SLED Opportunity · HAWAII · COUNTY OF HAWAII

    Kahakai Boulevard Shoulder Improvements, Phase 1, Federal Aid Project No. STP-0138(001), Pahoa, Puna, Hawaii

    Issued by County of Hawaii
    countyIFBCounty of HawaiiSol. 205404
    Closed
    STATUS
    Closed
    due Nov 7, 2025
    PUBLISHED
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    County of Hawaii seeks bids for Kahakai Boulevard Shoulder Improvements Phase 1, including shoulder and pavement reconstruction, drainage, and traffic control. Bids due Nov 6, 2025. Valid State of Hawai‘i General Engineering Contractor’s “A” license required.

    Opportunity details

    Solicitation No.
    205404
    Type / RFx
    IFB
    Status
    Active
    Level
    county
    Published Date
    Due Date
    November 7, 2025
    NAICS Code
    237310AI guide
    Jurisdiction
    County of Hawaii
    State
    Hawaii
    Agency
    County of Hawaii

    Description

    NOTICE TO BIDDERS (Chapter 103D, HRS) ELECTRONIC SEALED BIDS for the KAHAKAI BOULEVARD SHOULDER IMPROVEMENTS, PHASE 1, COUNTY JOB NO. E-4718, FEDERAL AID PROJECT NO. STP-0138(001), PAHOA, ISLAND OF HAWAI‘I, will be received and recorded immediately via the Public Purchase System until 2:00 p.m., Hawai‘i Standard Time on October 16, 2025. Bids shall be submitted via the Public Purchase System, otherwise the bids will not be opened or considered. Bids received after the time fixed for opening will not be considered. The project consists of shoulder construction, A.C. pavement reconstruction, and driveway reconstruction; installation of pavement striping, markings, markers, and signs; adjustment of utility boxes; drainage improvements including the installation of drywells; and provisions for traffic control during construction. To be eligible for award, bidders must possess a valid State of Hawai‘i General Engineering Contractor’s “A” license, prior to the award of the contract. Prospective Bidders and all parties interested in accessing the plans, specifications, terms and conditions, proposal, and addenda must be registered as a Public Purchase Vendor, Hawai‘i Region, and Hawai‘i County Agency. New Vendors should click on the link to Public Purchase provided on the www.hawaiicounty.gov webpage or go to www.publicpurchase.com to initiate the registration process. Bids shall be submitted via the Public Purchase System. Confidential Material shall be readily separable from the bid in order to facilitate public inspection of the non-confidential portion of the bid. Each proposal shall be on a form furnished by the Administrative Office, Department of Public Works, County of Hawai‘i. Prospective Bidders must file with the Director of Public Works their “Intent to Bid.” The Prospective Bidder’s Intent to Bid must be received by the Administration Office, Department of Public Works no later than 4:30 p.m., ten (10) calendar days prior to the bid opening date. If the tenth day is on a Saturday, Sunday, State holiday, the notice of intention is due on the next working day following the due date. The Intent to Bid form is available at the Administration Office, Department of Public Works, Phone: (808) 961-8321 and for electronic download at the Public Purchase website: www.publicpurchase.com. All prospective bidders/offerors are invited to attend a pre-bid conference to be held on October 1, 2025 at 11:00 AM, via ZoomGov and at the Department of Public Works, Engineering Division, Aupuni Center, 101 Pauahi Street, Suite 7, Hilo, Hawai’i 96720. To join the ZoomGov meeting, follow the link: https://www.zoomgov.com/j/1605749968?pwd=vHkgzMXH2BThoHkd4nv1zZ0owocxzG.1 Meeting ID: 160 574 9968 Passcode: 768760 Attendance at the pre-bid conference is not a condition for submitting a bid. Subcontractors and union representatives are invited, but not required to attend. The meeting is to provide bidders/offerors with an opportunity to ask questions about the contractual requirements and all technical aspects of the project. Persons needing special accommodations at the pre-bid conference due to a disability may contact the Department of Public Works, Engineering Division by phone at (808) 961-8327, or by facsimile at (808) 961-8630 no less than five (5) working days prior to the established meeting date(s). The original executed and notarized Standard Qualification Questionnaire for Offerors form “SQQO” must be received by the Administration Office, Department of Public Works, no less than forty-eight (48) hours prior to the 2:00 p.m. bid opening so it may be evaluated and approved by the County of Hawai‘i, Department of Public Works prior to bid opening. Please submit said form to allow for evaluation and approval by our office if such form had not been evaluated, approved and filed within the twelve (12) months, if there is any change in your previous responses as they relate to this project, or if additional information is requested. The SQQO form is available in hard copy at the Administration Office, Department of Public Works, Phone: (808) 961-8321 and for electronic download at the Public Purchase website: www.publicpurchase.com. Campaign contributions by State and County Contractors. Contractors are hereby notified of the applicability of Section 11-205.5, HRS, which states that campaign contributions are prohibited from specified State or county government contractors during the term of the contract if the contractors are paid with funds appropriated by the legislative body. For more information, contact the Campaign Spending Commission at (808) 586-0285. The U.S. Department of Transportation