Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published March 31, 2026 at 8:00 PM
Updated April 1, 2026
Demolition and site work for a water / sewer project in Bremerton, Washington. Completed plans call for the demolition of a water / sewer project.
The work to be completed includes demolition, removal of existing treatment equipment, electrical controls, panels, and related appurtenances; modification of the existing concrete channel and related structures; installation of owner-furnished ultraviolet (UV) equipment; installation of owner-furnished electrical panels, motor control centers, breakers, and related electrical equipment; control modification to existing equipment; structural modifications to the existing building roof, siding, and systems including louvers; testing, startup, and commissioning of the new treatment plant. This work must be completed during the summer dry season window while the plant is offline. If work extends past the completion date, the contractor will be subject to liquidated damages. The contractor must provide for the transport, storage, and installation of owner-furnished equipment as specified. All bid proposals must be submitted on provided forms and accompanied by a bid proposal deposit equal to five percent of the bid amount. The successful bidder will be required to provide a performance bond for one hundred percent of the contract price. Wage requirements prescribed by the federal Davis-Bacon and Related Acts apply, and prevailing wage rates must be paid. The contractor must comply with all specifications, conditions, laws, ordinances, and registration requirements. Work of the Project includes, but is not limited to, the following: 1. Demolition: a. Demolish existing UV 4000 system, including areas of concrete fill around the UV unit reaction chamber and associated panels in the HRC/UV Building and Operations Building, which will be salvaged by the City. Dispose of all equipment not opted for salvage by the City. b. Demolish and dispose of all wiring for the UV system. Demolish all conduits for the UV system. Conduits underground to be stubbed off at ground level and sealed. c. Demolish and dispose portion of concrete area adjacent to existing UV channel to accommodate requirements of the new UV system as shown in the drawings. d. Demolish and dispose the existing building siding as shown in the drawings. e. Demolish existing instrumentation in the lab area of the Operations Building, including electrical connections and conduits. Dispose of all equipment not opted for salvage by the City. Instrumentation includes: 1) Both Turbidity systems (Raw water & Effluent) 2) Existing UV transmittance system 3) Both pH analyzers (Raw water & Post Coagulant) f. Demolish the controls for the HRCCP (High-rate Clarification Control Panel) and EPCP (East Plant Control Panel). Dispose of all equipment not opted for salvage by the City. g. Demolish the existing Variable Speed Drives (VFD) controlling MXR-102 and SLC-101. Dispose of all equipment not opted for salvage by the City. h. Remove and dispose of all demolished items. Dispose of any hazardous materials in accordance with applicable rules and regulations. a) Remove and dispose of up to 1-foot depth of silica sand as needed from existing UV channel, after channel is drained. Material shall be handled as hazardous material and Contractor shall secure suitable means of disposal. 2. Structural: a. Reduce the width of the existing UV channel through placement of reinforced concrete for the full height of the channel to accommodate the new unit dimensions. b. Pour a new concrete support for new fixed weir. Attach new fixed weir onto support. The fixed weir shall be provided by the UV manufacturer as part of pre-purchase package. c. Pour a new concrete support for new PDC-1 panel. Attach new PDC-1 panel onto support. The PDC-1 panel shall be provided by the UV manufacturer as part of prepurchase package. d. Install anchors and attach the frame of flow conditioner with stainless steel nuts and washers in the channel upstream of the UV equipment. The flow conditioner and frame shall be provided by the UV manufacturer as part of pre-purchase package. e. Install grating and cover plates as shown in the drawings, including installation of a maintenance platform as shown in the drawings. Install supports for grating, cover plates, and maintenance platform. f. Install new handrail with gate as shown in the drawings. g. Upgrade metal building with strapping and additional connections per structural drawings. h. Install new louver sidings per drawings and specifications 3. Mechanical: a. Install UV banks within the channel, including but not limited to lamps, lamp sleeves, bank frame assembly, bank support assembly, lift cylinders, cable management arm, cabling and cable management systems, and all appurtenances as required to construct a complete and functional UV system. Coordinate with system manufacturer as needed during installation. b. Install 1-inch CPVC sprayers with nozzles upstream in the UV channel. Field route sprayer piping through UV channel, in coordination with location of new UV system and appurtenances. Cover