|
ADVERTISEMENT TO BID
KIHEI NO. 2 FORCE MAIN REPLACEMENT PROJECT JOB NO. WW09-06
Pursuant to Chapter 103D, HRS, sealed bids for the KIHEI NO. 2 FORCE MAIN REPLACEMENT PROJECT, JOB WW09-06 will be received and time-stamped by the Bid Receiver, Purchasing Division, Department of Finance, 2145 Wells Street, Suite 104, Wailuku, Maui, Hawaii 96793 until 2:00 p.m. Hawaii Standard Time, on SEPTEMBER 8, 2010. Bids shall be addressed to the Bid Receiver and shall be labeled KIHEI NO. 2 FORCE MAIN REPLACEMENT PROJECT. Bids will be opened publicly and read aloud immediately thereafter.
The work includes the furnishing of labor, materials, supplies, and equipment required for the installation of approximately 2,422 lineal feet of 10-inch PVC sewer force main, transition manhole, and approximately 75 feet of 12-inch PVC sewer line.
Contract Documents and proposal forms may be obtained starting AUGUST 2, 2010 at the office of the Director of Finance, Purchasing Division, 2145 Wells Street, Suite 104, Wailuku, Maui, Hawaii. Each set of Contract Documents will consist of a compact disc (CD) with specifications and drawings in electronic format (“pdf”).
Bidders must be qualified in accordance with Section 103D-310 of the Hawaii Revised Statutes. The Contractor and/or his subcontractor(s), if any, are required to have the current “A” contractor license, or equivalent, to perform the scope of work.
A mandatory pre-bid meeting and tour will be conducted for the project. Interested parties are to meet at the Kihei Wastewater Reclamation Facility, 480 Welakahao Road, Kihei, at 9:00 a.m. on Tuesday, August 17, 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. Interested parties may contact Mr. Kyle Ginoza, the Construction Manager, at (808) 270-5798 for directions to the site or with questions about 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 103D-323 of the Hawaii Revised Statutes. The proposal guaranty shall be equal to at least five percent (5%) of the total of the bid submitted.
Bidders are required to comply with newest procurement code, HRS, Chapter 103D, any rules and regulations and policy directives issued with respect to Chapter 103D and any amendments thereof.
KALBERT YOUNG DIRECTOR OF FINANCE COUNTY OF MAUI
Maui News, AUGUST 1 AND 8, 2010
|
|
8/1/2010 7:45 AM
|
|
10/20/2010 2:00 PM
|
|
Bid Receiver, Purchasing Division, 2145 Wells Street, Suite 104, Wailuku, HI 96793
|
|
Addendum #5 - 10/13/2010
|
|
See Description!
|
|
Kyle Ginoza, Construction Manager, Wastewater Reclamation Division at (808) 270-5798.
|
|
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
|
|
Addendum #5 changes bid opening date to Oct 20, 2010.
|
|