Scope of Work Attachment C is the Bid Form Attachment D is Bidders Qualification Sheet Attachment E is the Disclosure Statement Attachment F is the Non-Collusion Affidavit Attachment G is the Bid Bond Security Instructions Attachment H is the Bid Bond Security Form VIII. PRE-BID MEETING A pre-bid meeting will be held on November 17, 2014 at 8:30 am local time at the Materials Management Conference Room located at ASPA Power Plant Tafuna Compound. Site visits may be scheduled with the Engineering Services Division. IX. PRE-BID QUESTIONS Any pre-bid questions and/or clarifications shall be submitted in writing to the Procurement Office via bids@aspower.com through electronic mail or in hard copy. All pre-bid questions must be received no later than 4:00 p.m. on December 1, After that time, ASPA will issue addenda to address any questions and/or clarifications as may be necessary. X. OTHER NECESSARY ITEMS A. Bid Bond Security. All bids shall be accompanied by a bid bond or a cashier s check made payable to ASPA in an amount equal to ten percent (10%) of the total bid amount, to be forfeited to ASPA in the event of the failure of the bidder to honor the terms of the bid or to execute the contract. B. Return Of Bid Bond Security. ASPA reserves the right to retain the bid bond security of the three lowest bidders after the successful bidder has signed and 10/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

11 delivered the contract to ASPA. The bid bond of the three lowest bidders will be retained and returned within 15 days after the contract has been executed. Upon failure of the successful bidder to sign and deliver said contract to ASPA within the specified time, the next lowest bid may be accepted at ASPA s discretion, whereupon the above instructions and requirements shall apply equally to the said second bidder. If the Contractor fails to enter into a written contract, ASPA will retain the Contractor s bid bond as liquidated damages, but not as a penalty. C. Retention. The successful bidder shall agree to have ASPA retain 20% of the Contract amount, which will be retained by ASPA from each monthly invoice submitted by the contractor for approval of payment, for a period of 30 days after the successful completion of the project. D. Power of Attorney. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. XI. TIME FOR COMPLETION OF WORK The time allowed for completion of the Work awarded by ASPA shall not exceed 56 calendar days OR 8 weeks calendar days. XII. TYPE OF CONTRACT Services provided by the successful bidder will be performed under a firm fixed-price, lump sum contract agreement. The successful bidder, as an independent contractor shall furnish the necessary equipment, personnel, tools, parts, supplies, insurance, licenses, support vehicles, bonds and all other required items and services and otherwise do all things necessary to meet the requirements specified in the Scope of Work to the satisfaction of ASPA on a per unit cost basis. The Contractor must, at all times, comply with all applicable workmen s compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable. The Contractor shall be an independent contractor and not an agent or employee of ASPA. ASPA will not be held responsible in any way for claims filed by the Contractor or its employees for services performed under the terms of this IFB or the contract. XIII. AWARD OF CONTRACT Within forty (40) calendar days after the opening of bids, unless otherwise stated in the Notice to Bidders, ASPA will accept one of the bids in accordance with the section entitled Basis of Award, below. The acceptance of the bid will be by written Notice of Award, mailed or delivered to the office designated in the bid. In the event of failure of the lowest responsive, responsible bidder to sign and return the Contract with acceptable payment and performance bonds, as prescribed herein, ASPA may award the contract to the next lowest responsive, responsible qualified bidder. Such award, if made, will be made within ninety (90) days after the opening of bids. Before a Contract is finalized, ASPA may require the apparent low bidder to submit a complete statement of the origin, composition, manufacture and availability of replacement parts and services for any or all materials to be used in the work, together with samples. These 11/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

12 samples may be subjected to the tests provided for in these Contract Documents to determine their quality and fitness for the work. XIV. PAYMENT A. General. In consideration of the faithful performance of the Work prosecuted in accordance with the provisions of the Contract, ASPA will pay the Contractor in United States dollars for all such goods and services delivered or rendered pursuant to the Contract on the basis of percentage of completion for lump sum items and unit price for all other items, all as more particularly described in the Contract. B. Partial Payments. Partial Payments may be made from time to time as provided in the Contract. Partial payments shall not be construed to affect the right, hereby reserved, of ASPA to reject the whole or any part of any work, should such work be later found not to comply with the provisions of the Contract. All estimated quantities of work for which partial payments have been made are subject to review and correction on the final estimate. Payment by ASPA and acceptance by the Contractor of partial payments based on periodic estimates of quantities of work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. Before the first working day of each calendar month, the Contractor shall prepare a detailed estimate of the amount earned for the separate portions of the work for review and approval by ASPA. As used in this Section, the words "amount earned" means the value, on the date of the estimate for partial payment, of the work completed in accordance with the Contract and the value of approved materials delivered to the project site suitably stored and protected prior to incorporation into the work. C. ASPA s Right To Withhold Amount. In addition to any other amount which ASPA may otherwise retain hereunder or under the Contract, in the event the successful bidder is in material breach of the Contract, ASPA may withhold all or part of any payment or payments otherwise due the Contractor if ASPA reasonably determines such additional withholding is necessary to ensure Contractor s compliance with the agreed upon terms of the contract. D. Qualification For Partial Payment For Materials Delivered. Materials, as used herein, shall be considered those items which are fabricated and manufactured material and equipment. Only those materials for which the Contractor can transfer clear title to ASPA will be qualified for partial payment. To receive partial payment for materials delivered to the site, but not incorporated in the work, it shall be necessary for the Contractor to submit to the Engineer, at least seven (7) days prior to the end of said month, a list of such materials. At his sole discretion, the Engineer will approve items for which partial payment is to be made. Invoices of suppliers must support the Contractor s actual net cost for the materials. Proper storage and protection shall be provided by the Contractor, and as approved by an 12/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

13 ASPA engineer. Final payment shall be made only for materials actually incorporated in the work and, upon acceptance of the work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. Partial payments will include surface shipping costs to American Samoa. Bills of lading will be provided by the Contractor to determine actual shipping costs. Partial payments shall not exceed sixty percent (60%) of material and shipping costs. No payment will be made for on-island transshipment to work site. XV. CONTRACTOR S LICENSE Bidders who are not from American Samoa shall be licensed in accordance with the provisions of their respective state and country and shall be skilled and regularly engaged in the general type and size of work called for under this IFB. The selected bidder shall have an American Samoa Business license prior to execution of the Contract. Bidders from American Samoa shall be licensed in accordance with the American Samoa rules and regulations for Contractors. XVI. PRIMARY BIDDER The award, if made, will be to a single Bidder. The selected primary Bidder will be responsible for successful performance of all subcontractors and support services offered in response to this Bid. Furthermore, the ASPA will consider the primary Bidder to be the sole point of contact regarding contractual matters for the term of the Agreement. The Bidder must not assign financial documents to a third-party without prior written approval by ASPA, and an amendment to the resulting Agreement. XVII. SUBCONTRACTOR Any Subcontractor that the Bidder chooses to use in fulfilling the requirements of this IFB, and which is expected to receive more than ten percent (10%) of the value of the Agreement, must also meet all Administrative, Business and Technical Requirements of the IFB, as applicable. Nothing contained in the resulting Agreement shall create any relationship between ASPA and any Subcontractors, and no subcontract shall relieve the Bidder of its responsibilities and obligations. The Bidder is fully responsible to the State for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by any of them. The Prime Bidder s obligation to pay its subcontracts is an independent obligation from the ASPA s obligation to pay or to enforce the payment of any money to any subcontractor. Contractor is solely responsible for any payments to or claims made by subcontractor. The Contractor must not change Subcontractor(s) if such changes conflict with the work to be performed under this contract. ASPA recognizes that changes to Subcontractor(s) may be necessary and in the best interests of ASPA, however, advance notification of a contemplated change and the reasons for such change must be made to ASPA no less than ten (10) Business Days prior to the existing Subcontractor s termination. If this should occur, the Contractor should be aware that the State contract administrator or designee must approve any changes to the subcontractor(s) prior to the termination of the existing 13/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

