BIORETENTION FACILITY MAINTENANCE PROGRAM

Agency: County of Clark
State: Washington
Type of Government: State & Local
NAICS Category:
  • 561210 - Facilities Support Services
Posted Date: Apr 17, 2024
Due Date: May 8, 2024
Solicitation No: RFP Number: 891
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
BIORETENTION FACILITY MAINTENANCE PROGRAM
RFP Number: 891
It is the responsibility of the proposer to monitor this site prior to proposal submission, in case additional information, which may be pertinent to the proposal is provided.
General Information:

Clark County is seeking proposals to develop an ongoing maintenance program for county-owned curbside bioretention facilities.

Release Date: Wednesday, April 17, 2024
Closing Date: Wednesday, May 8, 2024
Pre-Bid Conference:

A Pre-Submittal Meeting is scheduled Wednesday, April 24, 2024 at 3:00 pm via Microsoft Teams. Proposers interested in attending shall email the Project Manager at Jeff.Schnabel@clark.wa.gov to request the meeting invitation.

Attachments:

Attachment Preview

REQUEST for PROPOSAL #891
PROFESSIONAL, TECHNICAL AND EXPERT SERVICES
Clark County Washington
RELEASE DATE: WEDNESDAY, APRIL 17, 2024
DUE DATE: WEDNESDAY, MAY 8, 2024 by 1:30 pm
Request for Proposal for:
BIORETENTION FACILITY MAINTENANCE PROGRAM
SUBMIT:
One (1) Original of the Proposal to:
Shipping Method of your Choice or Hand Delivery
Clark County
ATTN: Office of Purchasing
1300 Franklin Street, 6th Floor, Suite 650
Vancouver WA 98660
564-397-2323
United States Postal Service
Clark County
ATTN: Office of Purchasing
PO Box 5000
Vancouver WA 98666-5000
564-397-2323
Office Hours: 8:00 am – 3:00 pm, Monday – Friday, except Legal Holidays.
No electronic submissions.
**Proposals must be delivered to the Purchasing office – No Exceptions
**Proposals must be date and time stamped by Purchasing staff by 1:30 pm on due date.
**Proposal shall be sealed and clearly marked on the package cover with RFP #, Title & Company Name
Refer Questions to Project Manager:
Jeff Schnabel
Public Works | Stormwater Infrastructure Manager
Jeff.Schnabel@clark.wa.gov
564-397-4583
General Terms and Conditions
ADMINISTRATIVE REQUIREMENTS - Contractors shall comply with all management and
administrative requirements established by Washington Administrative Code (WAC), the
Revised Code of the State of Washington (RCW), and any subsequent amendments or
modifications, as applicable to providers licensed in the State of Washington.
ALL proposals submitted become the property of Clark County. It is understood and agreed
that the prospective Proposer claims no proprietary rights to the ideas and written materials
contained in or attached to the proposal submitted. Clark County has the right to reject or
accept proprietary information.
AUTHORSHIP - Applicants must identify any assistance provided by agencies or indivi-
duals outside the proposers own organization in preparing the proposal. No contingent
fees for such assistance will be allowed to be paid under any contract resulting from this
RFP.
independently, without consultation, communication, or agreement for the purpose of
restricting competition. This does not preclude or impede the formation of a consortium
of companies and/or agencies for purposes of engaging in jointly sponsored proposals.
INTERLOCAL AGREEMENT - Clark County has made this RFP subject to Washington
State statute RCW 39.34. Therefore, the proposer may, at the proposers option, extend
identical prices and services to other public agencies wishing to participate in this RFP.
Each public agency wishing to utilize this RFP will issue a purchase order (or contract)
binding only their agency. Each contract is between the proposer and the individual agency
with no liability to Clark County.
LIMITATION - This RFP does not commit Clark County to award a contract, to pay any
costs incurred in the preparation of a response to this RFP, or to procure or contract for
services or supplies.
CANCELLATION OF AWARD - Clark County reserves the right to immediately cancel an
award if the contractual agreement has not been entered into by both parties or if new state
regulations or policy make it necessary to change the program purpose or content,
discontinue such programs, or impose funding reductions. In those cases where
negotiation of contract activities are necessary, Clark County reserves the right to limit the
period of negotiation to sixty (60) days after which time funds may be unencumbered.
CONFIDENTIALLY - Proposer shall comply with all applicable state and federal laws
governing the confidentiality of information.
CONFLICT OF INTEREST - All proposals submitted must contain a statement disclosing
or denying any interest, financial or otherwise, that any employee or official of Clark County
or the appropriate Advisory Board may have in the proposing agency or proposed project.
