|
INVITATION TO BID
KAA FORCE MAIN REPLACEMENT COUNTY JOB NO. WW08-09 AT KAHULUI, MAUI, HAWAII
Pursuant to Chapter 103-D, HRS, sealed bids for the following construction project: “KAA FORCE MAIN REPLACEMENT”, will be received and time-stamped by the Bid Receiver, County of Maui, Purchasing Division, Department of Finance, 2145 Wells Street, Suite 104, Wailuku, Maui, Hawaii until 2:00 p.m. Hawaii Standard Time, on Thursday, August 26, 2010. Bids shall be addressed to the Bid Receiver, County of Maui, Purchasing Division, Department of Finance, 2145 Wells Street, Suite 104, Wailuku, Maui, Hawaii and shall be labeled “KAA FORCE MAIN REPLACEMENT”. Bids will be opened publicly and read aloud immediately thereafter.
The project involves the replacement of the existing 12-inch Kaa Force Main with approximately 4,660 Linear Feet of 12-inch, DR18 Polyvinyl Chloride (PVC) C900 and Protecto 401-Lined Class 52 Ductile Iron (DI) pipes, including fittings and appurtenances; excavation and backfill; connecting the new force to the existing 12-inch force mains at the Kaa Wastewater Pump Station (WWPS) and at the headworks of the Wailuku-Kahului Wastewater Reclamation Facility (WWRF); anchoring the new force main to the existing Alahao Bridge; restoring existing improvements; temporary bypass; and all other incidental work necessary to complete the project.
Contract Documents and proposal forms may be obtained starting Monday, July 26, 2010 at the office of the Director of Finance, Purchasing Division, 2145 Wells Street, Suite 104, Wailuku, Maui, Hawaii, at a cost of $10.00 per set (on CD). Each set of Contract Documents will consist of specifications and half-size drawings.
Bidders must be qualified in compliance with section 103D-310 of the Hawaii Revised Statutes. All prospective bidders shall possess a Type “A” license held in the State of Hawaii.
A mandatory pre-bid meeting will be conducted for the project. Interested parties are to meet at the Wailuku-Kahului Wastewater Reclamation Facility Conference Room at 9:00 AM on Tuesday, August 10, 2010. Those who do not attend the pre-bid meeting and register their attendance in writing will not be permitted to bid on the project.
The Contractor, and his subcontractor(s), if any, shall comply with all applicable revisions of the law relative to the Prevailing Wage Schedule, as required under Chapter 104, HRS.
No proposal will be considered unless accompanied by one of the following forms of bidder's security: cash, a cashier's check, a certified check on a bank insured by the Federal Deposit Insurance Corporation, or a bidder's bond executed by an approved surety insurer, made payable to the Director of Finance in the manner, form and amount required in Section 103-323 of the Hawaii Revised Statutes. The proposal guaranty shall be equal to at least five percent (5%) of the total amount of the bid submitted.
Bidders are required to comply with newest procurement code, HRS, Chapter 103-D, any rules and regulations and policy directives issued with respect to Chapter 103-D and any amendments thereof.
Bidders must correctly prepare and submit the documents listed in Section 00300, Bid Proposal.
Bidders are requested to submit with their proposal, a State and Federal tax clearance certificate.
KALBERT YOUNG DIRECTOR OF FINANCE COUNTY OF MAUI
Maui News, July 25, 2010 and August 1, 2010
|
|
7/25/2010 7:45 AM
|
|
8/26/2010 2:00 PM
|
|
Bid Receiver, Purchasing Division, 2145 Wells Street, Suite 104, Wailuku, HI 96793
|
|
See Description!
|
|
Dan Shupack, Dept. of Environmental Mgmt., Wastewater Division at (808) 270-7417
|
|
No
|
|
None
|
|
Dept of Finance, Purchasing Division,
Wells Street Professional Center,
2145 Wells Street, Suite 104,
Wailuku, HI 96793
|
|
7:45 am - 4:30 pm
|
|
(808) 249-0839
|
|