14 Subcontractor(s).This also includes any changes made between submittal of the Final Bid and actual start of the contract. ASPA will not compensate the Contractor for any of the Contractor s time or effort to educate or otherwise make the new Subcontractor(s) ready to begin work on the contract. XVIII. LISTING OF SUBCONTRACTORS All bids shall include the names of each firm to be engaged by the bidder as a subcontractor in the performance of the Contract. The nature and scope of work to be performed by such subcontractor shall also be included. ASPA shall not be responsible for payment to any joint contractor or subcontractor. ASPA only recognizes its contractual payment obligations to the successful bidder. XIX. PROOF OF COMPETENCY OF SUBCONTRACTOR Any bidder may be required to furnish evidence, satisfactory to ASPA, that proposed subcontractors have sufficient means, equipment, and experience in the types of work called for to assure completion of the contract in a satisfactory manner. XX. BUSINESS LICENSE All bidders shall be appropriately licensed in accordance with the state, territory, and/or country of the bidder s origin and shall be skilled and regularly engaged in the general type and capacity of work called fo under this IFB. XXI. INSURANCE The Contractor shall obtain the insurance coverage designated herein and pay all costs associated therewith. Such insurance shall be for the coverage, amounts, and limits as set forth in subsection (a) below. Before commencing the Work, the Contractor shall furnish ASPA with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies. The Contractor s insurance shall be maintained for the full period of the Agreement. In the case of a breach of any provision of this section, ASPA, at its option, may take out and maintain, at the expense of the Contractor, such insurance as ASPA may deem proper and may charge the Contractor with such amounts due. Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor s responsibility for payment of damages resulting from its operations under the Agreement. A. During the term of the Agreement the Contractor shall maintain such public liability and property damage insurance, and automobile public liability and property damage insurance that shall protect the Contractor from claims for damage for personal injury, including accidental death, as well as from claims for direct property damage, which may arise from negligent operations under the Agreement, whether such operations are by itself or by a subcontractor or by anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: 1. Worker s Compensation. The Contractor shall maintain such statutory amounts of workmen s compensation insurance as are set forth in the 14/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

15 XXII. MONTHLY REPORTS American Samoa Code Annotated and American Samoa Administrative Code. 2. Employer s Liability. The Contractor shall maintain employer liability insurance in the amount of Two Million ($2,000,000 USD). 3. Public/General Liability. Public/General liability shall include coverage for wrongful death claims, and shall not exclude coverage for explosion, collapse, or underground exposure. a. The Contractor shall maintain public/general liability insurance covering third party bodily/personal injury in the amount of Five Hundred Thousand Dollars ($500,000 USD) per person/per occurrence with an aggregate of One Million Dollars ($1,000,000 USD). b. The Contractor shall maintain public/general liability insurance covering property damage in the amount of Five Hundred Thousand Dollars ($500,000 USD) per person/per occurrence or coverage that is equivalent as currently available. 4. Automobile Liability. a. Bodily/personal injury. The Contractor shall maintain automobile liability insurance covering third party bodily/personal injury in the amount of Five Hundred Thousand Dollars ($500,000 USD) per person/per occurrence with an aggregate of One Million Dollars ($1,000,000 USD). b. Property damage. The Contractor shall maintain automobile liability insurance covering property damage in the amount of Five Hundred Thousand Dollars ($500,000USD) per person/per occurrence with an aggregate of One Million Dollars ($1,000,000 USD). 5. Builder s Risk Insurance. Unless otherwise modified, the Contractor shall secure and maintain during the life of the Agreement, builder s risk insurance coverage for one hundred percent (100%) of the Agreement amount. Such insurance shall include coverage for earthquake, landslide, flood, windstorm, collapse, or loss due to results of faulty workmanship, and shall provide for losses to be paid to the Contractor and ASPA as their interests may appear. In addition to any requirements specified in the SOW, the Contractor shall also provide a monthly report of services completed. Reports shall be submitted directly to the Engineering Services Division Project Manager for verification prior to sending to any other ASPA office including the Accounting Division. 15/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

16 XXIII. BASIS OF AWARD Award is made to the lowest responsive, responsible bidder providing the best value to the American Samoa Power Authority. At the time of bid opening, each bid will be checked for the presence or absence of required information in conformance with the submission requirements of this IFB. ASPA will evaluate each bid to determine its responsiveness to the published requirements. Unless the Procurement Manager determines that satisfactory evidence exists that a mistake has been made, as set forth in Procurement Rule 3-114, bidders will not be permitted to revise their Bids after bid opening. Negotiations are not allowed and price is the major determining factor for selection and award. Bids will be evaluated according to ASPA s Procurement Rules and criteria set forth in these bid documents. XXIV. BID EVALUATION Each bid offer will be reviewed for exact conformity of the requirements in this IFB, known as a responsive bid. Information provided in/with the bid offer will be used to determine whether the interested bidder has the capacity to deliver the goods or services, known as a responsive bid. A. Experience. Submit the Statement of Qualifications, attached hereto as Exhibit D. Preference will be given to contractors with experience in tank construction or tank rehabilitation. B. Contract Price. Complete the Bid Form in Attachment C. XXV. QUALIFICATION OF BIDDER ASPA may make such investigations as it deems necessary to determine a bidder s ability to enter into and perform the agreement, and the bidder shall furnish to ASPA such information and data for this purpose as ASPA may request, or the bidder may be deemed non-responsive. XXVI. MULTIPLE BIDS COLLUSION If more than one bid is submitted by any one party or in the name of its clerk, partner or other person; all bids submitted by said party may be rejected by ASPA. This shall not prevent a bidder from submitting alternate bids when called for. A party who has proposed prices on materials is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly to ASPA. If ASPA believes that collusion exists among any bidders, none of the participants in such collusion shall be considered. Bids in which the contract prices are unbalanced or unrealistic may be rejected at ASPA s sole discretion. XXVII. BIDDER S UNDERSTANDING Each bidder must understand and acknowledge the conditions relating to the execution of the work and it is assumed that it will make itself thoroughly familiar with all of the Contract Documents prior to execution of the written contract. 16/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

17 Each bidder shall inform itself of, and shall comply with, federal and territorial statutes and ordinances relative to the executing of the work. This requirement includes, but is not limited to, applicable regulations concerning protection of public and employee safety and health, environmental protection, historic preservation, the protection of natural resources, fire protection, burning and non-burning requirements, permits, fees, and similar subjects. ASPA has no information relative to the subsurface characteristic of the construction site. Information derived from topographic maps, or from plans showing location of utilities and structures will not, in any way, relieve Bidder from any risk, or from properly examining the site and making such additional investigations as it may elect, or from properly fulfilling the terms of the Bid Documents. XXVIII. AMERICAN SAMOA LICENSES, PERMITS, TAXES AND IMPORT DUTY The Contractor shall be cognizant of and comply with all American Samoa Government ( ASG ) laws and ordinances pertaining to licenses, permits, tax structure and import duties. Additionally, the Contractor shall: A. Have or obtain an ASG business and contractor s license as may be required by applicable law to perform the required contractual work. Over-the-highway vehicles require American Samoa Licenses. Operator s licenses are required; B. Be cognizant that American Samoa is a protectorate of the United States located outside the jurisdiction of the U.S. Customs and U.S. Immigration Department. The Contractor s equipment that will be returned to the United States will be subjected to customs or import duty unless properly manifested before shipment from the United States. Excise Tax on equipment to be incorporated into the project or used on this project may be waived upon written request. Should the Contractor elect to sell the equipment locally upon completion of the contract or to use the equipment for other than this project rather than shipping the equipment away from American Samoa, the equipment will then be subject to the appropriate duty rate. Equipment imported for use other than on this project is also subject to local tax; and C. Comply with the Workmen s Compensation Act and maintain a compliant Health and Safety Plan. A copy of this plan shall be provided to ASPA. XXIX. ADDITIONAL AMERICAN SAMOA REGULATIONS Bidders are advised of the following: A. Foreign Labor. Contractors must exercise good judgment in recruiting skilled foreign labor. Unskilled labor used on the project shall be American Samoa resident and/or granted permission by law to work in American Samoa. The Contractor shall conform to the current immigration laws and Codes of American Samoa. 17/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

18 B. Social Security for Aliens. Alien technicians brought in to perform the work will be required to register and receive a social security number if they do not already possess one. C. Necessary Inoculations. Inoculations shall be as required by the United States Public Health Service. It will be the Contractor s responsibility to determine that these inoculations are obtained prior to entry from any foreign country or possession. D. Costs of Transportation. The Contractor will be expected to include in its bid, among other things, costs of transporting equipment, materials and personnel to and from American Samoa. E. Labor and Material Furnished by ASPA. No labor will be furnished by ASPA. Certain materials and equipment may be made available to Contractor for its use and access, but only in the sole discretion of ASPA. Bidders should not assume when preparing bids that ASPA material and equipment will be available for their use. F. Equipment and Project Warranty and Maintenance Requirements. All bids should include the cost of a one-year equipment and workmanship warranty, or length of warranty specified in the project specifications, attached hereto as Attachment M. Warranties shall include the cost of all parts, labor, equipment, shipping, and onsite visits to repair or replace any deficient equipment, material, or workmanship and include, at a minimum, at least one site visit by the contractor within 1 year of substantial completion ordered at ASPA s sole discretion. XXX. WITHDRAWAL OF BID Any bid may be withdrawn prior to the scheduled time for the opening of bids by notifying ASPA in a written request. No bid may be withdrawn after the time schedule for opening of bids. XXXI. OPENING AND EVALUATION OF BIDS In accordance with ASPA Procurement Rule 3-110, bids will be opened and recorded on the assigned date and at the time indicated above at the Materials Management Conference Room located at the ASPA Tafuna Plant or in another place designated by the ASPA Procurement Manager in writing. XXXII. EXECUTION OF CONTRACT The Contractor shall, after receiving the Notice of Award, sign a contract within ten (10) days and deliver to ASPA the contract, together with all other bonds or documents as required by ASPA. XXXIII. ASSIGNMENT The Contractor shall not assign, transfer, convey or otherwise dispose of the award or the contract, or its right, title or interest therein, or its power to execute such contract, to any other persons, firms or corporations without the prior consent in writing of ASPA. XXXIV. TIME IS OF THE ESSENCE 18/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

19 Time is of the essence in completing the work to be performed under the contract. Delays and extensions of time will not be allowed, and a penalty fee of $500 per day shall be assessed for not meeting any of the milestones agreed upon between ASPA Project Engineer and the contractor based on the project schedule and shall consist of (at a minimum) pre-construction submittals, equipment shipping, construction of major project components, and final training and start-up services. XXXV. IFB CONDITIONS This IFB does not commit ASPA to award a contract or to pay any cost incurred in the preparation of a bid. The American Samoa Power Authority reserves the right to: A. Reject any bidder for being non-responsive to bid requirements contained in this IFB or for being non-responsible; B. Reject all bids and reissue an amended IFB; C. Negotiate a contract with the bidder selected for award; and D. Waive any non-material violations of rules contained in this IFB. 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 addendum. In the event that a bidder fails to acknowledge receipt of any such addendum in the space provided, such bidder s bid shall be considered irregular and will be accepted by ASPA only if it is in ASPA s best interest, as determined by ASPA in its sole discretion. In the event that addenda are not received until after the bidder has submitted its bid, a supplementary bid may be submitted revising the original bid. Such supplementary bids must be received by ASPA prior to the scheduled time for opening of bids. XXXVI. INDEMNITY PROVISION The Contractor shall indemnify and hold harmless the American Samoa Power Authority and the American Samoa Government from and against any and all claims, damages, losses, and expenses including attorney s fees arising out of or resulting from the performance of the work, provided 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 therefrom, and whether or not is caused in whole or in part by any negligent act or omission of the Contractor, its subcontractors, or anyone employed by any of them or anyone for whose acts any of them may be 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. XXXVII. REPRESENTATION REGARDING ETHICS IN PUBLIC PROCUREMENTS By submitting a bid, each bidder represents that it has not knowingly influenced and agrees that it will not knowingly attempt to influence any ASPA employee to breach any applicable 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 ASPA Procurement Rules or other applicable law. XXXVIII. REPRESENTATION REGARDING CONTINGENT FEES 19/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

20 The bidder represents that it has not retained a person to solicit or secure an ASPA contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee; except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. XXXIX. COMPLIANCE WITH LAWS Bidders who are 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. XL. AWARD, CANCELLATION, AND REJECTION Contract award shall be made to the responsible bidder submitting the lowest responsive bid. No other factors or criteria shall be used in the evaluation. ASPA reserves the right to waive any minor irregularities in the bid received. The Procurement Manager shall have the authority to award, cancel, or reject bids, in whole or in part for any one or more items if she determines it is in the best public interest. It is the policy of ASPA to award contracts to qualified bidders. ASPA reserves the right to increase or decrease the quantity of the items for award and make additional awards for the same type items based on the quotation prices for a period of thirty (30) days after the original award. XLI. BIDDER S QUALIFICATION DATA It is the intention of ASPA to award a contract only to the Contractor who is able to furnish satisfactory evidence that it has the requisite experience and ability and that it has sufficient capital, facilities and plant to enable it to perform the work successfully and promptly and to complete it within the term set forth in the contract. Each bidder shall submit as part of the total bid package, the following information: A. Name of organization; B. Address and phone number of home office, principal place of business and locations and contact information for any branch offices; C. Type of business structure, e.g., corporation, partnership, joint venture, proprietorship; D. Place of organization or state of incorporation; E. Names and addresses for all owners for businesses other than corporations; F. For corporations, list the names and addresses of directors, officers and stockholders with twenty percent (20%) ownership interest or greater; G. Places, including individual states and territories of the United States, where registered as a foreign corporation; H. Evidence of insurance coverage as required above. Prior to or concurrent with contract execution, the Contractor must provide ASPA with one or more 20/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

21 certificates of insurance naming ASPA as additional insured on its Public/General Liability and Automobile policies. I. List all countries and all states, territories and possessions of the United States in which similar work improving an existing wastewater treatment plant has been performed in the last ten (10) years, including: 1. Name of awarding agency or owner for which work was performed; 2. Nature and scope of contract, including total dollar value, demonstrated ability to successfully complete construction in remote locations with complex logistical problems, and demonstrated ability to utilize local labor largely untrained for the skills required on the project and for whom English may be a second language ; 3. Dates of performance; 4. Whether performance was completed within the specified time under the contract and, if not, why; and 5. Whether contract was performed under joint venture, and if so, with whom and under what arrangement. J. The name or names of supervisory personnel employed on the work under this Contract, including the experience record for each that indicates the degree of responsibility and type of work supervised; and K. The names and addresses of three references, at least one of which should be a bank or other lending institution, governmental agency or bonding company. XLII. USE OF SMALL AND MINORITY FIRMS, WOMEN S BUSINESS ENTERPRISE AND LABOR SURPLUS AREA FIRMS. All bidders must commit to taking affirmative steps to assure that minority firms, women s business enterprises, and labor surplus area firms are used when possible. Affirmative steps include: A. Placing qualified small and minority businesses and women s business enterprises on solicitation lists; B. Assuring that small and minority businesses, and women s business enterprises are solicited whenever they are potential sources; C. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women s business enterprises; D. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women s business enterprises; and 21/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

22 E. Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce. XLIII. COMPLIANCE WITH FEDERAL REGULATIONS The Work will be funded by one or more federal agencies. As such, all bidders must agree to comply with applicable federal laws and regulations, including, but not limited to (i) Executive Order of December 24, 1965, entitled Equal Employment Opportunity, as amended by Executive Order of October 13, 1967, and as supplemented in Department of Labor Regulations (41 CFR chapter 60); (ii) the Copeland Anti-Kickback Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR part 3); (iii) the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR part 5); (iv) Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C ) as supplemented by Department of Labor regulations (29 CFR part 5); and (v) applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S. C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency Regulations (40 CFR part 15). XLIV. VENUE AND CHOICE OF LAW A. Venue. The obligations of the parties hereto are performed in American Samoa, and if legal action is necessary to enforce same, exclusive venue shall be within American Samoa. B. Governing Law. This contract shall be governed by and construed in accordance with the laws and case decisions of American Samoa. XLV. CONTRACT CONTROLLING. In case of a discrepancy between this IFB and the formal contract, the formal contract will control. 22/46 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION

ASG HOUSING DISTRIBUTION LINES REPLACEMENT PROJECT

ASG HOUSING DISTRIBUTION LINES REPLACEMENT PROJECT AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE INVITATION FOR BID May 2, 2014 ASG HOUSING DISTRIBUTION LINES REPLACEMENT PROJECT IFB NO. ASPA14.1212.ESD.WATER.ASG HOUSING DISTRIBUTION REPLACEMENT

More information

REQUEST FOR QUOTE ( RFQ ) SUPPLYING CINDER LOADS FOR THE SOLID WASTE DIVISION FUTIGA LANDFILL OPERATIONS. March 12, 2014

REQUEST FOR QUOTE ( RFQ ) SUPPLYING CINDER LOADS FOR THE SOLID WASTE DIVISION FUTIGA LANDFILL OPERATIONS. March 12, 2014 AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR QUOTE ( RFQ ) SUPPLYING CINDER LOADS FOR THE SOLID WASTE DIVISION FUTIGA LANDFILL OPERATIONS March 12, 2014 SUPPLY OF CINDER FUTIGA

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) EAST SIDE VILLAGES WASTEWATER COLLECTION SYSTEM

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) EAST SIDE VILLAGES WASTEWATER COLLECTION SYSTEM AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB ) EAST SIDE VILLAGES WASTEWATER COLLECTION SYSTEM UTULEI WWTP IMPROVEMENTS (PACKAGE 1) August 11, 2011 ANDRA SAMOA Chief Executive