the pipe with specified insulation foam. Install valving to isolate the existing downstream sprayers from new upstream sprayers. c. Provide operation and maintenance manuals for new equipment per specifications. d. Facilitate equipment testing, commissioning, and training. Prior to testing, all equipment installations shall be reviewed by a representative of the manufacturer. The manufacturer's representative will provide training and training materials covering startup, shutdown, disassembly and reassembly, normal operation, emergency operation, maintenance, and troubleshooting. Facilitate filling of existing UV channel with utility water for system functional testing in coordination with Owner. e. Conduct performance testing. Once proper function is confirmed, conduct performance testing of the new UV system to ensure it is capable of achieving the required minimum 50% UVT. Coordinate with Owner for filling of existing tanks and channels with utility water and chemical additives for performance testing. 4. Electrical a. Install UV system wiring, cabling, and hydraulic hoses per manufacturer's instructions. b. Provide 480-volt, 3-phase power to the proposed UV system from the Siemens System/89 MCC located in the Operations Building. c. Replace the existing 225A circuit breaker feeder unit for PDC-1 with a 125A breaker for PDC-1 and a 60A breaker for the future PDC-2. d. Install a new dual feeder MCC unit with two 15A breakers to supply power to HSC-1. e. Replace the existing 115VAC uninterruptible power supply (UPS) system to a redundant 24VDC UPS system. f. Replace the existing conduits and local circuit breaker disconnects in the HRC/UV building for the PDCs. Install new disconnects for HSC-1. g. Install Cat 6 cable from the SCC PLC, HRC PLC, and EPCP PLC to terminate at Ownerprovided Ethernet switch (see Instrumentation and Controls section) and per the project drawings. h. Install Cat 6 cable from Power Monitor and VFDs to terminate at Owner-provided Ethernet switch (see Instrumentation and Controls section) and per the project drawings to enable Ethernet communications from the Power Monitor and VFDs. i. Electrical testing including testing of all electrical protective devices. 5. Instrumentation and Controls: a. Install PDC-1 and HSC panels onto existing concrete near the UV equipment in the HRC/UV Building, at the locations shown on the drawings. The future PDC-2 shown in the drawings shall be installed under separate contract. The PDC-1 and HSC panels shall be provided by the UV manufacturer. b. Install new SCC panel in the Operations Building. The SCC panel shall be provided, programmed, and commissioned by the UV manufacturer. c. Install level sensor control box, low-level switch, and UV Transmittance monitoring system. Equipment shall be provided by the UV manufacturer. d. Replace the existing controls for the HRC Control Panel (HRCCP) and the East Plant Control Panel (EPCP). The PLCs shall be upgraded to Allen Bradley Series 5380 utilizing series 5069 IO modules as required. The OITs shall be upgraded to Allen Bradley PanelView Plus 7 10". The contractor is to supply open UL Listed back panels to be field installed in existing enclosures. All panel work performed will require Underwriters Laboratory field evaluation UL508A listing. The HRC manufacturer (Actiflo) will provide programming for the HRC system. e. Install DSL fiber communications for use with interfacing PLCs with the existing SCADA system. A Cisco IE 3200 Ethernet Switch will be provided by Owner and shall be field installed by the Contractor in the EPCP. f. Replace the Variable Speed Drives (VFD) controlling MXR-102 and SLC-101. VFDs are to be Allen Bradley 525. g. Replace the existing power monitoring in the VFD MCC. The power monitor is to be Allen Bradley Power Monitor 5000 with door mounted display. h. Modify the VFD MCC units to accommodate the new VFDs per the drawings. i. Install additional instrumentation, including: 1) UV Transmittance Controller and Sensor 2) UV Intensity Sensor - 3ea. 3) UV Bank in place proximity switches - 3ea. 4) Low level switch j. Control testing. Control testing includes a functional test of all instruments and control logic to verify proper operation under all operating conditions, verification of each setpoint, and verification of monitoring and alarms. The Contractor must arrange process test conditions, such as level targets simulators or physical manipulation, to demonstrate each device transmits to the control system and the control system is able to operate and adjust the associated control devices. K. Provide all SCADA and PLC programming and integration, except for items noted to be programmed and integrated by the UV or HRC manufacturer. AGREEMENT NO. WQC-2025-BremPW-00182 All communications related to the project shall be directed to the City prior to opening ofBids Communication by phone/e-mail: David Powell Telephone: (360) 473-5268 E-mail: david.powell@ci.bremerton.wa.us ESTIMATE: $2.3M - $2.8M *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Bid Results
Water / Sewer
$828,397.00
Public - City
Demolition, Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
