Similar Projects
Portable Toilet Rental and Service IDIQ
Term Contract
Design
HI

Sourcewell Electrical Energy Power Generation Equipment with Related Parts, Supplies and Services
Term Contract
Sub-Bidding
Honolulu, HI 96813

Sourcewell Trailers with Related Equipment, Accessories, and Services
Term Contract
Sub-Bidding
Honolulu, HI 96813

O&M and Repair - IDIQ MATOC Oahu Region
Term Contract
Post-Bid
Honolulu, HI 96813

Portable Toilet Rentals
Term Contract
Post-Bid
Aiea, Ewa Beach, Kailua, HI 96734

Maintenance of the Fire Alarm System at HNL
Term Contract
Sub-Bidding
Honolulu, HI 96819

Sources Sought for Facility Support Contracts/Base Operations Support (FSC/BOS) Services, Worldwide
Term Contract
Post-Bid

Mooring Buoys
Term Contract
Sub-Bidding
Honolulu, HI 96813

9Th MSC Pest Control Services Oahu
Term Contract
Post-Bid
Honolulu, HI

Furnish and Deliver Struvite Inhibitor
Term Contract
Sub-Bidding
Honolulu, HI 96813

DHS/ICE Operations and Maintenance at The Hawaii IRP
Term Contract
Post-Bid
Honolulu, HI 96813

Kauai District Small Boat Harbors Electrical Services Contract
Term Contract
Sub-Bidding
Honolulu, HI 96813

F108--(889) National Memorial Cemetery Of The Pacific Homeless Encampment Cleanup
Term Contract
Post-Bid
Honolulu, HI 96813

Kauai District Plumbing Repairs at Harbor Facilities
Term Contract
Sub-Bidding
Honolulu, HI 96813

Portable Toilet Services
Term Contract
Post-Bid
Halawa, Kaneohe, HI 96701

Last Updated 09/16/2022 06:06 AM
Project Title

RFP - Construction Management Services for Baggage Handling System Maintenance, Statewide Airports

Physical Address View project details and contacts
City, State (County) Honolulu, HI 96813   (Honolulu County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected June 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $1,750,000 [brand] Estimate
Plans Available from State Agency
Owner View project details and contacts
Architect View project details and contacts
Description

In accordance with Section 103D-304, HRS, the Department of Transportation (DOT), Airports Division seeks the services of qualified general engineering firms to provide construction management services for "Construction Management Services for Baggage Handling System Maintenance, Statewide Airports", State Project No. BS1321-18. These services are anticipated to be immediately required, and will have a contract completion time of approximately five (5) years from the Notice to Proceed, but will only be funded for the first year of the Contract. Subsequent years may be funded each year via contract amendment depending on availability of funding. The contract will be a Fixed-Price contract in accordance with HAR 3-122-136, with an overall contract time of performance of five (5) years total. The project scope includes the following: 1) Provide monitoring, reporting, and inspection of maintenance & repair operations on airport baggage handling systems at airports state wide. 2) Construction management services in support of the monitoring and inspections of the systems. 3) Preparation of monthly and annual reports on the status and condition of the airport baggage handling systems state wide as well as the efficiency and effectiveness of maintenance & repair operations. 4) Conduct regular status meetings with DOTA, the Airlines Committee of Hawaii, and their Baggage Handling System (BHS) maintenance contractor. 5) Processing of administrative paperwork including any AOA badging and security related paperwork required for your personnel. 6) Submittal review and processing 7) Preparation of repair cost and time estimates on request 8) Preparation of schedules 9) Bill processing 10) Other duties related to providing inspection services for baggage handling system maintenance. Month. Day portion of the file name being in two-digit format (example: 13.09.01). The subject line of the email shall be the same as the PDF file name to ensure that responses from all interested individuals or firms are grouped together when retrieving the emails. The DOT will not be responsible for responses not being retrieved and evaluated for this project due to individuals or firms not having the correct email subject line. Include in your firm's submittal Proof of Insurance for: a. General liability insurance for limit of not less than $1,000,000 per occurrence and $2,000,000 aggregate. The STATE shall be named as additional insured. b. Automobile liability insurance for limit of not less than $1,000,000 per accident. The STATE shall be named as additional insured. c. Professional liability insurance for limit of not less than $1,000,000 per claim and $2,000,000 annual aggregate. If a firm is not able to provide the above insurance certificates at this time, a letter from an insurance company stating, if the firm is selected, they will insure the firm for the insurance policies and the amount of minimum coverage required above, will be accepted as proof of insurance. The response to the questionnaire will be evaluated by the following criteria: 1. Experience and professional qualifications relevant to the project - 35% 2. Past performance on projects of similar scope for public agencies or private industry, including corrective actions and other responses to notices of deficiencies - 33% 3. Capacity to accomplish the work in the required time - 32%. Individuals or firms who are not on the DOT's qualified list, and wish to be considered in the selection for this project must also submit a separate PDF file, named the "Company's Name", emailed to dot.air.engineering@hawaii.gov, and shall include the following: 1) letter of interest (including an email address(es) for notification of future notices), 2) Completed DPW Form 120 or Standard Federal Form 330, and 3) any other related information. Individuals or firms shall submit Proof of Insurance for: a. General liability insurance for limit of not less than $1,000,000 per occurrence and $2,000,000 aggregate. The STATE shall be named as additional insured. b. Automobile liability insurance for limit of not less than $1,000,000 per accident. The STATE shall be named as additional insured. c. Professional liability insurance for limit of not less than $1,000,000 per claim and $2,000,000 annual aggregate. If a firm is not able to provide the above insurance certificates at this time, a letter from an insurance company stating, if the firm is selected, they will insure the firm for the insurance policies and Any emails received after the dead line shall constitute the response as being non-compliant and the response submittal will not be considered for this project. The Department of Transportation, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252) and the Regulations of the U.S. Department of Transportation (Title 49, Code of Federal Regulations Part 21) issued pursuant to such Act, hereby notifies all firms that it will affirmatively ensure that the contract entered into pursuant to this advertisement will be awarded without discrimination on the grounds of race, colour, national origin, or sex. Campaign contributions by State and County Contractors. Contractors are hereby notified of the applicability of Section 11-355, 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 a legislative body. For more information, contact the Campaign Spending Commission at (808) 586-0285. If there are any questions, please contact Mr. Steve Tagupa, via email at steve.tagupa@hawaii.gov or by phone at (808) 838-8805 .

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents