Public Display Solicitation

You must Log in with your eHawaii Account to respond to a solicitation.

B25001857 Baldwin HS & King Kekaulike HS - Sump Pump Replacement

General Information
Solicitation Number
B25001857
Status
Awarded
Department
Accounting and General Services
Division
Central Services
Islands (where the work/delivery is to be performed)
Maui
Category
Construction
Release Date
03/04/2025
Offer Due Date & Time
04/04/2025 02:00 PM
Description
Remove and replace sewage submersible pumps including relays, sensors at Baldwin High School behind building H and at King Kekaulike High School located at the northeast and of the stadium. See Line Item Details.
Contact Person
Ralph, Peter J
Email
peter.j.ralph@hawaii.gov
Phone
808-873-3947
General Comments
Bidders shall possess a valid Hawaii Contractors License in accordance with HRS Chapter 444.

It is strongly advised for the Contractor or its representative(s) to visit the site for an accurate assessment.

The Contractor or its representative(s) shall check into the front office before proceeding onto the campus.

The award shall be made to the lowest responsive and responsible bidder subject to the availability of funds. The State of Hawaii reserves the right to cancel this IFB and/or reject all offers in whole or in part when it is determined to be in the best interest of the State of Hawaii.

All changes or alterations to the existing design or specifications shall be first approved by the solicitor and/or authorized representative of DAGS.
Procurement Officer
Eric Agena
Attachments
BALDWIN HS Site Sump Location.pdf
KING KEKAULIKE HS Sump Site Location.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: Ralph, Peter J.

B25001857 Baldwin HS & King Kekaulike HS - Sump Pump Replacement

Line Items
#
Title
Quantity
Unit of Measure
Commodity Code
 
Code Table
General
Quantity
1
Unit of Measure
JOB
Title
Baldwin High School - Behind Building H - Sump Pump Replacement
Description
Remove and replace with new two (2) submersible pumps including relays, sensors and all material, labor, tools and equipment required for a full functional and operational lift station with no defects. Lift station (sump) is located behind building H at Baldwin HS. See attached drawings and location map. Existing submersible pumps shall be removed and properly disposed by the bidder. The specifications for the two (2) new pumps to be provided and installed by the bidder shall be as follows:
• Product type Sewage Pump
• Application High head sewage pump
• Operation Manual
• Horsepower 1 HP
• Voltage 230 Volts
• Phase 1
• Frequency 60 Hz
• Speed 3450 RPM
• Impeller Type Recessed vortex
• Pump Housing Material Cast iron
• Discharge Connection 2 inch flanged NPT 2 bolt vertical
• Impeller Material Ductile iron
• Maximum Flow 125 GPM
• Maximum Head 55 ft.
• Maximum Solids Handling 2 inch
• Cord length 20 ft.
• Maximum Fluid Temperature 140 °F
Attachments Download All

Print
Code Table
General
Quantity
1
Unit of Measure
JOB
Title
King Kekaulike High School - Stadium Sump Pump Replacement
Description
King Kekaulike High School:
Remove and replace with new two (2) submersible pumps including the full rail support system, top rail support and chain lifting package, and all materials, labor, tools and equipment as required for a full functional and operational lift station with no defects. Lift station (sump) is located on the northeast end of the stadium. See attached location map and drawings. Existing submersible pumps shall be removed and properly disposed by the bidder. The specifications for the two (2) new pumps to be provided and installed by the bidder shall be as follows:
• Voltage 3 Φ, 200V, 60 HZ
• Horsepower 2.0 HP
• Amp Draw (Full load) 10.4
• Motor Type Permanent Split Capacitor (PSC)
• RPM 3450
• Maximum Head Up to 71 ft.
• Maximum Capacity Up to 215 GPM
• Switch Type Manual
• Minimum Sump Diameter Simplex: 24 in. Duplex: 36 in.
• Discharge Pipe Size 2.0 in. NPT (3.0 in. optional)
• Maximum Solids Handling Size 2.0 in.
• Impeller Type Ductile Iron, Recessed
• Impeller Diameter 4.56 in.
• Cord Length 20 ft.
• Cord Size 16/4; Type: SJOW/SJOW-A
• Body Construction Cast Iron
• Maximum Liquid Temperature 140°F
Attachments Download All

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: Ralph, Peter J.

B25001857 Baldwin HS & King Kekaulike HS - Sump Pump Replacement

Instructions
  • 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.
  • 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.
  • 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.
  • 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.
  • 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.
  • 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.
  • 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.