From:
Facilities and Environmental Health
University of Hawaii Community Colleges
2327 Dole Street
Honolulu,  HI    96822
RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII
SEALED BID (IFB/RFQ)
THIS IS NOT AN ORDER
(THIS INQUIRY IMPLIES NO OBLIGATION TO
BUY ON THE PART OF THE BUYING GROUP)
BIDS ARE SUBJECT TO Terms & Conditions AS ATTACHED HERETO.
         buying group seal
Request Type: SEALED BID (IFB/RFQ)
Open Date  Nov/1/19 at: 10:00
Request # CCR176251B
Close Date (HST)  Dec/6/19 at: 14:00
Requisitioner 
 Ray Teramae
 Tel: (808) 956-0867
 Email: teramae@hawaii.edu
 Fax: (808) 956-0866

Ship To: 
 University of Hawaii Community Colleges
 2327 Dole Street
 Honolulu, HI, 96822


Subject  Renovations to 5986A and 5986B Hale Uluwehi agriculture facility and greenhouse at Windward Community College, Kaneohe, Oahu, Hawaii, Project No.: CCR-17-6251B
Category  Remodeling
Special Instructions BID FORMS AND PLANS for IFB No. CCR176251B will be available at the SuperQUOTE
website (www.commercepoint.com). Bidders are solely responsible to check this
website for any modifications to the IFB. To view the details of this solicitation
and submit a bid, your company must be registered on SuperQUOTE.

The project shall in general consist of but is not limited to selective demolition,
soil treatment, concrete, structural steel, cold formed metal framing, sheathing,
finish carpentry, preservative treated lumber, membrane waterproofing, building
insulation, preformed metal standing seam roof, preformed metal siding, flashing and
sheet metal, sealants, Steel doors and frames, wood doors, finish hardware,
electronic access controls, high security keying system, glazing, gypsum wall board
with metal framing, acoustical ceiling, polyurethane flooring system, resilient
flooring, painting, signage, fire extinguishers, toilet accessories, removal and
disposal of asbestos containing materials, lead paint control measures, PCB ballast,
mercury containing components, asbestos testing and monitoring, lead testing, fire
alarm system, mechanical general requirements, plumbing, air conditioning, electrical
work, engine generators, automatic transfer switch, underground electrical work,
interior lighting and building telecommunication system as called for on the Plans
and Technical Specifications.

To be eligible to bid, bidders must possess a valid State of Hawai‘i contractor’s
license B.

Due to site conditions that may not be clearly identified in the technical
specifications and plans, it is highly recommended that bidders attend the PRE-BID
CONFERENCE/JOB SITE WALK THROUGH at 1:00 p.m., November 8, 2019, at Windward
Community College, 45-720 Keaahala Rd, Hale Imiloa Building, Room 122, Kaneohe, HI,
96744.

Requests for Substitution/Clarification must be submitted to the Technical
Representative, Ray Teramae (e-mail: teramae@hawaii.edu) no later than November 15,
2019, at 4:00 p.m., Hawai‘i Standard Time. All questions must be received no later
than November 15, 2019, at 4:00 p.m., Hawai‘i Standard Time. Responses will be posted
to the SuperQUOTE website (www.commercepoint.com) by November 22, 2019, at 4:00 p.m.,
Hawai‘i Standard Time.

Bids must be submitted on the SuperQUOTE system (www.commercepoint.com) no later than
December 6, 2019 at 2:00 p.m., Hawai‘i Standard Time.

Bids received after the due date and time fixed above will not be considered.

Direct all questions to the Technical Representative, Ray Teramae via e-mail at
teramae@hawaii.edu. 
No
Shipping Via  
Date Required  Aug/31/20

Item
Quantity
Description
1 1BASIC BID:

The project shall in general consist of but is not limited to selective
demolition, soil treatment, concrete, structural steel, cold formed metal
framing, sheathing, finish carpentry, preservative treated lumber,
membrane waterproofing, building insulation, preformed metal standing
seam roof, preformed metal siding, flashing and sheet metal, sealants,
Steel doors and frames, wood doors, finish hardware, electronic access
controls, high security keying system, glazing, gypsum wall board with
metal framing, acoustical ceiling, polyurethane flooring system, resilient
flooring, painting, signage, fire extinguishers, toilet accessories, removal
and disposal of asbestos containing materials, lead paint control
measures, PCB ballast, mercury containing components, asbestos testing
and monitoring, lead testing, fire alarm system, mechanical general
requirements, plumbing, air conditioning, electrical work, engine
generators, automatic transfer switch, underground electrical work,
interior lighting and building telecommunication system as called for on
the Plans and Technical Specifications.

All prices must include all material and non-material costs, labor costs,
equipment costs, foreign taxes, transportation costs, vehicle costs, air freight
costs, shipping costs, supply costs, mobilization costs, insurance premiums,
warranty costs, administrative support costs, rental costs, overhead costs,
building and special permit fees, utilities service fees, expediting fees and all
applicable taxes (Federal and State).  

AddendumDate
IFB CCR176251B Addendum #1 consists of revisions to Attachment 1 Technical Specifications; responses to requests for substitutions and clarifications; and pre-bid conference agenda and minutes.

New attachment added: IFB No. CCR176251B Addendum 1 (IFB No. CCR176251B Addendum 1.pdf)
11/22/19
IFB CCR176251B Addendum #2 consists of the sign-in sheet from the November 8, 2019 pre-bid conference/job site walk through.

New attachment added: IFB No. CCR176251B Addendum 2 (IFB No. CCR176251B Addendum 2.pdf)
11/25/19
IFB CCR176251B Addendum #3 consists of revisions to Attachment 1 Technical Specifications.

New attachment added: IFB No. CCR176251B Addendum 3 (IFB No. CCR176251B Addendum 3.pdf)
11/29/19

  Attached files 
attached file icon [ no name ]
IFB No. CCR176251B 5986A & 5986B Hale Uluwehi.pdf
attached file icon [ no name ]
CCR176251B Attachment 1 Technical Specifications.pdf
attached file icon [ no name ]
CCR176251B Attachment 1A Drawings.pdf
attached file icon [ no name ]
CCR176251B Attachment 2 RCUH General Provisions.pdf
attached file icon [ no name ]
CCR176251B Attachment 3 RCUH Special Provisions.pdf
attached file icon [ no name ]
CCR176251B Attachment 4 Standards of Conduct Declaration.pdf
attached file icon IFB No. CCR176251B Addendum 1
IFB No. CCR176251B Addendum 1.pdf
attached file icon IFB No. CCR176251B Addendum 2
IFB No. CCR176251B Addendum 2.pdf
attached file icon IFB No. CCR176251B Addendum 3
IFB No. CCR176251B Addendum 3.pdf