More information

REQUEST FOR QUOTATIONS (RFQ) FOR MANU A TANK REPLACEMENT PROJECT MATERIALS. September 12, 2018 RFQ NO. ASPA ESD-WTR (RE-BID)

REQUEST FOR QUOTATIONS (RFQ) FOR MANU A TANK REPLACEMENT PROJECT MATERIALS. September 12, 2018 RFQ NO. ASPA ESD-WTR (RE-BID) 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 QUOTATIONS (RFQ) FOR September

More information

INVITATION FOR BIDS ( IFB ) AUNU U GENERATOR PRE FABRICATED BUILDING. May 12, 2015 IFB NO. ASPA PG. Approved for Issuance

INVITATION FOR BIDS ( IFB ) AUNU U GENERATOR PRE FABRICATED BUILDING. May 12, 2015 IFB NO. ASPA PG. Approved for Issuance INVITATION FOR BIDS ( IFB ) AUNU U GENERATOR PRE FABRICATED BUILDING May 12, 2015 Approved for Issuance UTU ABE MALAE Executive Director Page 1 of 29 Table of Contents Title Page.Page 1 Table of Contents

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 QUOTES (RFQ) JULY 02, 2018 RFQ NO. ASPA18.051.ESD.WTR-REBID

More information

Closing Date and Time; Tuesday July 18, 2017 at 2:00 pm local time

Closing Date and Time; Tuesday July 18, 2017 at 2:00 pm local time 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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

REQUEST FOR QUOTE (RFQ) FOR IN-LINE METER PROJECT PHASE III MATERIALS. June 6, 2018 RFQ NO. ASPA ESD-WTR APPROVED FOR ISSUANCE:

REQUEST FOR QUOTE (RFQ) FOR IN-LINE METER PROJECT PHASE III MATERIALS. June 6, 2018 RFQ NO. ASPA ESD-WTR APPROVED FOR ISSUANCE: 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 QUOTE (RFQ) FOR IN-LINE METER

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

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

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

AMERICAN SAMOA POWER AUTHORITY P.O. Box PPB, Pago Pago AS Website: Ph.: (684) or

AMERICAN SAMOA POWER AUTHORITY P.O. Box PPB, Pago Pago AS   Website:   Ph.: (684) or AMERICAN SAMOA POWER AUTHORITY P.O. Box PPB, Pago Pago AS Email: bids@aspower.com Website: www.aspower.com Ph.: (684) 699-1234 or 248-1234 REQUEST FOR QUOTES (RFQ) SUPPLY OF MATERIALS FOR THE SCADA UPDGRADE

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

LIMITED LIABILITY COMPANY OPERATING AGREEMENT FOR. A, LIMITED LIABILITY COMPANY State

LIMITED LIABILITY COMPANY OPERATING AGREEMENT FOR. A, LIMITED LIABILITY COMPANY State LIMITED LIABILITY COMPANY OPERATING AGREEMENT FOR Name Of LLC A, LIMITED LIABILITY COMPANY THIS OPERATING AGREEMENT ( Agreement ) is entered into this day of, 20, by and between the following person(s):

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

EXHIBIT A SPECIFIC TERMS AND CONDITIONS HOMELESS GRANT ASSISTANCE PROGRAM

EXHIBIT A SPECIFIC TERMS AND CONDITIONS HOMELESS GRANT ASSISTANCE PROGRAM EXHIBIT A SPECIFIC TERMS AND CONDITIONS HOMELESS GRANT ASSISTANCE PROGRAM I. INTRODUCTION By Section 9 of Chapter 484, Laws of 2005, codified as Revised Code of Washington ( RCW ) 36.22.179 (the Legislation

More information

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY. February 06, 2017 TO: FROM: Suppliers David Timmons City Manager City of Port Townsend The City of Port Townsend is opening bidding for 20 Daniel Defense rifles including front/rear combo (Rock & Lock)

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Proposal packets are available online at   or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

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

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Front Porch Roof Replacement Scope of Work

Front Porch Roof Replacement Scope of Work Front Porch Roof Replacement Scope of Work The Hotel Roanoke and Conference Center is seeking qualified firms to remove and replace the EPDM section of roofing identified as the Front Porch as highlighted

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

Goal General Terms and Conditions

Goal General Terms and Conditions Appendices: Appendix A Goal General Terms and Conditions I. LEGAL STATUS The Vendor shall be considered as having the legal status of an independent contractor vis-à-vis GOAL. The Vendor, its personnel

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

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

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information