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 ±

General Information
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
Email
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 ±

Line Items
#
Title
Quantity
Unit of Measure
Commodity Code
 
Code Table
General
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.
Attachments

Print
Code Table
General
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.
Attachments

Print

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 ±

Instructions
  • ADDITIONAL FEES AND CHARGES: Vendors shall include all applicable fees, charges, surcharges, shipping/handling, delivery, or any other charges associated with this solicitation in the price submitted.
  • HAWAII GENERAL EXCISE TAX (GET): Unless otherwise stated in this solicitation, vendors shall include all applicable taxes in the price submitted. The Hawaii General Excise Tax (GET) shall not exceed 4.712% for the islands of Oahu, Kauai , Hawaii, and Maui.
  • VENDOR NON-COMPLIANCE : NON-COMPLIANCE may result in a vendor not receiving an award, delay of payment, or cancellation of award. If the vendor does not maintain timely compliance, which is the vendor’s responsibility, an offer otherwise deemed responsive and responsible may not be awarded. State agencies may check for compliance at any time.
  • TRANSACTION FEES: The awarded vendor shall pay a transaction fee of 0.75% (.0075) of the award, not to exceed $5,000 for each award. This transaction fee shall be based on the original award amount and the awarded vendor shall be responsible for payment of the fee to Tyler Hawaii, the vendor administering the HIePRO. Payment must be made to Tyler Hawaii within thirty (30) days of receipt of invoice. The invoice is generated based on the date the award is posted.
  • QUESTIONS ABOUT THIS SOLICITATION: Unless otherwise indicated, questions regarding this solicitation must be directed to the Buyer listed.
  • RESPONSE TO THIS SOLICITATION: Only responses submitted through HIePRO shall be considered for award.
  • VENDOR COMPLIANCE – PAPER DOCUMENTS : Vendors not utilizing HCE shall provide paper certificates that must be valid at the time of award. All applications for applicable clearances are the responsibility of the vendor, who must be compliant pursuant to HRS§103D-310(c) with the chapters 1) Chapter 237, General Excise Tax Laws; 2) Chapter 382, Hawaii Employment Security Law; 3)Chapter 386, Worker’s Compensation Law; 4) Chapter 392, Temporary Disability Insurance; 5)Chapter 393, Prepaid Health Care Act; and 6) §103D-310(c), Certificate of Good Standing (COGS) for entities doing business in the State. Upon receipt of compliance paper documents (A-6, LIR#27, COGS), the purchasing agency reserves the right to verify their validity with the respective issuing agency.
  • VENDOR REGISTRATION IN HAWAII COMPLIANCE EXPRESS (HCE) : Vendors can register at https://vendors.ehawaii.gov/hce via an annual subscription fee and should subscribe prior to responding to a solicitation. For more information visit the HCE Section of the FAQs at http://spo.hawaii.gov/faqs/#tabs-4.
  • COMPLIANCE AND DOCUMENTATION: Vendors are required to be compliant with all appropriate state and federal statutes. Proof of compliance is required through HCE or via paper documentation.
  • OFFER DEEMED FIRM/AUTHORITY TO SUBMIT OFFER: Submission of an electronic response to the State of Hawaii constitutes and shall be deemed an offer to sell the specified goods and/or services to the State of Hawaii at the price shown in the response and under the State's Terms and Conditions. The electronic response submitter certifies that he/she is authorized to sign the response for the submitting vendor and that the response is made without connection with any person, firm, or corporation making a response for the same goods and/or services and is in all respects fair and without collusion or fraud.