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

Size: px
Start display at page:

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

Transcription

1 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

2 Table of Contents Title Page.Page 1 Table of Contents Page 2 Notice to Bidders...Page 3 Bid Invitation.Page 4 Special Reminders to Prospective Bidders.Page 5 General Terms and Conditions...Page 6 Bid Transmittal Form (Attachment A)..Page 17 Scope of Work (Attachment B)...Page 18 Bid Form (Attachment C)...Page 19 Bidder s Qualifications Sheet (Attachment D)...Page 21 Disclosure Statements (Attachment E)..Page 24 Non-collusion Affidavit of Prime Bidder (Attachment F)....Page 25 Technical Specifications (Attachment G)..Page 26 Design & Construction Plans (Attachment H)..Page 29 Page 2 of 29

3 NOTICE TO BIDDERS Issuance Date: May 12, 2015 IFB No. Project Name: Closing Date/Time: ASPA PG May 29, 2:00 p.m., American Samoa Time The American Samoa Power Authority (ASPA) issues this Invitation for Bids for the supply of the A complete bid package may be picked up from ASPA s Materials Management Office located at the Tafuna Power Plant compound (Security Guard at the gate will direct you to where the Materials Management Office is located). You may also view this IFB online on ASPA s website, For more information about this IFB, please contact Nancy (684) or bids@aspower.com. Qualified bidders must submit bids in a sealed envelope, box, or other enclosure addressed to ASPA s Procurement Manager showing the date and time of bid closing. The sealed envelope or box must be labeled: ASPA PROCUREMENT MANAGER ATTN: Nancy Mauga AUNU U GENERATOR PRE-FABRICATED BUILDING An original and five (5) copies of the bid must be received in the Materials Management Office at Tafuna no later than 2:00 p.m. on May 29, Late submittals will not be opened or considered and will be designated as non-responsive. The American Samoa Power Authority reserves the right to: 1. Reject all bids and reissue a new or amended IFB; 2. Request additional information from any Bidder submitting a bid; 3. Select the lowest responsive and responsible bidder, whose bid is determined to be the most advantageous to the American Samoa Power Authority, taking into consideration the evaluation factors set forth in this solicitation. 4. Negotiate a Contract with the firm selected for award; and 5. Waive any non-material violations of rules set up in this IFB at its sole discretion. Utu Abe Malae, Executive Director Date Page 3 of 29

4 AMERICAN SAMOA POWER AUTHORITY Materials Management Office - Procurement P.O. BOX PPB PAGO PAGO, AS (684) bids@aspower.com Nancy Tinitali-Mauga Materials/Procurement Manager BID INVITATION DATE ISSUED: May 12, 2015 INVITATION NO: IFB# ASPA PG INSTRUCTIONS: 1) This Invitation for Bid (IFB) shall require an original and five (5) hard copies that must be received at ASPA s Materials Management Office no later than 2:00 p.m. on May 29, The envelope or box must be labeled: IFB# ASPA PG AUNU U GENERATOR PRE-FABRICATED BUILDING Late submittals will not be opened or considered and will be determined as non-responsive. The prevailing clock shall be ASPA s Materials Management clock. All Bidders shall provide sufficient written and verifiable information that responds to the requirements set forth herein and in the Scope of Work (SOW). 2) Pre-Bid Questions - Any pre-bid questions and/or clarifications shall be submitted to Nancy Mauga at bids@aspower.com. Questions and/or clarifications are welcome and should be submitted no later than 4:00 p.m. on May 20, ASPA shall issue addenda to address any questions and/or clarifications as necessary thereafter. NOTE TO BIDDERS: This bid is subject to the attached General Terms and Conditions of the IFB for the supply of the Aunu u Generator Pre-fabricated building. The undersigned bidder agrees to furnish within the time specified, the articles and services at the price stated opposite the respective terms listed on the schedule provided, unless otherwise specified by a Bidder. In consideration of the expense to the American Samoa Power Authority in opening, tabulating, and evaluating this bid, 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. SIGNED: DATE Page 4 of 29

