puukapu non-potable water system improvements rfq …

21
ADDENDUM NO. 1 APRIL 18, 2019 TO PLANS, BID FORM, SPECIFICATIONS, CONTRACT AND BOND FOR PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ NO.: RFQ-19-LDD-008 ITEM NO. 1 PRE-BID CONFERENCE MINUTES AND SIGN-IN SHEET A Pre-bid conference was held at the West Hawaii District Office, 64-756 Mamalahoa Highway, Kamuela, Hawaii on March 14, 2019 at 9:00 am followed by a site visit. The minutes from the meeting and the sign-in sheet are attached to ADDENDUM NO. 1 (4-18-19) ITEM NO. 2 BID OFFER FORM The most current Revised Bid Offer Form is attached to the solicitation and titled RFQ-19-LDD- 008 Puukapu Revised Bid Offer Form (4-18-19). The following change was made: Delete Original Item 1: Removal and Replacement of Tank 2 Liner including all routing of by pass lines. Tank 2 liner will be handled under a separate contract. ITEM NO. 3 REVISED OFFER DUE DATE The new offer due date is now April 25, 2019 at 2:00 pm ITEM NO. 4 REQUEST FOR QUOTES Replace the original Request for Quotes in its entirety with the Revised Request for Quotes titled RFQ-19-LDD-008 Puukapu Revised Request for Quotes (4-18-19). Changes have been made to the following: Paragraph 1, last sentence – remove the requirement to submit water system readings. General Scope of Work: Remove original item 1 which refers to the Tank Liner for Tank 2. Tank 2 Liner will be handled under a separate contract. Revised Request for Quotes item 3 – Bidders must be sure that they possess and that the Subcontractors listed in the offer possess all the necessary licenses needed to perform the work for this project. The Bidder shall be solely responsible for assuring that all the specialty licenses required to perform the work are covered in the Bidder’s Offer.

Upload: others

Post on 08-Jan-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

ADDENDUM NO. 1 APRIL 18, 2019

TO

PLANS, BID FORM, SPECIFICATIONS, CONTRACT AND BOND

FOR

PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS

RFQ NO.: RFQ-19-LDD-008

ITEM NO. 1 PRE-BID CONFERENCE MINUTES AND SIGN-IN SHEET A Pre-bid conference was held at the West Hawaii District Office, 64-756 Mamalahoa Highway, Kamuela, Hawaii on March 14, 2019 at 9:00 am followed by a site visit. The minutes from the meeting and the sign-in sheet are attached to ADDENDUM NO. 1 (4-18-19) ITEM NO. 2 BID OFFER FORM The most current Revised Bid Offer Form is attached to the solicitation and titled RFQ-19-LDD-008 Puukapu Revised Bid Offer Form (4-18-19). The following change was made:

Delete Original Item 1: Removal and Replacement of Tank 2 Liner including all routing of by pass lines. Tank 2 liner will be handled under a separate contract.

ITEM NO. 3 REVISED OFFER DUE DATE The new offer due date is now April 25, 2019 at 2:00 pm ITEM NO. 4 REQUEST FOR QUOTES Replace the original Request for Quotes in its entirety with the Revised Request for Quotes titled RFQ-19-LDD-008 Puukapu Revised Request for Quotes (4-18-19). Changes have been made to the following: Paragraph 1, last sentence – remove the requirement to submit water system readings. General Scope of Work:

• Remove original item 1 which refers to the Tank Liner for Tank 2. Tank 2 Liner will be handled under a separate contract.

• Revised Request for Quotes item 3 – Bidders must be sure that they possess and that the Subcontractors listed in the offer possess all the necessary licenses needed to perform the work for this project. The Bidder shall be solely responsible for assuring that all the specialty licenses required to perform the work are covered in the Bidder’s Offer.

Page 2: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Additional Services:

• Add on item vi) There is a contingency for UXO oversight. UXO oversight is only required if the Contractor disturbs the existing ground to perform their work.

ITEM NO. 5 SITE VISIT SIGN-IN SHEET The sign-in sheet for the site visit on April 11, 2019 is attached to ADDENDUM NO. 1 (4-18-19)

PLEASE ACKNOWLEDGE ALL ADDENDA ON YOUR BID FORM (Page 7 of 9)

Page 3: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Minutes of Pre-bid Conference and Site Visit RFQ-19-LDD-008 March 14, 2019 Page 1

MINUTES OF PRE-BID CONFERENCE FOR PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS

PUUKAPU, SOUTH KOHALA, ISLAND OF HAWAII RFQ-19-LDD-008

9:00 a.m., Thursday, March 14, 2019 DHHL West Hawaii District Office

64-756 Mamalahoa Highway DATE: March 14, 2019 TIME: 9:00 a.m. to 10:00 a.m. LOCATON: DHHL West Hawaii District Office 64-754 Mamalahoa Highway

Site visit at the Puukapu Non-Potable Water System 1. Introductions

Department of Hawaiian Home Lands • Jeffrey Fujimoto, Engineer • E Halealoha Ayau, Resource Management Specialist

2. Purpose of Pre-Bid Conference

• To provide potential bidders with a project overview and job site visit.

• To review procurement requirements and allow potential bidders to ask questions and obtain clarification on the bid documents. A written summary of this pre-bid conference will be issued to all plan holders as an Addendum.

• Requests for clarifications and any questions after this meeting shall be submitted in writing and uploaded on HIePRO no later than 2:00 pm, April 12, 2019 (post meeting revised date), responses to all questions received will be posted on HIePRO no later than 4:00 pm, April 18, 2019 (post meeting revised date).

3. Scope of Work

Provide all labor, materials, and equipment for the proposed improvements to the Puukapu Non-Potable Water System in the Department of Hawaiian Home Lands (DHHL) Puukapu Pastoral Lots. Work shall be done in compliance with all applicable laws and regulations and other related work. Any damage caused by the Contractor shall be repaired at no cost to DHHL. The Contractor shall be responsible to restore the worksite to its original condition that existed prior to the construction. Labor wages shall comply with the current State of Hawaii Wage rate schedule. The Contractor shall submit weekly certified payrolls, daily reports and other required documents.

Page 4: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Minutes of Pre-bid Conference and Site Visit RFQ-19-LDD-008 March 14, 2019 Page 2

4. Procurement reminders • This project is not tax exempt. Your bid proposal must be

inclusive of General Excise Tax. • This project is subject to Chapter 104, HRS Wages and Hours

of Employees on Public Works. • After offer is due and prior to award of the contract, the

Department shall verify compliance with Sections 103D-310 and 103D-328 HRS via Hawaii Compliance Express (HCE) for the bidder and all subcontractors. Therefore, the bidder and all subcontractors are encouraged to register with HCE. Instructions for registration are at the HCE website: http://vendors.ehawaii.gov.

• Failure by the bidder and/or any subcontractor to rectify a non-compliant status on HCE within ten business days of notification will be considered as sufficient for the disqualification of the bidder and rejection of its proposal.

5. Completion Schedule and Liquidated Damages • Time to complete: One Hundred Twenty (120) Calendar Days

after the Notice to Proceed is issued. • Liquidated damages: $250.00 per day.

6. Questions/Answers issued by Addenda

• All questions shall be asked via HIePRO in writing by 2:00 pm, April 12, 2019 (post meeting revised date).

• The answers to those questions will be answered via HIePRO by 4:00 pm, April 18, 2019 (post meeting revised date).

7. Deadlines

• See attached Submittals and Deadlines Table.

Page 5: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Minutes of Pre-bid Conference and Site Visit RFQ-19-LDD-008 March 14, 2019 Page 3

MINUTES OF PRE-BID CONFERENCE FOR PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS

PUUKAPU, SOUTH KOHALA, ISLAND OF HAWAII RFQ-19-LDD-008

Submittals and Deadlines Table

SUBMITTAL DEADLINE

Questions due on HIePRO 2:00 pm, April 12, 2019 Responses to questions released by 4:00 pm, April 18, 2019 Final Addendum if needed. 4:00 pm, April 18, 2019 Standard Qualifications Questionnaire 2:00 pm, April 25, 2019

(Uploaded with Bid) Bid Opening

• Bid offer form shall be uploaded on HIePRO. 2:00 pm, April 25, 2019

Award of contract will be made to the lowest responsible and responsive “Total Sum Bid”, approximately two weeks following bid opening and after certification of the bid tabulation.

8. Questions and Answers received during the Pre-Bid Conference and Site

Inspection: a. Question: Will DHHL push back the due date for questions?

Answer: All questions shall be asked via HIePRO in writing by 2:00 pm, April 12, 2019.

b. Question: RFQ states that the standard qualifications questionnaire to be uploaded with bid offer form. Is this correct, since it is normally required earlier? Answer: Bidders shall submit the standard qualifications questionnaire with their bid offer form.

c. Question: Will DHHL be issuing a revised Bid Offer Form? Answer: Yes, DHHL will issue a revised Bid Offer Form in an addendum.

d. Question: Will NTP be awarded after materials submittal and materials on hand? Answer: DHHL wants to keep project on schedule and may issue a conditional Notice to Proceed (NTP). The official construction time will not begin until the Official NTP is issued.

e. Question: RFQ states a water system reading requirement, is that necessary? Answer: The water system reading requirement is not necessary. DHHL will remove this requirement.

Page 6: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Minutes of Pre-bid Conference and Site Visit RFQ-19-LDD-008 March 14, 2019 Page 4

f. Question: RFQ state wages have to comply with HRS chapter 103.55, what about compliance with chapter 104, in addition or in place of? Answer: HRS Chapter 103.55 does not apply. HRS Chapter 104 compliance is required.

g. Question: Please provide the specifications for the Tank 2 new liner. Please indicate the required thickness of the new liner. Answer: The new liner for Tank 2 is no longer required. The Tank 2 Liner will be installed under a separate contract.

h. Question: Clarify what “sanitize” hui tank involves? Does the Contractor need to chlorinate the hui tank and connection lines, and send tests to the lab? Answer: Sanitizing and cleaning, and other work related to the hui tank are no longer required. The hui tank work will be done under a separate contract.

i. Question: Does the solar panel installation require a C-13 electrical contractor certified to perform PV work? Does solar panel output need to run a 50 gallon per minute (gpm) pump? Is the General Contractor required to obtain the electrical permit, which will require an electrical engineer to stamp the electrical drawings? Answer: The solar panel installation requires a C-13 electrical contractor. The General Contractor is required to obtain the electrical permit. The electrical drawings must be stamped by a professional electrical engineer.

j. Question: Need to specify materials for piping to connect hui tank and clarify if the piping should be permanent, installed underground, with valves. Answer: The piping and connection to the hui tank is no longer required. This work will be installed under a separate contract.

k. Question: Who is responsible for tank levels between tank 2 and tank 1, and ensuring tank 1 pumps enough water when tank 2 taken offline. Answer: DHHL and its Operation and Maintenance Contractor will control the tank levels.

l. Question: Is there an engineer estimate for this project? Answer: The engineers estimate for this project is $60,000.

m. Question: Will the current PV inverter work with more panels and a larger pump? Do we know whether a new inverter has to be installed given the upgrades in panels and pump size? Answer: The Contractor is responsible to ensure that the design and installation of the new equipment operates correctly.

n. Question: Can DHHL upload the Tank 2 site plans in the first addendum? Answer: Yes, DHHL will upload the Tank 2 site plans as an addendum on the HIePRO procurement system.

Page 7: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 1

STATE OF HAWAII DEPARTMENT OF HAWAIIAN HOME LANDS

BID OFFER FORM

FOR

PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS Puukapu, South Kohala, Island of Hawaii

RFQ No.: RFQ-19-LDD-008

Chairman Hawaiian Homes Commission Department of Hawaiian Home Lands (DHHL) 91-5420 Kapolei Parkway Kapolei, Hawaii 96707

The undersigned has carefully examined, read, and understands the terms and conditions in the Plans and Specifications, Special Conditions attached hereto, DHHL Construction General Conditions, and General Conditions specified in the Request for Quotes (RFQ) No. RFQ-19-LDD- 008. The State of Hawaii’s (State) Requisition and Purchase Order Form C-03, AG-008 103D General Conditions, are included by reference and made part hereof and available upon written request to the Procurement Officer. The undersigned herby submits the following offer to perform the work for RFQ No. RFQ-19-LDD-008, as specified herein, all in accordance with the true intent and meaning thereof.

The undersigned understands and agrees that:

1. The State reserves the right to reject any and all offers and to waive any items that are defective when, in the State’s opinion, such rejection or waiver will be in the best interest of the State. A solicitation may be rejected in whole or part when in the best interest of the State.

2. If awarded the Contract, all services will be in accordance with Hawaii Revised Statutes (HRS) §

104.

3. In submitting this offer, the Offeror is not in violation of HRS Chapter 84, concerning prohibited State contracts.

4. By submitting this offer, the Offeror certifies that the offer was independently arrived at without collusion and the Offeror did not participate in any practices to restrict competition.

5. It is understood that the failure to receive any addendum shall not relieve the Offeror from any obligation under this RFQ.

Date:

Page 8: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 2

The undersigned represents that it is: (Check one only) □ A Hawaii business incorporated or organized under the laws of the State of Hawaii; OR □ A Compliant Non-Hawaii business not incorporated or organized under the laws of the State of Hawaii, is or shall

be registered at the State of Hawaii Department of Commerce and Consumer Affairs Business Registration Division (DCCA-BREG) to do business in the State of Hawaii.

State of incorporation:

Offeror is: □ Sole Proprietor □ Partnership □ Corporation □ Joint Venture □ Other:

Federal ID No.:

Hawaii General Excise Tax ID No.:

Telephone No.:

Fax No.:

E-Mail Address.:

Payment address (other than street address below)

(Street Address, City, State, Zip Code)

Business address

(Street Address, City, State, Zip Code)

Respectfully submitted:

Authorized (Original) Signature

Name and Title (Please Type or Print)

* Exact Legal Name of Company (Offeror)

*If Offeror shown above is a "dba" or a "division" of a corporation, furnish the exact legal name of the corporation under which the awarded contract will be executed:

Page 9: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 3

The following offer is hereby submitted for RFQ No.: RFQ-19-LDD-008, Puukapu Non- Potable Water System Improvements, Puukapu, South Kohala, Island of Hawaii, for the Department of Hawaiian Home Lands.

Item No.

SCOPE OF WORK Price with GET Tax

1 Provide and Install 36 Solar Panels (300w minimum), as designed by the Contractor.

$

2 Provide and Install 50 gpm (minimum) Booster Pump

$

3

Unexploded Ordinance (UXO) Preconstruction Evaluation and Survey, and Monitoring during Construction. (Allowance)

$_5,000.00_

4

Project Contingency Fund (Use of this fund must be authorized by the DHHL and is to be used for, but not limited to, labor, materials, equipment, repairs or replacement, and ground maintenance)

$_5,000.00_

BASE BID TOTAL (Items 1-4)

$

TOTAL BID AMOUNT Dollars ($

The prices herein for the following items shall include all materials, labor, tools, equipment, machinery and all incidentals necessary, including mobilization and clean-up, to install or to construct these items in place complete and in accordance with the plans and specifications. Prices shall include general excise tax.

The CONTRACTOR shall complete all work as specified or indicated in the Contract Documents on or before 120 calendar days after receiving written Notice to Proceed, subject to extensions, as may be granted.

Page 10: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 4

ALL JOINT CONTRACTORS OR SUBCONTRACTORS TO BE ENGAGED ON THIS PROJECT

The Offeror certifies that the following is a complete listing of all joint Contractors or Subcontractors covered under Chapter 444, Hawaii Revised Statutes, who will be engaged by the Offeror on this project to perform the nature and scope of work indicated pursuant to Section 103D-302, Hawaii Revised Statutes, and understands that failure to comply with this requirement shall be just cause for rejection of the offer.

The Offeror further understands that only those joint Contractors or Subcontractors

listed shall be allowed to perform work on this project and that all other work necessary shall be performed by the Offeror with his own employees. If no joint Contractor or Subcontractor is

listed, it shall be construed that all of the work shall be performed by the Offeror with his own employees.

The Offerors must be sure that they possess and that the Subcontractors listed in the offer

possess all the necessary licenses needed to perform the work for this project. The Offeror shall be solely responsible for assuring that all the specialty licenses required to perform the work are covered in his offer.

The Offeror shall include the license number of the joint Contractors or Subcontractors

listed below. Failure to provide the correct names and license numbers as registered with the Contractor’s Licensing Board may cause rejection of the offer submitted.

Complete Firm Name of Joint Contractor or Subcontractor

License Number

Hawaii Tax ID Number

Nature and Scope of Work to be Performed

(Add additional sheets if necessary)

Page 11: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 5

METHOD OF AWARD

Offeror is required to submit his offer for the entire project. The low Offeror shall be determined by the procedures outlined in Items 1) through 3) below:

1) The Base Offer and Alternate, if any, of each Offeror will be adjusted to reflect the

applicable preferences in accordance with Chapter 103D, HRS. The Alternate, if any, will then be added to the Base Offer and compared with the control amount.

2) The low Offeror shall be the Offeror having the lowest aggregate amount, within the

control amount (after application of the various preferences), for the Base Offer plus the Alternate, if any.

3) If adding the Alternate, if any, would make the aggregate amount exceed the control

amount for all Offerors, the low offer shall be the Offeror having the lowest Base Offer after application of the various preferences.

It is further understood and agreed that:

1) The Chairman reserves the right to reject any and/or all offers and waive any defects

when, in her opinion, such rejection or waiver will be in the best interest of the State.

2) After determining the low offer, an award may be made either on the amount of the Base Offer alone, or including the Alternate (exclusive of preferences), if:

a. It is in the best interest of the State;

b. Funds are available at time of the award; and

c. The combination of the Base Offer plus Alternate does not change the apparent

low Offeror.

3) In the event the Base Offer for all Offerors exceed the control amount, the Chairman reserves the right to negotiate with the lowest responsible and responsive offer to award a contract within available funds.

4) In the event the award is made for the Base Offer alone, the Chairman reserves the right

to amend the contract at a later date to include the Alternate should funds subsequently become available.

Page 12: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 6

OTHER CONDITIONS

1) The Time of Performance shall be 120 calendar days after the Notice to Proceed is issued.

2) The liquidated damages per calendar day for failure to complete the work on time shall be $250.00 per calendar day.

3) 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.

4) By submitting this offer, the undersigned is declaring that his firm has not been assisted or represented on this matter by an individual who has, in a State capacity, been involved in the subject matter of this contract in the past one (1) year.

5) By submitting this offer, the undersigned is declaring that Offeror’s own organization will

perform at least 20% of the contractor's work. For the purposes of this section, the Contractor's work is defined as: direct cost labor for contractor’s forces; direct cost materials installed by the contractor’s direct cost labor force; direct cost equipment, either owned or leased, used by the contractor’s direct cost labor force; and field overhead cost to include: field supervision, field office trailer (if any), field office equipment and supplies, etc.

6) Upon the acceptance of the offer by the Chairman, the undersigned must furnish a

Performance and Payment Bond, as required by law. These bonds shall conform to the provisions of Sections 103D-324 and 325, Hawaii Revised Statutes, and any law applicable thereto.

7) The quantities given herewith are approximate only and are subject to increase or decrease.

8) The estimated quantities shown for items for which a UNIT PRICE is asked in this offer

are only for the purpose of comparing on a uniform basis offers offered for the work under this contract. No claim shall be filed for anticipated profit or loss because of any difference between the quantities of the various classes of work done or the materials and equipment actually installed and the said estimated quantities. Payment on UNIT PRICE items will be made only for the actual number of units incorporated into the finished project at the contract UNIT PRICE.

9) If the product of the UNIT PRICE and the number of units does not equal the total amount

stated by the undersigned in the Offer for any item, it will be assumed that the error was made in computing the total amount. For the purpose of determining the lowest Offeror, the stated UNIT PRICE alone will be considered as representing the Offeror’s intention and the total offer amount on such items shall be considered to be the amount arrived at by multiplying the UNIT PRICE by the number of units.

Page 13: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 7

10) Certification for Safety and Health Programs for Offers in Excess of $100,000. In accordance with Sections 103D-327 and 396-18, Hawaii Revised Statutes, by submitting this offer, the undersigned certifies that his firm will have a written Safety and Health Plan for this project that will be available and implemented by the Notice to Proceed date of this project. Details of the requirements of this plan may be obtained from the Department of Labor and Industrial Relations, Occupational, Safety and Health Division.

11) Any contract arising out of this offer is subject to the approval of the Department of the

Attorney General as to form, and to all further approvals, including the approval of the Governor, required by statute, regulation, rule, order, or other directive.

Receipt of the following addenda issued by the Department is acknowledged by the date(s) of receipt indicated below:

Addendum No. 1 Addendum No. 3

Addendum No. 2 Addendum No. 4

It is understood that failure to receive any such addendum shall not relieve the Contractor from any obligation under this RFQ as submitted.

Respectfully submitted,

Name of Company, Joint Venture or Partnership

License No.

By

Title:

Signature (*1)

Date:

Address:

Telephone No.:

Page 14: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Puukapu Non-Potable Water System Improvements RFQ-19-LDD-008

Bid Offer Form 8

(IF A CORPORATION, AFFIX CORPORATE SEAL TO SIGNATURE, BE SURE TO FILL IN ATTACHED LIST OF SUBCONTRACTORS. THIS OFFER FORM MAY NOT BE ALTERED AND OFFERORS MAY NOT QUALIFY OR CONDITION THEIR OFFERS IN ANY WAY.)

PLEASE FILL OUT THE ATTACHED CERTIFICATE OF RESOLUTION GIVING EVIDENCE OF THE AUTHORITY OF THIS OFFICER TO SUBMIT OFFERS ON BEHALF OF THE COMPANY.

NOTES:

*1. Please attach to this page evidence of the authority of this officer to submit offers on behalf

of the Company, and also the names and residence addresses of all officers of the Company.

*2. Fill in all blank spaces with information asked for or offer may be invalidated. THE OFFER MUST BE INTACT; MISSING PAGES MAY INVALIDATE YOUROFFER.

Page 15: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

CERTIFICATE OF RESOLUTION

I, , Secretary of , a Hawaii Corporation, do hereby certify that the following is a full, true and correct copy of a resolution duly adopted by the Board of Directors of said Corporation, at its meeting duly called and held at the office of the Corporation , Hawaii, on day of , 20 , at which a quorum was present and acting throughout; and that said resolution has not been modified, amended or rescinded and continues in full force and effect.

“RESOLVED that any individual at the time holding the position(s) of , be, and each of them hereby is, authorized to execute on behalf of the Corporation any offer, proposal or contract for the sale or rental of the products of the Corporation or for the services to be performed by the Corporation and to execute any bond required by any such offer, proposal or contract with the United States Government or the State of Hawaii or the City and County of Honolulu, or any County of Municipal Government of said State, or any department or subdivision of any of them.”

IN WITNESS THEREOF, I have hereunto set my hand and affixed the corporate seal of said

this day of , 2018 .

Secretary

END OF OFFER

Page 16: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

REQUEST FOR QUOTES (CHAPTER 103D, HRS)

PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS

Puukapu, South Kohala, Island of Hawaii TMK: (3) 6-4-001:032-038, 041-045, 051, 053 and 054

RFQ No.: RFQ-19-LDD-008

Provide all labor, materials, and equipment for the proposed improvements to the Puukapu Non-Potable Water System in the Department of Hawaiian Home Lands (DHHL) Puukapu Pastoral Lots. Work shall be done in compliance with all applicable laws and regulations and other related work. Any damage caused by the Contractor shall be repaired at no cost to DHHL. The Contractor shall be responsible to restore the worksite to its original condition that existed prior to the construction. Labor wages shall comply with the current State of Hawaii wage rate schedule. The Contractor shall submit weekly certified payrolls, daily reports and other required documents.

General Scope of Work

The Contractor shall furnish all labor, equipment, materials and supervision to

satisfactorily complete all work as described below. 1) Provide and Install 36 new solar panels (300 watts minimum each). These shall be installed

within the existing chain link fence at the Tank 2 location, and shall be connected to the existing power system. Upgrade the panel as necessary. Work to be engineered and installed by a Certified Licensed Solar Contractor. Provide O & M Manual for the new equipment.

2) Remove the existing 20 gallons per minute (gpm) Booster Pump at the Tank 2 location and transport

pump to DHHL Pu’u Kapu Maintenance Staff. Provide and Install a 50 gpm Booster Pump and make all connections. Provide Training and O & M Manuals for the new equipment.

3) Bidders are hereby advised that the work must be installed by a licensed Contractor holding an

“A” or “C-13” license. Additional Services

Inspection

i) The Contractor shall provide daily reports with photos of the work in progress along

with Certified Payroll on a weekly basis. ii) DHHL will make periodic inspections to verify work in progress for payments invoiced

by the Contractor. iii) The Contractor shall notify DHHL prior to any work being done not indicated on the

contract documents iv) The DHHL reserves the right to conduct periodic and unscheduled inspections at any

time to observe and evaluate site conditions. v) The Contractor shall keep the site clean and neat at the end of each workday. Disposal

of construction debris shall be contained or hauled to a proper landfill by the last workday of each week.

Page 17: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

The Contractor shall include in his quote a contingency amount of $5,000.00 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.

General excise tax shall be inclusive in the Contractor’s bid and shall be noted as a lump

sum bid in the Bid Offer Form.

Required submittals prior to award: “Certificate of Vendor Compliance” found on this website: http://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 is scheduled on Thursday, March 14, 2019, 9:00 a.m., HST, at the

DHHL West Hawaii District Office, 64-756 Mamalahoa Highway, Kamuela, South Kohala, Island of Hawaii. A site inspection is scheduled immediately after the pre-bid meeting at the project site. Attendance is not mandatory, but highly recommended.

Bid Offers shall be electronically submitted via HIePRO no later than 2:00 p.m. on

April 25, 2019. The Bid Offer Form must also be attached 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 120 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. The Contractor shall warrant his work and materials for one (1) year from the date of acceptance by DHHL. Upon completion, the Contractor shall clean-up the worksite of all materials, construction debris and rubbish.

Contact Personnel: Jeffrey Fujimoto (Engineer VI)… ................. 620-9274

Page 18: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

20 gpm Label

20 gpm Label

Solar Panel Label

Solar Panels Array

Page 19: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

Hui Tank – Feed from the Top

Hui Tank – Feed from the Top

20 gpm Label

20 gpm Label

Page 20: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …

NO PHOTO

Hui Tank Water Meter

Page 21: PUUKAPU NON-POTABLE WATER SYSTEM IMPROVEMENTS RFQ …