|
NOTICE TO BIDDERS
PURSUANT TO CHAPTER 103D, HRS, SEALED PROPOSALS for KAHEKILI HIGHWAY PAVEMENT REHABILITATION (NORTH MARKET STREET TO WAIEHU BEACH ROAD), FEDERAL AID PROJECT NO. STP-3405(3), DISTRICT OF WAILUKU, ISLAND OF MAUI, will be received and time stamped by the Bid Receiver, Purchasing Division, Department of Finance, County of Maui until 2:00 P.M. on MONDAY, OCTOBER 31, 2011 at which time and place the sealed proposals will be publicly opened and read out loud.
Bids shall be received at the Wells Street Professional Building, 2145 Wells Street, Suite 104, Wailuku, Hawaii 96793.
This project involves excavating the existing Kahekili Highway pavement section; installing an asphalt concrete, asphalt treated base, and aggregate subbase pavement section; replacing an asphalt concrete swale; replacing guardrails; installing pavement markings; adjusting manhole frames and covers, as needed; adjusting centerline monuments, as needed; installing signage; and all other incidental work necessary to complete the project.
A compact disc containing the plans, specifications, and proposal may be obtained at the Division of Purchasing, Department of Finance, County of Maui, 2145 Wells Street, Suite 104, Wailuku, Maui, Hawaii 96793. For requests outside of the island of Maui, please call (808)249-2403. Bids shall be submitted in a sealed envelope, and shall be on the Proposal Form provided on the compact disc furnished by said Department. Bids received after the established due date and time will not be considered.
A pre-bid conference is set for 8:00 a.m., October 19, 2011 in the Corporation Counsel Conference Room, 3rd Floor of the County Building. All prospective bidders or their representatives (employees) are encouraged to attend, but attendance is not mandatory. Persons needing special accommodations at the pre-bid conference due to a disability may contact the Department of Public Works, Engineering Division by phone at (808) 270-7745.
To be eligible to award, bidders must possess a valid State of Hawaii General Engineering Contractor’s “A” license or Specialty Contractor’s “C-3" license prior to bidding. Bidders shall be licensed in accordance with Chapter 444, HRS, relating to the licensing of contractors.
Contractors are hereby notified of the applicability of Section 11-205.5 HRS, which states that campaign contributions are prohibited from specified State or County government contractors during the term of the contract if the contractors are paid with funds appropriated by the legislative body.
The U.S. Department of Transportation Regulation entitled “Nondiscrimination in Federally-Assisted Programs of the U.S. Department of Transportation,” title 49, Code of Federal Regulations (CFR), Part 21 is applicable to this project. Bidders are herby notified that the County will affirmatively ensure that the contract entered into pursuant to this advertisement will be awarded to the lowest responsible bidder without discrimination on the grounds of race, color, national origin and sex (as directed by 23 CFR Part 200).
The Equal Employment Opportunity Regulations of the Secretary of Labor implementing Executive Order 11246, as amended shall be complied with on this project.
The U.S. Department of Transportation Regulation entitled “Participation by Disadvantaged Business Enterprise in Department of Transportation Programs,” Title 49, Code of Federal Regulations (CFR), Part 26 is applicable to this project. Bidders are hereby notified that the Department of Transportation will strictly enforce full compliance with all of the requirements of the Disadvantaged Business Enterprise (DBE) program with respect to this project.
Bidders are directed to read and be familiar with the General Information Regarding Disadvantaged Business Enterprises (DBEs) and Regulatory Requirements for Federal-Aid Projects regarding Disadvantaged Busienss Enterprise (DBE), which establishes the program requirements pursuant to Title 49 Code of Federal Regulations Part 26 and, particularly, the requirements of certification, method of award, and evidence of good faith.
Each proposal shall be on a form furnished by the Department of Public Works, County of Maui. The proposal guaranty shall be equal to at least five percent (5%) of the total amount of the bid submitted.
Estimated construction cost is between $1,000,000 to $5,000,000.
For additional information on this project, contact Wendy Kobashigawa at (808) 270-7745; 200 South High Street, Wailuku, Maui, Hawaii 96793.
The Department of Finance reserves the right to reject any or all proposals and to waive any defects in said proposals for the best interest of the public.
Danilo F. Agsalog, Director Department of Finance
Maui News: October 9 & 11, 2011
|
|
10/9/2011 7:45 AM
|
|
10/31/2011 2:00 PM
|
|
Bid Receiver, Purchasing Division, 2145 Wells Street, Suite 104, Wailuku, HI 96793
|
|
See Description!
|
|
For technical aspects, please contact Wendy Kobashigawa, Engineering Division at (808) 270-7745. For bidding process, please contact Garrett Goo, Purchasing Division at (808) 249-2403.
|
|
No
|
|
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
|
|