Regulation entitled “Nondiscrimination in Federally-Assisted Programs of the U.S. Department of Transportation,” Title 49, Code of Federal Regulations (CFR), Part 21 is applicable to this project. Bidders are hereby notified that the County will affirmatively ensure that the contract entered into pursuant to this advertisement will be awarded to the lowest responsible bidder without discrimination on the grounds of race, color, national origin and sex (as directed by 23 CFR Part 200). The Equal Employment Opportunity Regulations of the Secretary of Labor implementing Executive Order 11246, as amended shall be complied with on this project. The U.S. Department of Transportation Regulations entitled "Participation by Disadvantaged Business Enterprise in Department of Transportation Programs", Title 49, Code of Federal Regulations, Part 26 is applicable to this project. Bidders are hereby notified that the Department of Transportation will strictly enforce full compliance with all of the requirements of the Disadvantaged Business Enterprise (DBE) program with respect to this project. Bidders are directed to read and be familiar with the Disadvantaged Business Enterprise (DBE) Requirements for Federal-Aid Projects regarding Disadvantaged Business Enterprise (DBE), which establishes the program requirements pursuant to Title 49 Code of Federal Regulations Part 26 and, particularly, the requirements of certification, method of award, and evidence of good faith. All prime contractors bidding on HDOT projects are required to submit the Bidder Registration Form. All non-DBE subcontractors, consultants, vendors, suppliers, distributors, manufacturers, truckers, service providers, etc., bidding/quoting on the project with the prime contractor must complete this form. All Bidder Registration Forms are due at bid opening and submitted with the proposal by bid opening date; if not, the bid shall be considered not responsible and be rejected. All Bidders must e-mail the Engineer at tanner.wagoner@hawaiicounty.gov, the Disadvantaged Business Enterprise (DBE) Contract Goal Verification and Good Faith Efforts (GFE) Documentation for Construction, Disadvantaged Business Enterprise (DBE) Confirmation and Commitment Agreement - Trucking Company, Disadvantaged Business Enterprise (DBE) Confirmation and Commitment Agreement -Subcontractor, Manufacturer, or Supplier, and the DBE Regular Dealer/Distributor Affirmation Form by October 21, 2025. Failure to provide these documents shall be cause for bid/proposal rejection. For additional information on this project, contact Tanner Wagoner at (808) 961-8931. The Director of Public Works reserves the right to reject any or all bids and to waive any defects in said bids for the best interest of the public. No bidder may withdraw his bid after the hour set for the opening thereof or before the award of the contract, unless said award is delayed for a period exceeding one hundred twenty (120) consecutive calendar days. County of Hawai‘i is an Equal Opportunity Provider and Employer. Neil A. Azevedo, Acting Director Department of Public Works County of Hawai‘i Public Purchase, Electronic Procurement System Publication Date: September 25, 2025 SUBMIT QUESTIONS VIA PUBLIC PURCHASE THE PROPOSAL MUST BE DOWNLOADED, COMPLETED, SIGNED, AND UPLOADED WITH YOUR BID SUBMISSION. --- QUESTIONS AND ANSWERS --- Q: Notice to Bidders states that Bidder Registration Forms are required to be submitted "with the bid," please kindly revise this requirement since most prime contractors/bidders/subcontractors/vendors have already registered and will not need to register again for every bid. These forms are not required to be submitted "with the bid" per DBE requirements. A: No answer provided yet. Q: The Exhibit B, Requirements for Participation by DBEs, is not applicable to this type of bids. Please remove from bid documents. A: No answer provided yet. Q: 1. Plan sheet C-5.04, detail titled "Grated Drop Inlet and Drywell Section" it depicts a 36" dia. drilled shaft extending below the CIP footing - please provide clarification on what this is communicating to the contractors? If the drywell doesn't prove to drain water at an acceptable rate, will the contractor be responsible for the cost of the drilled shaft? If that is the County's intent please provide a bid item for a drilled shaft with a contingent vertical footage, or provide very specific scope instructions so this item of the detail can be properly priced (e.g., expected rate of infiltration for the drywell and some type of trigger for when the drilled shaft will be added and how the infiltration rate will be verified and at what depth increments so we can determine what vertical footage we will stop at to perform the incremental verification). A: No answer provided yet. Q: Please consider adding an embankment bid item to the proposal, due the large difference in excavation vs. the required import to make the planned grade adjustments. A: No answer provided yet. Q: Please provide a specific, detailed example of how Item 203.0100 Roadway excavation will be calculated for payment. A: No answer provided yet. Q: Please provide a specific, detailed example of how Item 304.0100 Aggregate Base Course will be calculated for payment. A: No answer provided yet. Q: Please consider adding a pay item and payment details for the Type B wall, shown on Sheets C-5.01 and C-4.13. A: No answer provided yet. Q: Please provide payment item for tree removal. A: No answer provided yet.

    Key dates

    1. November 7, 2025Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.