Similar Projects
Kwina Road WWTP MBR System Improvements
Renovation
Design
$50,000 CJ est. value
Bellingham, WA 98225

SR 542/Squalicum Creek to Bellingham Bay - Fish Passage
Infrastructure
Design
$3,633,000 CJ est. value
Deming, WA 98244

RFQ D/B - I-405, NE 85th Street Interchange and Inline BRT Station Project
Infrastructure
Bidding
$210,000,000 CJ est. value
Kirkland, WA 98033

RFP General Contractor/Construction Manager Services - General Contractor/Construction Manager for Post Point Recovery Project
Infrastructure
Bidding
$5,000,000 CJ est. value
Bellingham, WA 98225

Station 81 Site Preparation
Infrastructure
Post-Bid
Everson, WA 98247

Western Washington University Electrical Engineering & Computer Science Building
Term Contract
Post-Bid

Water Main Relocation and Early Grading
Infrastructure
Results
Bellingham, WA

Water Main Relocation and Early Grading
Infrastructure
Results
Bellingham, WA

I-5/Squalicum Creek to SR 539 - Bridge Deck Overlays
Infrastructure, Renovation
Design
$825,000 CJ est. value
Bellingham, WA 98229

Thornton Street, Vista Drive to Malloy Avenue Project
Infrastructure
Bidding
$4,750,000 CJ est. value
Ferndale, WA 98248

Swift Creek Action Plan 2022 Construction
Term Contract
Post-Bid
$1,400,000 to $1,800,000 est. value
Bellingham, Everson, WA 98247

Post Point Sludge Pump System Replacement
Renovation, Addition
Results
$1,100,000 to $1,500,000 est. value
Bellingham, WA 98225

I-5/Slater Road Interchange - Improvements
Infrastructure
Design
$13,661,000 CJ est. value
Bellingham, WA 98229

RFP General Contractor/Construction Manager Services - General Contractor/Construction Manager for Post Point Recovery Project - EU189
Infrastructure
Bidding
Bellingham, WA 98225

Birnam Wood Siding and Bridges Phase 1
Infrastructure, Renovation
Post-Bid
$3,860,000 CJ est. value
Bellingham, WA 98225

