More government information at Hawaii.gov

Notice #: 0001276306-01
Notices to Bidders

INVITATION FOR BIDS. DEPARTMENT OF WATER, COUNTY OF KAUA’I JOB 16-04, WATER PLAN 2020 #WKK-03, MCC, CHLORINATION FACILITIES KILAUEA WELLS NO. 1 AND NO. 2 KAUA’I, HAWAI’I Pursuant to Chapter 103D, HRS, SEALED TENDERS will be received up to and opened at 2:00 p.m., Hawaiian Standard Time (HST) on Friday, June 5, 2020, in the Administration Office of the Department of Water at 4398 Pua Loke Street, Lihu’e, Kaua’i, Hawai’i (“DOW Admin. Office”). Bids received after the date and time specified above shall be rejected. Facsimile offers will not be accepted or considered. The schedule set out below represents the Department’s best estimate of the schedule that will be followed for this competitive sealed bidding procurement process. If an activity in the schedule is delayed, the dates following the delayed activity may be adjusted by the same number of days. All prospective Offerors will be advised by addendum of any changes to the Procurement Schedule. Activity Scheduled Date Invitation For Bids Issued April 24, 2020 Pre-Bid Conference May 1, 2020 @ 8:30 am HST Deadline: Receipt of Questions / May 15, 2020 Comments / Material Substitutions Deadline: Notice of Intent May 26, 2020 Department’s Responses to Questions / May 26, 2020 Comments / Material Substitutions Bid Opening June 5, 2020 Selection / Award Notification June July 2020 Contract Execution Period July August 2020 Contract Tentative Notice to Proceed Date September – October 2020 The Manager and Chief Engineer also reserves the right to reject any or all bids, in whole or in part, if deemed to be in the best interest of the Department of Water. Bids must be signed in ink by the person or persons duly authorized to sign bids in the space provided for signature on the Offer form. Bidders shall submit their offer and all related documents as required in this solicitation through Public Purchase at www.publicpurchase.com . BIDDERS ARE HEREBY NOTIFIED THAT EVIDENCE OF THE AUTHORITY OF THE PERSON(S) SIGNING THE BID DOCUMENT IS REQUIRED TO BE INCLUDED WITH THE BID DOCUMENTS. FAILURE TO COMPLY WITH THIS REQUIREMENT WILL BE CAUSE FOR REJECTION OF THE BID AS BEING NON-RESPONSIVE. SCOPE OF WORK: The project titled MCC, CHLORINATION FACILITIES, KILAUEA WELLS NO. 1 AND NO. 2 (hereinafter referred to as “PROJECT”) consists of furnishing all materials, labor, tools, equipment, and appurtenances required to remove and install a well pump, remove and install a temporary and permanent MCC, demolish and install a new roof and other hardening factors to the existing pump control building, construct a new shelter for the generator, and appurtenant items as specified on the plans and specifications. The work is located at the existing Kilauea Wells site off Kuawa Road. All work shall be in place complete and in accordance with the plans and specifications. PLANS AND SPECIFICATIONS: The contract documents are to be downloaded electronically. Please email the Department of Water Departmental Contracts Officer, Christine Erorita at cerorita@kauaiwater.org for instructions. May be examined and obtained at the DOW Admin. Office. Those who download documents electronically shall be responsible for any and all costs related to printing or reproducing the items as required for offer submission. For inquires on obtaining plans and specifications and all other inquires call the project engineer at (808) 245-5459. The contract documents may be examined at the following locations: DOW Admin. Office, Lihu’e, Kaua’i, Hawai’i Building Industry Digest Plan Room, Honolulu, Hawai’i General Contractors’ Association Plan Room, Honolulu, Hawai’i Published in: The Garden Island Newspaper Bid Service Weekly General Contractors’ Association State Procurement Internet website at: https://hands.ehawaii.gov/hands/welcome DOW electronic procurement system at: www.publicpurchase.com DOW website at: www.kauaiwater.org CONTRACTORS LICENSE: All prospective Bidders must be currently licensed by the State of Hawai’i, Department of Commerce and Consumer Affairs, Division of Professional and Vocational Licensing. “A” general engineering contractors and “B” general building contractors are reminded that due to the Hawai’i Supreme Court’s January 28, 2002 decision in Okada Trucking Co., Ltd. v. Board of Water Supply, et al, 97 Haw. 450 (2002), they are prohibited from undertaking any work, solely or as part of a larger project, which would require the general contractor to act as a specialty contractor in any area where the general contractor has no license. Although the “A” and “B” contractor may still bid on and act as the “prime” contractor on an “A” or “B” project (See, HRS § 444-7 for the definitions of an “A” or “B” project), respectively, the “A” and “B” contractor may only perform work in the areas in which they have the appropriate contractor’s license (An “A” or “B” contractor obtains “C” specialty contractor’s licenses either on its own or automatically under HAR § 16-77-32.). The remaining work must be performed by appropriately licensed entities. It is the sole responsibility of the contractor to review the requirements of this Project and determine the appropriate licenses that are required to complete the Project. PRE-BID CONFERENCE: The estimated contract value is more than $500,000 and thus, a Pre-Bid Conference will be held via teleconference. Please contact Christine Erorita at cerorita@kauaiwater.org for the teleconference information. Due to COVID-19, the project site will be made available on video for viewing. Requests to do ‘in-person’ site visit must be submitted prior to the Pre-Bid Conference by 2:00 PM HST on April 30, 2020 by email to Christine Erorita at cerorita@kauaiwater.org , and will be scheduled accordingly to comply with social distancing mandated guidelines for May 1, 2020. All potential interested offerors, subcontractors, and union representatives are invited to attend on the date specified in the Procurement Schedule in Section 1.1 at the DOW Admin. Office. The site inspection is not mandatory; however, submission of an offer shall be evidence that the Offeror understands the scope of the project and shall comply with the specifications herein, if awarded the contract and has thoroughly familiarize itself with the existing conditions, rules and regulations, and the extent and nature of work to be performed. No additional compensation, subsequent to bid opening, shall be allowed by reason of any misunderstanding or error regarding site conditions or work to be performed. All prospective Bidders must make their own transportation arrangements to and from the site. Those interested in attending the pre-bid conference should contact the Procurement Officer. Offerors are advised that anything discussed at the pre-bid conference does not change any part of this solicitation. All changes and/or clarifications to this solicitation shall be done in the form of written addenda. NOTICE OF INTENTION TO BID: Prospective bidders shall file with the Manager and Chief Engineer, a written notice of intention to bid at least ten (10) calendar days prior to the day designated for the opening of bids, as required by HRS 103D-310. CHIEF PROCUREMENT OFFICER DEPARTMENT OF WATER COUNTY OF KAUA’I POSTED: April 24, 2020 (TGI1276306 4/24/20)