COUNTY JOB NO. WW08-02
Pursuant to Chapter 103-D, HRS, sealed bids for the following construction project: "KAHULUI CONCRETE SEWER LATERALS REPLACEMENT PROJECT, COUNTY JOB WW08-02", will be received and time stamped by the Bid Receiver, County of Maui, Purchasing Division, Wells Street Professional Center, 2145 Wells Street, Suite 104, Wailuku, Maui, Hawaii 96793 until 2:00 p.m. Hawaii Standard Time, on OCTOBER 16, 2008. Bids shall be addressed to the Bid Receiver, Finance Department, and shall be labeled "KAHULUI CONCRETE SEWER LATERALS REPLACEMENT PROJECT, COUNTY JOB WW08-02". Bids will be opened publicly and read aloud immediately thereafter.
The work consists in the furnishing of all labor, materials, and equipment for the replacement of NINETY ONE (91) existing concrete sewer laterals with new 4" dia. PVC laterals, totaling approximately 2,765 linear feet, at various locations in Kahului, Maui.
The work includes furnishing all required Best Management Practices "BMPs" (Erosion, dust and pollution control measures), excavation, archaeological monitoring, demolition and removal of the existing concrete laterals, sub-grade preparation, dewatering (as required), sewage spill mitigation and control measures, preparation of tie-in surfaces, installation new PVC laterals and clean-outs, tie-in into the existing sewer main, backfilling and compaction (including geotechnical monitoring), restoration of all disturbed existing improvements (Including but not necessarily limited to: pavement, pavement markings, curbs, gutters, sidewalks, road signs, traffic loops, landscaping, fences, walls, etc) and furnishing of all required temporary construction traffic control and safety devices.
Contract Documents and proposal forms may be obtained after SEPTEMBER 14, 2008 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 Disk (CD) with Specifications and Drawings in electronic format ("pdf").
Bidders must be qualified in compliance with section 103D-310 of the Hawaii Revised Statutes.
Pursuant to the General Conditions Section 00710-2.09 of the Project Specifications, a mandatory pre-bid meeting shall be conducted at least fifteen (15) calendar days prior to the opening of Bids. Interested parties are to meet at theWailuku-Kahului Wastewater Reclamation Facility Conference Room, 281 Amala Place, Kahului, at 9:00 AM on SEPTEMBER 30, 2008. A site visit will follow the pre-bid meeting.
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 five percent (5%) of the total 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.