DBEGoodFaith.com


Clark Public Utilities

Is seeking qualified DBE,MBE,WBE



Outreach Coordinator
Cathy Wannamaker

Telephone
(360) 992-8834

Fax
(360) 992-8524

Address
8600 NE 117th Ave.
Vancouver, WA 98662


Project Name
Woodin Creek - Site Prep 2017

Bid/Contract #
Woodin Creek - Site Prep 2017

Awarding Agency
Clark Public Utilities

Project Location
Vancouver, Clark County, WA

Bid Date
10/11/2017 at 02:00

Project Details
Woodin Creek – Perez/Viewcrest
Clark Public Utilities
Jeffrey Wittler
Environmental Resources
PO Box 8900
Vancouver, WA 98668
Phone: (360) 992-8577
jwittler@clarkpud.com

Issue date: October 4, 2017
Due Date: October 11, 2017 - 2:00 PM
Submit: Mailed or e-mailed submissions are accepted.

Inquiries: Questions pertaining to this project should be directed to Jeff Wittler @ jwittler@clarkpud.com no later than 10:00am on October 11, 2017.
I. Project Background
The successful vendor shall perform the required work for Clark Public Utilities at the following project location:
Woodin Creek – Viewcrest / Perez
Location - Approximately 1 mile south of Battle Ground, WA
Total acreage: approximately 26 acres

Project work will cover the following labor tasks:
• Mowing/mulching down treated blackberries and reed canary grass
• Spread seed (provided)
• Plant QC
• other landscape site prep activities

II. Statement of Needs
Provide labor to mow, weed wack and minor treating invasive weeds and reed canary grass over 26 acres. Mowers and brush cutters can be supplied by CPU. Perform plant QC and install temporary irrigation to 4 acres.
Project must be completed by October 25, 2017. Selected contractor must be able to start within 7 days of award.
JOB SITE NOTE - Should the contractor wish to examine the job site prospective contractor will need to contact Jeff Wittler, at 360-992-8577 or jwittler@clarkpud.com to schedule the site visit. Site is accessible with trucks and trailers.

