CKTP Solid and Liquid Hauled Waste Upgrades Project BP#2 – All Work (Phase IIA)
-
Project
Central Kitsap Treatment Plant Solid and Liquid Hauled Waste Upgrades
-
Client
Kitsap County
-
Location
Poulsbo, WA
-
Bids Due
Tuesday 12/16/2025 2 pm (PST)
- Bid Documents
-
Hoffman Construction Company of Washington has been selected as the Construction Manager At-Risk (“CMAR” or “Contractor”) for the CKTP Solid and Liquid Hauled Waste Upgrades Project (“Project”) being performed for Kitsap County (“Owner”). We invite you to submit a Sub-bid proposal and/or Material Quotation in your area of expertise and in accordance with the terms of this Request for Proposals (“RFP”). We are an equal opportunity employer and request bids from all interested firms including disadvantaged, minority, women, disabled veterans and emerging small business enterprises. Visit our website (www.hoffmancorp.com/trade-partners) for other Subcontracting Opportunities.
BIDDING INFORMATION:
NOTE – We are only bidding Bid Item #2K – Plumbing, HVAC & BMS and Bid Item #2P – Process Pipe on December 16, 2025. All other items in the package have been bid.
Bidders must be properly licensed with Washington’s Department of Labor and Industries at the time of bid.
This is a prevailing wage project. Bidders must comply with Federal Prevailing Wage Requirements (Davis-Bacon Act and Relate Acts) which requires that all laborers and mechanics employed by contractors and subcontractors performing on contracts funded in whole or in part by SRF appropriations in excess of $2000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, as determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area, and the requirements of the prevailing wage law in RCW Title 39 Public Contracts and Indebtedness and RCW Title 49 Labor Regulations. Workers must be paid not less than the higher of either Federal Davis-Bacon Rates (Decision Number WA20240109-1) or Washington State Prevailing Wage Rates for Public Works Contracts in Kitsap County effective date shall be the same as the MACC date of this project (MACC is estimated to be completed in December 2025). A copy of the applicable prevailing wage rates is available for viewing at Contractor’s office and from the following URL: https://secure.lni.wa.gov/wagelookup/Funding and Subcontract Requirements: The Project is anticipated to be funded through a combination of low interest State Revolving Funds (SRF), , Defense Community Infrastructure Program (DCIP) funding that requires Build America, Buy America (BABA) and American Iron and Steel (AIS) funding compliance. Subcontractor is aware of these funding requirements and has included those impacts to the construction cost and/or schedule. Subcontractors should be aware that DCIP funding will require accounting requirements specific to Digester A and Building 680 as well as BABA documentation as requested. It is anticipated that this project will be funded in part by the Washington State Department Of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, part to this contract or any other subcontract. Small Business Entities (SBE), and Disadvantaged (DBE), Minority, or Women’s Business Enterprises (M/WBE) Goals: Owner and the Contractor have established an aspirational goal of 15% of construction work be performed by SBE/DBE/MWBE firms.
All bids must be submitted pursuant to the instructions below. It is the Subcontractor’s/Vendor’s sole responsibility to ensure that the bid is delivered in the manner required by the RFP by the due date and time. CMAR (or “Contractor”) has the right to reject any bid not properly delivered.
A BID BOND in the form of a surety bond, cashier’s check or certified check in an amount equal to five percent (5%) of the bid must be attached to bids in excess of three hundred thousand dollars ($300,000). BID BOND shall be payable to Hoffman Construction Company of Washington. Bond may be emailed providing the original Bid Bond is delivered no later than the next business day. Failure to provide BID BOND with bid shall render bid non-responsive.
BIDDERS MUST UTILIZE THE SPECIFIED PROPOSAL FORM and be submitted as a single file (less than 10MB) to BIDS@hoffmancorp.com, no later than 2:00 p.m., December 16, 2025. A completed Subcontractor/Vendor Questionnaire including latest year-end safety and financial information must accompany the bid unless previously submitted. Questionnaire can be found at https://www.hoffmancorp.com/trade-partners/#prequalification and may be attached as a separate file or submitted separately. The inclusion of non-essential information e.g. marketing/promotional material, safety manuals, resumes, etc. is strongly discouraged. Bids that are materially incomplete, do not include current Questionnaire with latest year-end safety and financial information (unless previously submitted), are directed to other locations or received after the bid deadline will not be considered.
Bids must be complete and clearly labeled: “Bid Package: #2 – All Work (Phase IIA), CKTP Solid and Liquid Hauled Waste Upgrades Project” and include Bidder’s name and address. There will be a public opening of bids. Bids will be opened in the presence of the Owner’s Representative at 2:30 p.m. via Microsoft Teams on November 25, 2025. You main join utilizing the following link. The names of all bidders, bid amounts, and addenda acknowledged will be announced.
Join on your computer, mobile app or room device
Meeting ID: 270 288 148 818 8
Passcode: gS6oB9LR
Dial in by phone
+1 971-337-2364, United States, Portland
Phone conference ID: 893 785 774#
Pre-Bid Information
Location
12351 Brownsville Hwy NE
Poulsbo, WA 98370
Bid Information
Contact
John Hamilton
John-Hamilton@hoffmancorp.com