5 AMERICAN SAMOA POWER AUTHORITY SPECIAL REMINDER TO PROSPECTIVE BIDDERS Bidders are reminded to read the Bid Solicitation Instructions and General Terms and Conditions attached to the Bid Invitation to ascertain that all of the following requirements (see checked 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. Bid Form (Attachment C) c. Bidders Qualification Sheet (Attachment D) d. Bidders Disclosure Statement (Attachment E) e. Bidders Non-Collusion Statement (Attachment F) [x] 2. BUSINESS LICENSE Bidders must submit business license as stated in Section 12. [x] 3. BID The Bid must include 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, acknowledge receipt of this special reminder to prospective Bidders together with Bid Invitation Number IFB# ASPA PG AUNU U GENERATOR PRE-FABRICATED BUILDING this day of, Bidder s Representative's Signature Page 5 of 29

6 AMERICAN SAMOA POWER AUTHORITY GENERAL TERMS AND CONDITIONS AUNU U GENERATOR PRE-FABRICATED BUILDING 1. INTRODUCTION The American Samoa Power Authority (ASPA) invites bids for the supply of the Aunu u Generator Pre-fabricated Building. Bidders shall provide all documents requested and shall comply with all tasks as specified in the Scope of Work ( SOW ). 2. SCOPE OF WORK (Refer to Attachment B) 3. SUBMITTALS A. Completed SPECIAL REMINDER TO PROSPECTIVE BIDDERS notice from Page 5 of this document. B. The contractor will provide a 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. E. The contractor will provide the signed Non-Collusion Statement as required on Attachment F. F. The Bid Invitation Form (Page 4) G. The Bid Transmittal Form as provided on Attachment A. 4. 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 May 29, Page 6 of 29

7 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. 5. 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 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) and contractor s license(s) for these services. B. Contract Price The contractor s bid price for the design, prefabrication, supply and delivery of the pre-fabricated building to PagoPago, American Samoa. 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. 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. 6. ATTACHMENTS/EXHIBITS Attachment A is the Bid Transmittal Form Attachment B is the Scope of Work Attachment C is the Bid Form Attachment D is the Bidders Qualification Sheet Attachment E is the Disclosure Statement Attachment F is the Non-Collusion Affidavit Attachment G is the Bid Specifications Page 7 of 29

8 Attachment H is the Design & Construction Plans 7. PRE-BID QUESTIONS Any pre-bid questions and/or clarifications shall be submitted in writing to 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 May 20, ASPA shall issue addenda to address any questions and/or clarifications as necessary. 8. LIQUIDATED DAMAGES In case of failure on the part of the Contractor to complete the Work within the time as fixed in his contract or any extensions thereof, the Contractor shall pay to the American Samoa Power Authority the sum of $ for each day of delay. 9. PAYMENT TERMS The payment terms shall be as follows: 1/3% Due as a down payment. An invoice will be required for any payment. 1/3% Due upon arrival of Materials 1/3% Due 30 days after arrival by ASPA inspection of the complete order 10. TYPE OF CONTRACT Services provided by the successful bidder will be performed under a negotiated unit cost firm fixed-price contract agreement. The successful bidder, as an independent contractor shall furnish the necessary equipment, personnel, tools, parts, supplies, insurance, licenses, support vehicles, bonds and all other required items and services; otherwise do all things necessary to meet the requirements specified in the Scope of Work to the satisfaction of the American Samoa Power Authority on a firm fixed-price 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. 11. AWARD OF CONTRACT The acceptance of the bid will be by a 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, as prescribed herein, ASPA may award the contract to the next lowest responsible qualified bidder. 12. PAYMENT Page 8 of 29

9 (A) (B) General. In consideration of the faithful performance of the work prosecuted in accordance with the provisions of the Contract, the American Samoa Power Authority (ASPA) will pay the Contractor in United States dollars for all such work. Partial Payments. Nothing contained in this Section shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid 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 Engineer shall prepare a detailed estimate of the amount earned for the separate portions of the work. 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 the amount which ASPA may otherwise retain under the Contract, ASPA may withhold a sufficient amount or amount of any payment or payments otherwise due the Contractor as in its judgment may be necessary. 13. CONTRACTOR S BUSINESS 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. Local Bidders shall possess a current valid American Samoa Business license prior to execution of the Contract. 14. LISTING OF SUBCONTRACTORS All bids shall include the names of each person of the 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 joint Contractor shall also be included. ASPA shall not be responsible for payment to a joint Contractor or a subcontractor. ASPA only recognizes its contractual payment obligations to the winning bidder (The Bidder). 15. PROOF OF COMPETENCY OF SUBCONTRACTOR Any bidder may be required to furnish evidence, satisfactory to ASPA, that proposed subcontractors have sufficient mean, equipment, and experience in the types of work called for to assure completion of the contract in a satisfactory manner. Page 9 of 29

