ADVERTISEMENT TO BID
COUNTYWIDE SCADA REPLACEMENT
JOB NO. WW08-01
Pursuant to Chapter 103-D, HRS, sealed bids for the following project: "COUNTYWIDE SCADA REPLACEMENT, COUNTY JOB NO. WW08-01", 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 November 6, 2008. Bids shall be addressed to the Bid Receiver, Finance Department, and shall be labeled "COUNTYWIDE SCADA REPLACEMENT, COUNTY JOB NO. WW08-01." Bids will be opened publicly and read aloud immediately thereafter.
The work includes the furnishing of labor, materials, supplies and equipment required for the replacement of the existing SCADA system at all three Wastewater Treatment Facilities. New rack mounted SCADA servers will be installed along with single board computers through-out the facilities. Central servers located in the County of Maui MIS Department will contain all historical data. The three SCADA systems will be interconnected via the County of Maui fiber-optic wide area network (WAN) and a server in the County of Maui M.I.S. Department will contain all historical data for the SCADA system. A command center will be established at the Kihei Wastewater Treatment Facility which will be capable of monitoring/controlling all three treatment facilities.
Contract Documents and proposal forms may be obtained after OCTOBER 5, 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.
A mandatory pre-bid meeting and tour will be conducted for the project. Interested parties are to meet at the Kihei Wastewater Treatment Facility at 9:00 a.m. on Wednesday, October 22, 2008. 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. Eric Nakagawa, the Construction Manager, at (808) 270-7422 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 103-323 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 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 K. YOUNG
DIRECTOR OF FINANCE
COUNTY OF MAUI
Maui News: October 5 & 12, 2008