CONSORTIUM OF AGENCIES - Any consortium of companies or agencies submitting a
proposal must certify that each company or agency of the consortium can meet the
requirements set forth in the RFP.
COST OF PROPOSAL & AWARD - The contract award will not be final until Clark County
and the prospective contractor have executed a contractual agreement. The contractual
agreement consists of the following parts: (a) the basic provisions and general terms and
conditions, (b) the special terms and conditions, (c) the project description and goals
(Statement of Work), and (d) the budget and payment terms. Clark County is not
responsible for any costs incurred prior to the effective date of the contract. Clark County
reserves the right to make an award without further negotiation of the proposal submitted.
Therefore, the proposal should be submitted in final form from a budgetary, technical, and
programmatic standpoint.
DISPUTES - Clark County encourages the use of informal resolution to address complaints
or disputes arising over any actions in implementing the provisions of this RFP. Written
complaints should be addressed to Clark County – Purchasing, P.O. Box 5000, Vancouver,
Washington 98666-5000.
DIVERSITY IN EMPLOYMENT AND CONTRACTING REQUIREMENTS - It is the
policy of Clark County to require equal opportunity in employment and services subject
to eligibility standards that may be required for a specific program. Clark County is an
equal opportunity employer and is committed to providing equal opportunity in
employment and in access to the provision of all county services. Clark County's Equal
Employment
Opportunity
Plan
is
available
at
http://www.clark.wa.gov/hr/documents.html. This commitment applies regardless of
race, color, religion, creed, sex, marital status, national origin, disability, age, veteran
status, on-the-job injury, or sexual orientation. Employment decisions are made without
consideration of these or any other factors that are prohibited by law. In compliance with
department of Labor Regulations implementing Section 504 of the rehabilitation Act of
1973, as amended, no qualified handicapped individual shall be discriminated against
in admission or access to any program or activity. The prospective contractor must agree
to provide equal opportunity in the administration of the contract, and its subcontracts or
other agreements.
MUNICIPAL RESEARCH and SERVICE CENTER - Clark County (WA) contracts with
the Municipal Research and Service Center (MRSC) to maintain our Consultant, Small
Works and Vendor rosters. To be eligible to participate in this Clark County public
solicitation and the resulting contract, your business must be registered with the MRSC
Rosters. Failure to register may result in your proposal being marked nonresponsive.
Be sure to select Clark County in your application. If you have questions about the
registration process, contact the MRSC Rosters at 206-436-3798 or
https://mrscrosters.org/businesses/business-membership/
LATE PROPOSALS - A proposal received after the date and time indicated above will not
be accepted. No exceptions will be made.
ORAL PRESENTATIONS - An oral presentation may be required of those prospective
contractors whose proposals are under consideration. Prospective contractors may be
informed that an oral presentation is desired and will be notified of the date, time and
location the oral presentation is to be conducted.
OTHER AUDIT/MONITORING REQUIREMENTS - In addition, auditing or monitoring for
the following purposes will be conducted at the discretion of Clark County: Fund
accountability; Contract compliance; and Program performance.
PRICE WARRANT - The proposer shall warrant that the costs quoted for services in
response to the RFP are not in excess of those which would be charged any other individual
or entity for the same services performed by the prospective contractor, in a similar
socioeconomic, geographical region.
PROTESTS - Must be submitted to the Purchasing Department.
PUBLIC SAFETY - May require limiting access to public work sites, public facilities, and
public offices, sometimes without advance notice. The successful Proposer’s employees
and agents shall carry sufficient identification to show by whom they are employed and
display it upon request to security personnel. County project managers have discretion
to require the successful Proposer’s employees and agents to be escorted to and from
any public office, facility or work site if national or local security appears to require it.
ACCEPTANCE or REJECTION OF PROPOSALS - Clark County reserves the right to
accept or reject any or all proposals received as a result of this RFP, to negotiate with any
or all prospective contractors on modifications to proposals, to waive formalities, to
