Similar Projects
Administration Office Security Modifications at Ellison Onizuka Kona International Airport at Keahole
Renovation
Results
$275,000 est. value
Kailua Kona, HI 96740

RFP Design - Terminal Improvements at Ellison Onizuka Kona International Airport
Infrastructure
Post-Bid
$40,000,000 CJ est. value
Kailua Kona, HI 96740

Control Tower Window Shades Replacement
Renovation
Post-Bid
$200,000 est. value
Honolulu, HI 96813

City Center Guideway and Stations and Pearl Highlands
New Construction, Infrastructure
Post-Bid
$1,500,000 CJ est. value
Honolulu, HI 96813

Kahului Airport Hold Room & Gate Improvements
New Construction
Conception
$65,086,358 est. value
Kahului, HI 96732

RFQ Design - Baseyard Renovations, Lanai Airport (LNY)
Renovation
Post-Bid
$1,200,000 CJ est. value
Lanai City, HI 96763

Last Updated 09/29/2022 11:12 AM
Project Title

RFP Design - Baseyard Building Structural Repairs at Lihue Airport

Physical Address View project details and contacts
City, State (County) Lihue, HI 96766   (Kauai County)
Category(s) Transportation
Sub-Category(s) Airline/Passenger Terminal
Contracting Method Competitive Bids
Project Status Conceptual Design, Construction start expected July 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $22,000,000 [brand] Estimate
Plans Available from State Agency
Owner View project details and contacts
Architect View project details and contacts
Description

The Department of Transportation (DOT), Airports Division seeks the services of qualified architectural and/or engineering firms to provide design services for Baseyard Building Structural Repairs" project at Lihue Airport, State Project No. AK1046-30. The project scope includes structural improvements for the Baseyard Buildings: Main Operations Building, L-shaped Garage and Mechanic Shop; and the replacement of the fuel farm two gas pumps and electronic inventory control system at Lihue Airport. Improvements will include, but not be limited to, replacing of all I-Beam supports, roof beams, roofs, facias, gutters, siding, door/window frames and doors. 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 Mr. Drew Nishigata, Project Manager, at (808) 838-8675. The method of Contractor Selection has not been Determined at this time.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors.

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