RFQ-23-HHL-001, Anahola Structure Demolition & Clearing

REQUEST FOR QUOTES

(Chapter 103D, HRS)

ANAHOLA STRUCTURE DEMOLITION & CLEARING AT 4474 KUKUIHALE ROAD, (4) 4-8-017:029

ANAHOLA, ISLAND OF KAUAI, HAWAII

RFQ No.: RFQ-23-HHL-0001

Request for Quotes 

Bidding and Contract Requirements

Technical Specifications

Reports

Addendum No.1

Addendum No.2

Award Notice

Bid Results

Close Construction Inc.

Island Construction & Demolition, LLC

Island Demo, Inc.

Pacific Concrete Cutting & Coring, Inc.

 

Provide the labor, materials, and equipment required to perform any demolition, removal, dismantling, cutting, patching, clearing, and disposal of all organic and non-organic debris at the project site as required to ANAHOLA STRUCTURE DEMOLITION & CLEARING AT 4474 KUKUIHALE ROAD, TMK (4) 4-8-017:028. Labor wages shall comply with the current State of Hawaii wage rate schedule.

The Contractor shall include in his quote a contingency amount of $10,000.00 for work due to unforeseen conditions and for additional work directed by DHHL. The unspent portion of the contingency shall be deducted from the contract amount.

Required submittals prior to award: “Certificate of Vendor Compliance” found on this website: https://vendors.ehawaii.gov/hce/splash/welcome.html and a Certificate of Insurance for general liability insurance for $2,000,000 combined single limit per occurrence and $2,000,000 aggregate for bodily injury and property damage, and automobile insurance for $1,000,000 each person and $1,000,000 per accident and property damage of $1,000,000 per accident or combined single limit of $2,000,000. The State of Hawaii, the Department of Hawaiian Home Lands (DHHL), its elected and appointed officials, officers, and employees shall be named as additional insured parties for operations performed under this contract. The insurer shall notify DHHL in writing of any cancellation or change in provisions thirty (30) calendar days prior to the effective date of such cancellation or change. DHHL is a self-insured State agency. The Contractor’s insurance shall be primary. Any insurance maintained by the State of Hawaii shall apply in excess of, and shall not contribute with, insurance provided by the Contractor.

A pre-bid meeting and site inspection is schedule on Friday, September 16, 2022 at 9am, HST, at 4474 KUKUIHALE ROAD, TMK (4) 4-8-017:028. The meeting is to provide bidders/offerors with an opportunity to ask questions about the contractual requirements and technical aspects of the project. A site visit of the project site will follow the pre-bid meeting.

Attendance of the pre-bid meeting is not a condition for submitting an offer, but strongly recommended.

Bid Offers shall be electronically submitted via HIePRO no later than 2:00 p.m. on September 30, 2022. The Bid Offer Form must also be included as an attachment when submitting your offer via HIePRO. All offers shall be submitted as a lump sum amount including all applicable taxes and fees. Only offers submitted through HIePRO shall be considered for award. Award shall be based on the lowest qualified Total Base Offer Amount. Failure to submit the Bid Offer Form may be grounds for rejection of the Bid Offer. A performance and payment bond equal to one hundred per cent of the Total Base Offer Amount will be required if the Total Base Offer Amount exceeds $50,000.

The work shall be completed within 30 consecutive calendar days after the Notice to Proceed is issued. The liquidated damages per calendar day for failure to complete the work on time shall be

$250.00 per calendar day. Upon completion, the Contractor shall clean-up the worksite of all materials, construction debris and rubbish.