postpone award, or to cancel in part or in its entirety this RFP if it is in the best interest of
Clark County to do so.
SUBCONTRACTING - No activities or services included as a part of this proposal may
be subcontracted to another organization, firm, or individual without the approval of
Clark County. Such intent to subcontract shall be clearly identified in the proposal. It is
understood that the contractor is held responsible for the satisfactory accomplishment
of the service or activities included in a subcontract.
VERBAL PROPOSALS - Verbal proposals will not be considered in making the award of
any contract as a result of this RFP.
WORKERS COMPENSATION INSURANCE – The contractor shall comply with R.C.W.
Title 51- with minimum coverage limits of $500,000 for each accident, or provide
evidence that State law does not require such coverage.
FOR ALTERNATIVE FORMATS
Clark County ADA Office: V: 564-397-2322
ADA@clark.wa.gov
INDEPENDENT PRICE DETERMINATION - The prospective contractor guarantees that,
in connection with this proposal, the prices and/or cost data have been arrived at
Request for Proposals
Table of Contents
PART I
PART II
PROPOSAL REQUIREMENTS
Section IA: General Information
1. Introduction
2. Background
3. Scope of Project
4. Project Funding
5. Title VI Statement
6. Timeline for Selection
7. Employment Verification
Section IB: Work Requirements
1. Required Services
2. County Performed Work
3. Deliverables and Schedule
4. Place of Performance
5. Period of Performance
6. Prevailing Wage
7. Debarred / Suspended
8. Americans with Disabilities Act (ADA) Information
9. Public Disclosure
10. Insurance/Bond
11. Plan Holders List
PROPOSAL PREPARATION AND SUBMITTAL
Section IIA: Pre-Submittal Meeting/Clarification
1. Pre-Submittal Meeting
2. Proposal Clarification
Section IIB: Proposal Submission
1. Proposals Due
2. Proposal
Section IIC: Proposal Content
1. Cover Sheet
2. Project Team
3. Management Approach
4. Respondent’s Capabilities
5. Project Approach and Understanding
6. Proposed Cost
PART III
PROPOSAL EVALUATION & CONTRACT AWARD
Section IIIA: Proposal Review and Selection
1. Evaluation and Selection
2. Evaluation Criteria Scoring
Section IIIB: Contract Award
1. Consultant Selection
2. Contract Development
3. Award Review
4. Orientation/Kick-off Meeting
ATTACHMENTS
A: Proposal Cover Sheet
B: Letter of Interest
C: Certification Regarding Debarment, Suspension and Other Responsibility Matters Form
D: Example Photos
Request for Proposal #891
Bioretention Facility Maintenance Program
Part I
Proposal Requirements
Section IA
1. Introduction
General Information
Clark County is seeking proposals to develop an ongoing maintenance program for county-
owned curbside bioretention facilities. The maintenance program developed under the
contract for this RFP will be used as specifications in a Invitation to Bid package soliciting
contractors to perform future bioretention maintenance for Clark County.
Bioretention facilities are commonly used to treat and infiltrate stormwater in Clark County and
are among the recommended best management practices in the Clark County Stormwater
Manual (CCSM). The CCSM is approved by the state Department of Ecology as equivalent to
the Western Washington Stormwater Manual.
Clark County’s National Pollutant Discharge Elimination System (NPDES) Phase 1 Municipal
Stormwater Permit requires the county to perform stormwater infrastructure maintenance
sufficient to comply with the standards listed in the CCSM.
Proposers are requested to provide their creative approaches to developing a comprehensive
maintenance program addressing a range of existing bioretention facility condition and future
maintenance needs.
Clark County (WA) contracts with the Municipal Research and Service Center (MRSC) to
maintain our Consultant, Small Works and Vendor Rosters. To be eligible to participate in this
Clark County public solicitation and the resulting contract your business must be registered
with the MRSC Rosters. Failure to register may result in your proposal being marked
nonresponsive. Be sure to select Clark County in your application. If you have questions
about the registration process, contact the MRSC Rosters at 206-436-3798 or
https://mrscrosters.org/businesses/business-membership/
If your company contact details are not on the Plan Holder List at
https://clark.wa.gov/internal-services/request-proposal-1
Attachment B, Letter of Interest must be submitted to participate in this RFP.
Proposers shall respond to all sections to be considered.
Clark County has made this Request for Proposal subject to Washington State statute RCW
39.34 Interlocal Cooperation Act. The proposer may opt to extend identical services and prices
to qualified public agencies. Each contract is between the proposer and individual agency
binding only their agency, with no liability to Clark County.
2. Background
Clark County currently owns and maintains approximately 600 curbside bioretention facilities,
with additional facilities constructed annually by private development and as part of county road
projects. Approximately half of facilities constructed by private development are ultimately
donated to Clark County for ongoing ownership and maintenance.
Effective bioretention maintenance involves a specialized and different set of tasks from those
typically performed by the county’s internal maintenance crews. To address this need and
promote more efficient overall maintenance efforts, the county seeks to leverage assistance
from contracted services to address future routine maintenance needs specifically for
bioretention facilities.
Beyond routine maintenance, the county has also identified a one-time need to refurbish a
significant number of bioretention cells (~150) due to failed vegetation. In many cases these
facilities were inherited from private developers in poor condition, and the county is responsible
for refurbishing the facilities to meet their intended level of function.
Request for Proposal #891
Bioretention Facility Maintenance Program
Overall, vegetation in existing bioretention facilities ranges in condition from established and fully
functional to significantly diminished or absent. The county seeks proposals for how to address
several general categories of current condition as described in Section 3 below.
3. Scope of Project
The county seeks proposals to develop a comprehensive maintenance program addressing a
range of identified bioretention maintenance needs, grouped into the following categories:
1. Full Re-Build or Conversion
Bioretention facilities in this category have little to no vegetation, and/or limited treatment
capacity due to compaction, erosion or other issues. The maintenance program will
include an approach to rebuilding and/or converting these facilities sufficient to bring
them into compliance with CCSM maintenance requirements and provide the county
with a low-maintenance solution for future management of these facilities.
Facilities in this category include the need for remove/replace of existing bioretention
soils, plant material, and mulch. Proposers should include considerations and
expectations for new plant establishment.
Proposers are encouraged to consider the use of alternative best management
practices such as BMP T5.21 Infiltration Swale from Volume V of the draft Stormwater
Management Manual for Western Washington.
2. Sparse Vegetation Needs Upgrading
Bioretention facilities in this category have limited vegetation insufficient to provide full
ground cover, effective weed suppression, or reasonable visual appeal. The
maintenance program will include an approach to rehabilitating these facilities that
retains existing viable vegetation and upgrades/expands the overall amount of
vegetation to enhance facility function and appearance.
Proposers should include considerations and expectations for new plant
establishment.
3. Well-Established/Ongoing Long-Term Maintenance Program
Bioretention facilities in this category currently have sufficient, well-established
vegetation and are functioning in compliance with CCSM requirements. The
maintenance program will include an approach to ongoing maintenance sufficient to
keep facilities in compliance with the CCSM and provide an acceptable level of aesthetic
appeal for county residents.
These categories are illustrative of what the county expects to see included in the maintenance
program to be developed by the selected proposer. The selected proposer may provide
additional categories or identify additional needs based on their expertise and experience.
Specific scope of maintenance plan provisions will be negotiated during contract development.
Proposals are not required to include detailed planting plans or plant lists. However, the
proposals should demonstrate an understanding of and compliance with CCSM design and
maintenance requirements for BMP T7.30 Bioretention and/or any alternative BMPs such as
T5.21 Infiltration Swale that may be included in the maintenance program.
Example photos representing facilities in the three condition categories are included in
Attachment D.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow USCG STA PORT ANGELES (45749) OPEN AND INSPECT FY24 DD REPAIR Active

HOMELAND SECURITY, DEPARTMENT OF

Bid Due: 5/21/2024

Crane Rail Survey Active Contract Opportunity N4523A24Q4037 Related Notice Contract Line Item Number

Federal Agency

Follow Mt. Adams HVAC Replacement Active Contract Opportunity Notice ID 1240BH24Q0010 Related Notice

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/13/2024

Follow Maintenance, Repair, and Preservation of RCD Barge 40 Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 5/15/2024