III. Proposal Format/Submission Requirements
DESCRIPTION UNITS RATE


Labor Rate (per hour) HRS $


Supervisor Rate (per hour) HRS $


Proposals should include Contractor name, address and contact information.
Proposals should include the project location information as described in section I, date, the description of services to be provided and all associated costs.
Proposals should also include when Contractor would be available to start.
Proposals should be submitted to Jeff Wittler (jwittler@clarkpud.com) via email no later than 2:00 PM, Wednesday, October 11, 2017:
Project should be completed by October 25, 2017.
JOB SITE NOTE - Should the contractor wish to examine the job site prospective contractor will need to contact Jeff Wittler, at 360-992-8577 or jwittler@clarkpud.com to schedule the site visit. Site is accessible with trucks and trailers.
IV. Tools & Equipment
A. Clark can provide the following tools and equipment at no charge:
A.1 Field mowers – Orec Flail mowers; Billy Goat mowers
A.2 Brush cutters – Stihl FS250
A.3 Seeders
B. Contractor usage requires that each tool and piece of equipment be signed out by the Contractor. All checked out tools and equipment will be returned in good working order. If repairs are needed Clark will be the determinant whether damage was due to inappropriate use or general wear and tear. If general wear or tear Clark will be responsible for repairs or replacement. If damage deemed due to beyond normal wear and tear Contractor will be responsible for repair or replacement. In all cases Clark will be the determinant whether damaged tools or equipment should be repaired or replaced.
C. All provided tools will need to be secured in locked storage container located at the parking area provided by Clark.
D. Contractor is solely responsible for all safety requirements when using Clark’s tools and equipment. This includes any recommended safety training and PPE per operator manuals.
V. Other Requirements
The Contractor and any Subcontractors shall be bound by the provisions of Chapter 39.12 RCW, as amended, relating to prevailing wages. No worker, laborer, or mechanic employed in the performance of any part of this Contract shall be paid less than the "prevailing rate of wage" as determined by the Industrial Statistician of the Department of Labor and Industries. The schedule of the prevailing wage rates with an effective date of October 11, 2017 for Clark County where the Work will be performed as though fully set forth herein can be accessed at: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp
A hard copy is also available for viewing in the Clark Public Utilities Purchasing department, or will be mailed upon request.
The contractor and all sub-contractors, regardless of tier, must submit to the Utility, a "Statement of Intent to Pay Prevailing Wages" form certified by the Industrial Statistician before any payments on the contract can be made. Before the Utility can pay any retainage held during the contract, an "Affidavit of Wages Paid" form certified by the Industrial Statistician must be received by the Utility for the Contractor and all subcontractors regardless of tier.
If awarded, Contractor agrees to register under the Utilities Public Works, or Small Work Roster within (10) calendar days. All of this information can also be found by visiting our E-Bid site at https://www.ebidexchange.com/clarkpud.
No contract shall be made to parties listed on the General Services Administration’s List of parties Excluded from Federal or Non-procurement Programs in accordance with E.O.s 12549 and 12689 “Debarment and Suspension” (www.sam.gov). This list contains the names and parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority.
MINORITY-OWNED (MBE) / WOMEN-OWNED PARTICIPATION
This project has an undefined certified minority-owned (MBE) and women-owned (WBE) participation goal. Clark Public Utilities is an equal opportunity and affirmative action employer and encourages disadvantaged, minority, women-owned, small, and veteran owned firms to respond. Clark Public Utilities hereby notifies all prospective bidders that it will affirmatively ensure that in any contract entered into, pursuant to this invitation to quote will afford disadvantaged, minority, women-owned, small, and veteran owned firms the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. Persons with disabilities may request that this information be prepared and supplied in alternate forms by calling 360-992-8041.
Six Good Faith Efforts (40 CFR Part 33 Subpart C).
The contractor agrees to make the following good faith efforts whenever procuring subcontracts, equipment, services and supplies. The contractor shall retain records documenting compliance with the following six good faith efforts.
1. Ensuring Disadvantaged Business Enterprises are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing Disadvantaged Business Enterprises on solicitation lists and soliciting them whenever they are potential sources. Qualified Women and Minority business enterprises may be found on the Internet at www.omwbe.wa.gov or by contacting the Washington State Office of Minority and Women’s Enterprises at 360-664-9750.
2. Making information on forthcoming opportunities available to Disadvantaged Business Enterprises and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by Disadvantaged Business Enterprises in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of thirty (30) calendar days before the bid or proposal closing date.
3. Considering in the contracting process whether firms competing for large contracts could subcontract with Disadvantaged Business Enterprises. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by Disadvantaged Business Enterprises in the competitive process.
4. Encourage contracting with a consortium of Disadvantaged Business Enterprises when a contract is too large for one of these firms to handle individually.
5. Using services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.
6. If the prime contractor awards subcontracts, requiring the subcontractors to take the six good faith efforts in paragraphs 1 through 5 above. If the Contractor is utilizing subcontractors, then the Contractor shall solicit and recruit sub-bids, to the extent possible, from MBE and WBE subcontractors.
No contract award or rejection shall be made based on WBE or DBE participation, but all bidders must take the six (6) affirmative action steps listed above. Contractors must document compliance with the six (6) affirmative action steps. Before award of the Contract can be made, the Contractor shall submit written documentation to the Utility describing how the Contractor followed the affirmative action steps. Award shall only be made upon approval by the Utility of the Contractor’s effort to comply with the affirmative action steps. Failure by a Contractor to take the affirmative action steps will disqualify said Contractor from award consideration.

**PLEASE DOWNLOAD THE ATTACHED DOCUMENT TO VIEW COMPLETE RFP REQUIREMENTS

How to get in touch


Outreach Coordinator
Cathy Wannamaker

Telephone
(360) 992-8834

Fax
(360) 992-8524

Address
8600 NE 117th Ave.
Vancouver, WA 98662


Plans, specs, and other bid documents