10 16. 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 to 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: i. Workmen s Compensation. The Contractor shall maintain such statutory amounts of workmen s compensation insurance as are set forth in the American Samoa Code Annotated and the American Samoa Administrative Code. ii. Employer s Liability. The Contractor shall maintain employer liability insurance in the amount of Five Hundred Thousand Dollars ($500,000 USD). iii. 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 One Hundred Thousand Dollars ($100,000 USD) per person/per occurrence with an aggregate of Five Hundred Thousand Dollars ($500,000 USD). (B) The Contractor shall maintain public/general liability insurance covering property damage in the amount of One Hundred Thousand Dollars ($100,000 USD) per person/per occurrence or coverage that is equivalent as currently available. iv. Automobile Liability. A. Bodily/personal injury. The Contractor shall maintain automobile liability insurance covering third party bodily/personal injury in the amount of Fifty Thousand Dollars ($50,000 USD) per person/per occurrence with an aggregate of One Hundred Thousand Dollars ($100,000 USD). B. Property damage. The Contractor shall maintain automobile liability insurance covering property damage in the amount of One Page 10 of 29

11 Hundred Thousand Dollars ($100,000 USD) per person/per occurrence with an aggregate of Two Hundred Thousand Dollars ($200,000 USD). v. 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 100 percent of the Agreement amount. Such insurance shall not exclude coverage for earthquake, landslide, flood, 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. 17. MONTHLY REPORTS In addition to any requirements specified in the Scope of Work, the Contractor shall also provide a monthly report of work completed. Reports shall be submitted directly to the Project Manager for verification prior to sending to the Accounting department. 18. 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 Materials 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. 19. 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 the bid offer will be used to determine whether the interested bidder has the technical and financial capacity to deliver the goods or services, known as a responsive bid. A. Experience. Submit the Bidders Qualification Sheet, attached hereto as Exhibit D. Preference will be given to contractors with experience in the type of work as detailed in the Scope of Work. B. Contract Price. Complete the Bid Form in Attachment C. 20. QUALIFICATION OF BIDDER Page 11 of 29

12 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. 21. 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. 22. 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 Bid Documents prior to execution of the written contract. Each bidder shall inform itself of, and shall comply with, federal and territorial statutes and ordinances relative to the executing of the work. This requirement includes, but is not limited to, applicable regulations concerning protection of public and employee safety and health, environmental protection, historic preservation, the protection of natural resources, fire protection, burning and 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 if may elect, or from properly fulfilling the terms of the Bid Documents. 23. 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 Page 12 of 29

13 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. 24. 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. 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. 25. 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. 26. OPENING AND EVALUATION OF BIDS In accordance with ASPA Procurement Rule 3-110, bids will be opened and on the assigned date and at the time indicated above at the Materials Management Conference Room located at ASPA s Tafuna Power Plant or in another place designated by ASPA s Procurement Manager in writing. 27. EXECUTION OF CONTRACT The Contractor shall, after receiving the Notice of Award, sign the Contract within seven (7) days of receiving it, and deliver to ASPA the written contract, together with all other documents as required by ASPA. 28. 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 previous consent in writing of ASPA. Page 13 of 29

14 29. 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 bid for being non responsive to bid requirements contained in this IFB or reject any non-responsible bidder; B. Reject all bids and reissue an amended IFB; C. Negotiate a contract with the bidder selected for award; D. Request additional information from any bidder submitting a bid; E. Waive any non-material violations of rules contained in this IFB. ASPA reserves the right to issue any addenda to this IFB. Bidders shall send ASPA a signed form confirming receipt of any addendums, and shall submit supporting/additional information as required by any addendums. In the event that a bidder fails to acknowledge receipt of any such Addendum in the space provided, its bid shall be considered irregular and will be accepted by ASPA only if it is in ASPA s best interest. In the event that addenda are not received until after the bidder has submitted 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. Please note that no verbal information given will be binding upon ASPA unless such information is issued in writing as an official addendum. 30. 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. 31. REPRESENTATION REGARDING ETHICS IN PUBLIC PROCUREMENTS The bidder or contractor represents that it has not knowingly influenced and promises that it will not knowingly influence an ASPA employee to breach any of the ethical standards and represents that it has not violated, it is not violating and promises that it will not violate the prohibition against gratuities and kickbacks set forth in of ASPA Procurement Rules. 32. REPRESENTATION REGARDING CONTINGENT FEES The bidder represents that it has not retained a person to solicit or secure an ASPA contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee; except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. Page 14 of 29

15 33. 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. 34. 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; For corporations, list the names and addresses of directors, officers and stockholders with twenty (20) percent ownership interest or greater; F. Places, including individual states and territories of the United States, where registered as a foreign corporation; G. List all countries and all states, territories and possessions of the United States in which similar consulting work has been performed in the last three (3) years, including: (i) (ii) (iii) (iv) (v) Name of awarding agency or owner for which work was performed; Nature and scope of contract, including total dollar value; Dates of performance; Whether performance was completed within the specified time under the contract and, if not, why not; and Whether contract was performed under joint venture, and if so, with whom and under what arrangement. H. 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 Page 15 of 29

16 I. 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. Page 16 of 29

17 ATTACHMENT A BID TRANSMITTAL FORM Date: AMERICAN SAMOA POWER AUTHORITY American Samoa Government To Whom It May Concern: The undersigned (hereafter called a Bidder), (Corporation, Partnership or Individual) hereby proposes and agrees to furnish all the necessary information pertaining to: AUNU U GENERATOR PRE-FABRICATED BUILDING in accordance with the Scope of Work, General Terms and Conditions, and other procurement requirements specified in this document for the prices stated in the itemized bid form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized bid form attached hereto. The undersigned has read and understands the bid requirements, and is familiar with and knowledgeable of the local conditions at the island-wide location(s) where the work is to be performed. The Bidder has read the IFB Instructions and General Terms and Conditions attached to ascertain that all of the requirements (see boxes) of the bid are submitted in the bid envelope, with one original, one PDF electronic copy, and five (5) hard copies, at the date and time of bid opening. (See Page 6 of this document, SPECIAL REMINDERS TO PROSPECTIVE BIDDERS to verify that all submittal requirement boxes have been checked.) Signed Seal Date: Page 17 of 29

18 ATTACHMENT B SCOPE OF WORK This project proposes to supply and deliver CIF to PagoPago -the Aunu u Generator Prefabricated Building as detailed in ATTACHEMENT G. BUILDING SPECIFICATIONS. Page 18 of 29

19 ATTACHMENT C BID FORM TO: American Samoa Power Authority, Attn: Procurement Manager ADDRESS: PO Box PPB, Pago Pago, American Samoa TITLE: IFB #: ASPA PG BIDDER: DATE:, 2015 No. Description EST. QTY TOTAL PRICE A. General 1 Pre-fabricated Building 1 2 B. Shipping 1 CIF Port Pago Pago 1 TOTAL PRICE Above price shall include supervision, labor, materials, and equipment necessary to complete the works as shown in the Contract Documents. Page 19 of 29

20 IN WITNESS THEREOF, the undersigned has caused this instrument to be executed by its duly authorized officers on this day of, BIDDER: By: Name: Title: Page 20 of 29

21 ATTACHMENT D BIDDER S QUALIFICATIONS SHEET (Please Print or Type and Complete All Sections. An incomplete section will be considered nonresponsive) 1. Name of Bidder 2. Name of Official Representative 3. Business Address/ 4. Telephone, Fax and Official Contact Person. Type of Business Structure (Please check) Corporation Partnership Joint Venture Proprietorship NOTE: Corporations must complete the recordation of their Articles of Incorporation, which is evidenced by the Certificate of Incorporation issued by the Treasurer of the American Samoa Government. Copies of partnership agreements and articles of incorporation should be submitted to the Revenue Branch along with this application form and relevant documents. Aliens cannot operate sole ownership enterprises, and partnerships with aliens are subject to review by the Immigration Board. 6. Number of years the Bidder has been engaged in its current company business under the present firm name indicated 7. Type of work generally performed by Bidder Page 21 of 29

22 8. List four major projects of a similar nature, which have been completed by the Bidder within the last four (4) years, the total dollar amount of each project and the owner/contract person as a reference. Order Name Date Completed Total Order Cost $ Name of Owner Owner s phone number Order Name Date Completed Total Order Cost $ Name of Owner Owner s phone number Order Name Date Completed Total Order Cost $ Name of Owner Owner s phone number Order Name Date Completed Total Order Cost $ Name of Owner Owner s phone number 9. Bidder has how many employees working for his or her company? 10. Have you ever sued or been sued by any Government Agency? 11. If so, name the agency and reasons thereof 12. If so, state case settlement, if settled 13. What type of equipment does your company own and which equipment will you utilize for this project: Page 22 of 29

23 14. Business and Contractor s License must be submitted with Bid. Page 23 of 29

24 ATTACHMENT E DISCLOSURE STATEMENT This form must be completed by all bidders and submitted with the bid. I (Name of owner or partner- all partners must complete a form) of the Bidder, that has submitted the attached bid: (Name of company) (Complete one of the two following statements) 1. I have no immediate relatives (parents, children or siblings) who are currently employed by the American Samoa Power Authority (ASPA) or the American Samoa Government (ASG) (Signed) (Title) 2. I have immediate relatives (parents, children or siblings) who are currently employed by ASPA or ASG. Their names and positions are as follows. Name Relationship to Bidder Position in ASPA (Signed) (Title) Note: It is not against ASPA procurement rules for the relatives of ASPA employees to bid on and receive government contracts provided they disclose such relationships at the time of bidding. Page 24 of 29

25 ATTACHMENT F NON-COLLUSION AFFIDAVIT OF PRIME BIDDER being first duly sworn deposes and says that: 1. He/She is (Owner, Partner, Representative or Agent) of the Bidder that has submitted the attached bid. 2. He/She is fully informed regarding the preparation and contents of the attached bid and of all pertinent circumstances regarding such bid. 3. Such bid is genuine and is not a collusive or false bid. 4. Neither the said Bidder nor any of its officers, partners, owner, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or false bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against American Samoa Power Authority or any person interested in the proposed Contract; and 5. The price or prices bid in the attached bid are fair and proper, and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agent s representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of, 2015 (Signed) (Title) My Commission expires:, 2015 Page 25 of 29

26 ATTACHMENT G BUILIDNG SPECIFICATIONS Building Specification 1 number Marine Grade, Fire rated, pre-fabricated building structure complete with building cladding, doors and roof to the specifications listed below. The building will be installed in American Samoa and all materials shall be suitable for the country s weather and wind conditions The building will house 3 small generating sets. Ventilation shall be provided for these. Building dimensions: 40 feet x 40 feet Building Minimum Height: 11 feet Building structure: Pre-fabricated Hot dipped galvanized Building Walls: Fire rated cladding- insulated metal panels 100mm / 4 inch thick Building Door: 1 no. Single door 900 mm x 2100 mm high Building Door: 1 no. Double doors 1800 mm x 3000 mm high Building Roof: Fire rated roof- insulated metal panels 100mm / 4 inch thick. Building Floor: ASPA will provide a concrete floor Building Installation: ASPA will install building Building Finish: Marine Grade corrosion protection Wind Loading: 160 miles per hour US, NZ, AS codes and standards are acceptable. All materials and workmanship shall be in accordance with the current codes of practice except where varied by specifications: NZ 3101 Concrete Structures Standard NZ 3404 Steel Structures Standard AS/NZS Welding of Steel Structures NZS 4230 The Design of Masonry Structures NZS 3603 Timber Structures Standard NZD 3604 Timber Framed Building AS/NZS 1170 General Structural Design and Design Loadings for Buildings NZS 4210 Masonry Buildings: Materials and Workmanship NZS 3109 Concrete Construction Page 26 of 29

27 NZS 3121 Water and Aggregate for Concrete NZS 3114 Finishes for Concrete AS/NZS 4671 Steel Reinforcing Materials All steel members are to be Grade 300 Steel (Rolled Sections), Grade 350 Steel (Hollow Sections) or Grade 250 Steel (Plate) produced in accordance with: AS 3679 Hot Rolled Sections AS/NZS 3678 Hot Rolled Plate AS/NZS Welded Sections AS 1594 Hot Rolled Flats AS 1163 Hollow Sections Steel Materials to be used in compression/tension braces or Moment Resisting Frames subject to inelastic Earthquake Forces shall comply with 12.4 of NZS 3404 Fabrication Tolerances shall be in accordance with NZS 3404 The ends of all Hollow Sections shall be sealed with minimum 3mm thick plate Plumbness of struts/columns shall be within L/1000 of true vertical All Bolt Holes shall be pre drilled and shall be 2mm oversized for bolts <M24 and 3mm oversized for bolts >M24 All fasteners including holding down bolts shall be included with the building All bolts, nuts and washers shall be hot dipped galvanized to AS 1214 All bolts shall have at least 1 full thread projecting above the nut Minimum Bolt size and grade shall be M20 grade 8.8/S unless specified otherwise Tension Bearing Bolts in Moment Resisting End Plates and Hold Down Bolts shall have Hardened and Load Indicating Washers placed between the nut and steel member Welding shall carried out by welders certified to AS/NZS 4711 Welding shall comply with AS/NZS Minimum Weld Size shall be 6mm Fillet Welds, Full profile unless otherwise specified but shall not exceed the thickness of the thinnest member Flange Welds shall be full penetration Butt welds Page 27 of 29

28 Manual Arc Welding shall be in accordance with AS/NZS and shall use E41XX Electrodes for G250 Steel Plates and E48XX Electrodes for G300 Steel Plates Structural Steel and Fixings shall be Hot Dipped Galvanized after fabrication to AS 1650 All Bracing including Reid Braces shall be hot dipped galvanized Shop drawings shall be provided for use by the installation crew. Mandatory requirements with bid submission: 1. Price CIF Port Pago Pago, American Samoa 2. Outline drawing showing leading dimensions 3. Materials data and or specifications for: a. Structure b. Walls c. Roof d. Doors 4. Time schedule for: a. Submission of drawings from receipt of order b. Supply of all materials FOB [name Port] from review of drawings 5. Design conditions / codes used 6. Details of relevant experience Page 28 of 29

29 ATTACHMENT H DRAWING (See attached) Page 29 of 29

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

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

INVITATION FOR BIDS. November 12, 2014 IFB NO. ASPA ESD-WATER NU UULI TANK REHABILITATION. Issuance Date: November 12, 2014 INVITATION FOR BIDS November 12, 2014 IFB NO. ASPA15.1235. 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

More information

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 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

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

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

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

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

M E M O R A N D U M. March 13, 2019

M E M O R A N D U M. March 13, 2019 M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will

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

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

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

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

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

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

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

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

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

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

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

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

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

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

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

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

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

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

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

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

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services REQUIRED SIGNATURE PAGE FOR PROPOSALS Disaster Restoration and Recovery Services This page, signed by an authorized officer of your Company, must accompany your proposal as the cover page. I, the undersigned,

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

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

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

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

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

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

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

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

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 10 PAGES BIDS DUE: JUNE

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

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

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

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

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

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

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following

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

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

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

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

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 PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: FEBRUARY 11, 2014 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 9 PAGES BIDS DUE:

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

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

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

INVITATION TO BID EMPLOYEE BUILDING ACCESS SYSTEM PROJECT#: LD16-016

INVITATION TO BID EMPLOYEE BUILDING ACCESS SYSTEM PROJECT#: LD16-016 INVITATION TO BID EMPLOYEE BUILDING ACCESS SYSTEM PROJECT#: LD16-016 The City of Des Peres is soliciting bids from qualified contractors for the purchase and installation of twenty-four (24) proximity

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: AUGUST 13, 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: AUGUST

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JULY 24, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: AUGUST

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

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

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

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

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

HARLAN MUNICIPAL UTILITIES

HARLAN MUNICIPAL UTILITIES HARLAN MUNICIPAL UTILITIES 2017-2018 CONVERSION PROJECT METER CONVERSION CONTRACT CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS ISSUED FOR BIDDING 07/26/2018 HARLAN MUNICIPAL UTILITIES 2017-2018 Conversion

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

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 November 29, 2016 Ladies and Gentlemen: The City of Peachtree City will be

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

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

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

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

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Office of Management and Enterprise Services Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany

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

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information