Last Updated 09/16/2022 06:32 PM
Project Title

Lignin Operable Unit Cleanup Action

Physical Address View project details and contacts
City, State (County) Bellingham, WA 98225   (Whatcom County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Sewage Treatment Plant, Site Development, Storage/Water Tanks, Water Lines
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $2,628,505 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The scope of work for this project consists of furnishing all labor, materials, and equipment necessary for the project identified above including the following major work items: Prior to start of construction, prepare and submit for Engineer approval an Excavation and Water Management Plan and Stormwater Pollution Prevention Plan (SWPPP) describing means and methods to accomplish the Work. Maintain site security, limit public access to project site, and conduct Work activities so as to not interfere with pedestrian, bicycle, or vehicle traffic on adjacent public rights-of-way. Conduct a utility locate. Install and maintain temporary erosion and sedimentation control (TESC) best management practices (BMPs) to prevent any off-site stormwater runoff or materials track-out and maintain them in full compliance with the approved SWPPP and applicable laws, regulations, and ordinances throughout construction. Establish lined and bermed stockpile areas for contaminated soil and for inert (uncontaminated) debris and maintain appropriate BMPs for all stockpiles, including capture and treatment of runoff from the stockpile area, throughout the Work. Remove existing asphalt surface. Remove the former warehouse foundation elements comprised of reinforced concrete floor slab, pile caps, other footings, stem walls, retaining walls and all other concrete foundation elements. The wooden timber pilings shall remain in place and, where extending above the excavation subgrade, they shall be cut a minimum of 6 inches below that subgrade. Retain in place the project-north and project-west edges of the warehouse foundation until completion of the Phase 1 excavation of contaminated soil is complete as determined by Engineer. Remove all other aboveground and buried concrete structures (e.g., tank pads). Remove all ancillary metal components associated with the concrete foundations being removed. Remove all remnant structures from a pair of railroad spurs (metal rails, wooden railroad ties, and any underlying concrete). Load, transport, and properly recycle the removed inert debris (concrete, asphalt, and metal) at a facility permitted to recycle it. Dispose of the wooden railroad ties, and any other contaminated debris identified by Engineer, as Subtitle D material. As directed by the Engineer, excavate contaminated soil to depths generally less than 4 feet, but with localized depths as great as 7.5 feet below Existing Grade, and to achieve subgrade elevations where specified. Conduct the excavation of contaminated soil in three designated phases (Phase 1, Phase 2, Phase 3), with prioritization for completing Phase 1 excavation (including Engineer's performance monitoring) as expediently as possible. As directed by the Engineer, segregate the excavated contaminated soil into one of three waste streams: Class 2 soil, Class 3 soil, and Subtitle D soil each with specified requirements for landfill disposal. Contaminated Debris identified by Engineer shall also be disposed of at a Subtitle D landfill. Load, transport, and properly dispose each of the contaminated material waste streams at a landfill permitted to receive the material. Assist the Engineer with soil sampling in Phase 1 excavations and, based on testing results, excavate additional contaminated soils as directed by the Engineer. Remove inactive subsurface utilities to the extent necessary to complete the excavation of contaminated soils or as otherwise directed by Engineer. Cut, plug, remove, and dispose of buried pipes that are encountered during excavation. Throughout excavation, remove groundwater as necessary to allow excavation and handling of unsaturated soil and otherwise perform the Work. The Contractor is responsible for all dewatering efforts including providing and installing sumps, pumps, power source (e.g., electrical generators), treatment equipment, temporary storage, conveyance, and to operate the system without leakage. Treat the extracted groundwater, and any stormwater collecting within the stockpile area, to meet Project Water Quality Performance Standards specific to the water discharge method, and discharge the water by one of two methods: Convey it via water truck and discharge it to the Owner's pump station for the Aerated Stabilization Basin (ASB) located approximately 1,000 feet project-north of the Project Limits in accordance with the Owner's NPDES permit for that facility; or Discharge it to City of Bellingham storm drain via an existing buried stub[1]out near the project-northwest corner of the Project Limits in accordance with a NPDES Construction Stormwater General Permit with Project[1]specific Administrative Order (CSGWP) obtained by Owner. Upon execution of the Contract, the Owner will conduct complete transfer of the CSWGP with Administrative Order to the Contractor who will then become solely responsible for compliance with all of its requirements. Backfill and compact excavations with a combination of imported uncontaminated aggregate and crushed rock, as specified depending on location. Each bid must be accompanied by a cashiers check, money order, or an original signed and stamped surety bid bond in an amount not less than five percent (5%) of the total bid, made payable to the Port of Bellingham. The successful Contractor / Vendor will be required to comply with the bonding requirements of RCW 39.08.010. If a Payment and Performance Bond is used to fulfill this requirement, the successful Contractor / Vendor shall use owner provided Payment and Performance Bond form and shall execute and deliver to the Port of Bellingham the bond or other surety for one hundred percent (100%) of the bid amount for the entire project in compliance with RCW 39.08.010. The Contractor is also responsible for forwarding copies of Payment and Performance Bonds to all sub-contractors, suppliers and all other service providers as requested. The Payment and Performance Bond consists of the Payment and Performance Bond form provided in the Bid Solicitation Documents and a Power of Attorney of the Surety evidencing the authority of the signor of the bond. Both the Payment and Performance Bond and the Power of Attorney shall be submitted in a fully executed, original hard copy document. The Payment and Performance Bond shall have original signatures for the principal and surety and include the original surety seal. The Power of Attorney shall be an original document and include the original corporate seal of surety represented. Submission of copies will not be accepted. The Port of Bellingham reserves the right to reject any or all bids and to waive any irregularities or informalities. To register your company on the Plan Holders list, please contact Brian Wilson, Contracts Administrator by email at brianw@portofbellingham.com. All bids submitted shall be considered as valid offers for a period of forty-five (45) days from the date of the bid opening during which time the Port of Bellingham will make the award or return all bids.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Decking, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, Facility Fuel Piping, Facility Fuel-Storage Tanks, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents