Similar Projects
Last Updated | 07/25/2022 05:04 PM |
Project Title | Substructure and Waterline Repairs at Pier 2 |
Physical Address | View project details and contacts |
City, State (County) | Honolulu, HI 96813 (Honolulu County) |
Category(s) | Heavy and Highway, Sewer and Water |
Sub-Category(s) | Dock/Pier/Marine, Site Development, Water Lines |
Contracting Method | Competitive Bids |
Project Status | Construction start expected August 2022 |
Bids Due | View project details and contacts |
Estimated Value | $2,000,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The scope of work for this project consists of removal and disposal of miscellaneous hazardous materials, repairing substructure spalls, installing an epoxy coating system, removing an existing waterline, including valves, hanger assemblies, braces, and other attachments, performing deck repair work, installing a new waterline and laterals, including valves, hanger assemblies, braces, tape wrapping, and other attachments, testing and disinfecting of the pipelines, connecting the pipelines to existing water mains, installing new hatch frames, and sealing hatch openings at Pier 2, Honolulu Harbor. The estimated construction cost is between $1,000,000 and $2,000,000. Bidders shall allow enough time to mail or courier their bids to meet the said due date and time. If the bidder chooses to deliver their bid by United States Postal Service (USPS), please be advised the USPS does not deliver directly to the State of Hawaii, DOT, Contracts Office, but to a central mailroom before final delivery to the Contracts Office. This may cause a delay in receipt of bid(s) by the Contracts Office and the bid(s) may reach the Contracts Office after the said due date and time, resulting in automatic rejection and return of bid. The DOT shall not be responsible for bids not received by the said due date and time due to mail or courier delivery delays. Electronic bids shall not be accepted. Bid envelopes shall be clearly marked "SEALED BID" with complete mailing address to the DOT, Contracts Office. The scope of work for this project consists of removal and disposal of miscellaneous hazardous materials, repairing substructure spalls, installing an epoxy coating system, removing an existing waterline, including valves, hanger assemblies, braces, and other attachments, performing deck repair work, installing a new waterline and laterals, including valves, hanger assemblies, braces, tape wrapping, and other attachments, testing and disinfecting of the pipelines, connecting the pipelines to existing water mains, installing new hatch frames, and sealing hatch openings at Pier 2, Honolulu Harbor. The estimated construction cost is between $1,000,000 and $2,000,000. To be eligible for award, bidders must possess a valid State of Hawaii General Engineering "A" Contractor's license at the time of bidding. Hawaii Products Preference. The Hawaii Products Preference pursuant to 103D-1002, Hawaii Revised Statutes (HRS), is applicable to this project. Persons wishing to certify and qualify a product as a Hawaii Product shall submit a Certification for Hawaii Product Preference (SPO Form 38) to the DOT Contracts office no later than 4:30 P.M., fourteen (14) calendar days prior to the bid opening date. Late submittals for this project will not be reviewed by the DOT. A separate SPO-Form 38 shall be completed and submitted for each product. Apprenticeship Preference. A 5% bid adjustment for bidders that are parties to apprenticeship agreements pursuant to Section 103-55.6, HRS, ts applicable to this project. Employment of State Residents on Construction Procurement Contracts. Compliance with 103B-3, HRS is a requirement for this project whereby a minimum of 80% of the bidder's work force on this project must consist of Hawaii residents. 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. Protests. Any protest of this solicitation shall be submitted in writing to the Director of Transportation, in accordance with 103D-701, HRS and 3-126, HAR. 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 "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 hereby notified that the Department of Transportation 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, or sex (as directed by 23 CFR Part 200). For additional information, contact Gregg Hirokawa, Project Manager, by phone at (808)587-1985, by fax at (808)587-1864 or by email at gregg-hirokawa@hawaii.gov. The State reserves the right to reject any or all proposals and to waive any defects in said proposals for the best interest of the public. *Information regarding subcontractor bidding has not been disclosed to the content management team at this time. Interested subcontractors should contact the general contractor directly for more information. |
||||
Details |
|
||||
Bidder's List | View project details and contacts | ||||
Prospective Bidders | View project details and contacts | ||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |