Public Display Solicitation
You must Log in with your eHawaii Account to respond to a solicitation.
Q26001789 H-3 Replacement of Expansion Joint 2 O.B. Sta. 274+49.91 ±
- Solicitation Number
- Q26001789
- Status
- Awarded
- Department
- Transportation
- Division
- Highways
- Islands (where the work/delivery is to be performed)
- Oahu
- Category
- Construction
- Release Date
- 02/13/2026
- Offer Due Date & Time
- 02/24/2026 12:00 PM
- Description
- Scope of Work:
Notice to bidders, this project is considered urgent and work schedule/progress will be tracked closely by State. The scope of work for this project includes demolition/removal of existing Interstate Route H-3 Replacement Of Windward Viaduct Expansion Joint 2 O.B. Sta. 274+49.91± per demolition plan and installation of new expansion joint per manufactuer's instructions. Location/additional notes found on plan attached.
Special Notes:
1. Contractor must supply shop drawings within 2 weeks of the Notice to Proceed (NTP). The Contractor shall procure all materials within 1 month, after shop drawings are approved by the State. Once the Contractor has all materials, permits, and training, Contractor to work with the State to determine the earliest start date.
2. The Contractor shall familiarize themselves with repair materials/equipment needed and obtain installation training from manufacturer prior to work as required by State.
3. The Contractor shall be available for this work immediately and must be licensed and highly skilled in this type of repair with proof of and in good standing. If lowest bidder Contractor is not available immediately nor licensed, State will reject bid and award next lowest bidder. The State additionally reserves the right to award to the best-value bidder.
4. A pre-construction meeting with representatives from affected Agencies, State, and the Contractor shall be held prior to commencement of construction as required.
5. Work days/hours for this project will be specific and needs to be coordinated with State.
6. License Requirements: All bidders must possess a valid “Type A” General Contractor’s License at the time of bid submission and throughout the contract duration. If any sub-contractors are used, they must be provided with the contractor's bid.
7. Liquidated Damages of $5,000.00/calendar day may be assessed to the contractor when deadlines are not met. This includes responding to DOT phone calls, emails, or discussions required by DOT.
8. Contractor must be responsive to all DOT inquiries and requests, within one working day.
- Contact Person
- Nakata, JoAnn
- joann.m.nakata@hawaii.gov
- Phone
- 808-255-3427
- General Comments
- General Notes:
1. Contractor shall provide necessary Best Management Practices (BMPs) to prevent any debris from falling into any streams or ground below.
2. All materials and workmanship shall conform to the State of Hawaii 2005 Standard Specifications for Road and Bridge Construction and Special Provisions (if available) prepared for this project.
3. Contractor shall maintain and secure work site during and at the end of each work shift.
4. Contractor shall field verify all existing conditions prior to bid. Notify Engineer if any discrepancies are found.
5. Contractor shall verify and check all dimensions and details shown on the drawings prior to the start of construction. Any discrepancy shall be immediately brought to the attention of the Engineer for direction.
6. Contractor shall furnish, pay for, and install all materials, tools and equipment required to complete the work.
7. Contractor shall submit material samples and/or a Certificate of Compliance from the manufacturer, supplier, or both, for review and approval of the Engineer prior to construction.
8. Contractor shall submit traffic control plans for review and approval prior to start of work. Advanced public notification is required.
9. Contractor responsible for all lane closure safety.
10. All debris and waste materials generated by the repair operations shall be properly collected, handled, transported, and disposed of in accordance with all applicable local, state, and federal regulations.
Bid price must include all taxes and other costs (i.e. traffic control, BMP, permits, bonds, etc.).
Cancellation: This solicitation may be cancelled and any or all bids rejected in whole or in part, without liability to the State, when it is determined to be in the best interest of the State.
Bond Requirements: All bidders shall be required to include a Performance Bond and a Payment Bond in accordance with HRS §103D-324 upon award of the contract. These bonds must be equal to 100% of the contract price.
Insurance Requirements: Contractor shall obtain and maintain all required insurance coverage in accordance with State of Hawaii requirements. Refer to the Insurance Requirements section for full details. - Procurement Officer
- Ryan A. Nakata
- Attachments
-
260213 Windward Viaduct EJ2 OB Sta 274 49.91.pdf
AG-008 103D General Conditions (1.10.23).pdf
Download All
Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Nakata, JoAnn.
Q26001789 H-3 Replacement of Expansion Joint 2 O.B. Sta. 274+49.91 ±
#
Title
Quantity
Unit of Measure
Commodity Code
| Commodity Code | Description |
|---|---|
| 237310 | Bridge approach construction |
| 237310 | Bridge construction |
| 332312 | Highway bridge sections, prefabricated metal, manufacturing |
| 237310 | Construction management, highway, road, street and bridge |
| 332312 | Bridge sections, prefabricated metal, manufacturing |
- Quantity
- 1
- Unit of Measure
- JOB
- Title
- H-3 Replacement of Windward Viaduct Expansion Joint 2 O.B.
- Description
- Bid Instructions:
Contractor shall read bidding instructions prior to bid. Failure to follow these instructions may result in rejection of the bid. State reserves the right to remove Line Item No. 2 to reduce the total bid cost. If Line Item No. 2 is removed, the State will provide the development of traffic control plans (TCPs) and implementation of traffic control.
1. Use Line Item No. 1 to bid for all repair work costs, excluding the costs for development of traffic control plans and implementation of traffic control. Associated costs shall include, but are not limited to, repair materials, equipment, tools, permits, BMPs, all applicable taxes, and incidental work.
2. Use Line Item No. 2 to bid solely for the development of traffic control plans and implementation of traffic control. Associated costs shall include, but are not limited to the TCP design services, labor, equipment, materials, signage, all applicable taxes and incidental work.
| Commodity Code | Description |
|---|---|
| 532490 | Traffic control equipment (e.g., barricades, cones, traffic signs) rental or leasing |
| 561990 | Flagging (i.e., traffic control) services |
- Quantity
- 1
- Unit of Measure
- JOB
- Title
- Development and Implementation of Traffic Control
- Description
- Bid Instructions:
Contractor shall read bidding instructions prior to bid. Failure to follow these instructions may result in rejection of the bid. State reserves the right to remove Line Item No. 2 to reduce the total bid cost. If Line Item No. 2 is removed, the State will provide the development of traffic control plans (TCPs) and implementation of traffic control.
1. Use Line Item No. 1 to bid for all repair work costs, excluding the costs for development of traffic control plans and implementation of traffic control. Associated costs shall include, but are not limited to, repair materials, equipment, tools, permits, BMPs, all applicable taxes, and incidental work.
2. Use Line Item No. 2 to bid solely for the development of traffic control plans and implementation of traffic control. Associated costs shall include, but are not limited to the TCP design services, labor, equipment, materials, signage, all applicable taxes and incidental work.
Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Nakata, JoAnn.