Similar Projects
Last Updated | 11/28/2022 02:03 PM |
Project Title | RFQ Design Apron Light Replacement Project at Kahului Airport (OGG) and Lanai Airport (LNY) |
Physical Address | View project details and contacts |
City, State (County) | Kahului, HI 96732 (Maui County) |
Category(s) | Professional Services |
Sub-Category(s) | Engineering |
Contracting Method | Competitive Bids |
Project Status | Construction start expected July 2023 |
Bids Due | View project details and contacts |
Estimated Value | $3,000,000 [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 engineering firms to provide design services for the "Apron Light Replacement" project at Kahului Airport (OGG) and Lanai Airport (LNY), State Project No. AS1037-12. These services are anticipated to be immediately required, and the completion of design plans, specifications, cost estimates, and associated reports will be due within three hundred sixty (360) calendar days from the Notice to Proceed. The contract will be a Lump Sum contract in accordance with Section 3-122-136, HAR with an overall contract time of performance of three (3) years. The project scope includes replacement of high-pressure sodium high mast lights illuminating the passenger and cargo terminal apron, taxiway, and aircraft parking and service areas at OGG and LNY with full cut-off light fixtures to minimize the impacts to seabirds. The estimated construction cost is $3,000,000.00. Individuals or firms shall email a PDF file of their response to the attached written questionnaire which can be viewed under "Files". The PDF file shall be named as follows: "AS1037-12_DS_RFQ_Year.Month.Day_FirmName" and emailed to dot.air.engineering@hawaii.gov with the Year. 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 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. Compact disks will not be considered as an acceptable substitute for the email transmission requirement. Any emails received after the deadline 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, color, 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 call Ed Ramos, State Project Manager, at (808) 838-8830. As of November 28, 2022, an issuance of short-list of firms have not been released. The design firm selection timeline has not been disclosed. *Project information, including timeline and contacts, has been obtained through public sources. The content management team continues to pursue additional details; however, the contact(s) listed have yet to disclose or confirm any information. Inquiries should be directed to the contact(s) listed. |
||||||||||
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 |