Details

Posted 02/12/2026
Ends 02/19/2026

CALL FOR BIDS WALLACE HEIGHTS PHASE 1 SEPTIC ELIMINATION PROGRAM Project No. 23-2023-0004 NOTICE IS HEREBY GIVEN that sealed bids will be accepted by Clark Regional Wastewater District until 10:00 A.M., P.S.T. on TUESDAY, MARCH 10, 2026 for the WALLACE HEIGHTS PHASE 1; a SEPTIC ELIMINATION PROGRAM project, Project No. 23-2023-0004; and then publicly opened and read via a live Go-To-Meeting link at 11:00 A.M. on TUESDAY, MARCH 10, 2026. Please join from your computer, tablet or smartphone at https://meet.goto.com/394534373. You can also dial in using your phone at 872-240-3212, Access Code: 394-534-373. PROJECT SPECIFIC DESCRIPTION This work consists of the construction of approximately 2,300 lineal feet of 8-inch sanitary sewer mainline, approximately 840 lineal feet of 4-inch and 6-inch sanitary sewer laterals, installation of associated manholes, 560 tons of asphalt concrete trench patch, 4,500 square yards of pavement milling, 770 tons of asphalt concrete paving and related work for the Clark Regional Wastewater District and Clark County, all in accordance with the Contract Plans and Contract Provisions. CONTRACT PROVISIONS, PLANS, AND BID PROPOSAL forms may be obtained by going to the Districts procurement portal https://mrscrosters.bonfirehub.com. Free vendor registration is required to use this platform. The Board of Sewer Commissioners reserves the right to waive informalities in the bidding, accept a proposal of the lowest responsible bidder, reject any or all bids, republish the call for bids, revise or cancel the work, or require the work to be done in another way if the best interest of the District is served. A bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the Supplemental Criteria described in Section 1-02.14 of the Special Provisions. Bids MUST be received through the Districts procurement portal at https://mrscrosters.bonfirehub.com or at the District office at 8000 NE 52nd Court, Vancouver WA 98665. All Bids must be accompanied by a bid deposit in the form of a surety Bid Bond, certified check, cashiers check, or cash in an amount equal to five percent (5%) of the amount of such proposal on or before the bid deadline provided above. The Bidder shall submit a PDF copy of the Bid Bond and provide original bid bond upon request from the District. An attorney-in-fact who signs the Bid Bond must file with each bond a certified and effectively dated copy of their Power of Attorney. If the Bidder cannot provide a Bid Bond, a certified check, cashiers check, or cash may be provided. The certified check, cashiers check, or cash must be delivered in a sealed envelope marked with the Bid Name and Number and be received at the District office prior to the bid deadline provided above. Should the successful bidder fail to enter into such contract and furnish a satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the District. Technical questions regarding this project shall be submitted via the Districts procurement portal. For bidding or contract related questions regarding this project, or if assistance is needed with access to or registration at the Districts procurement portal, please contact Trish Peters at (360) 719-1683 or tpeters@crwwd.com. All contractors must be licensed in the State of Washington to conduct business. This project is partially funded through the Washington State Department of Commerce with state funding and expected federal funding through the Environmental Protection Agency. MBE/WBE firms are encouraged to submit bids. Bidders must comply with the following: the Presidents Executive Order # 11246 prohibiting discrimination in employment regarding race, color, creed, sex, or national origin; the Presidents Executive Orders # 12138 and 11625 regarding utilization of MBE/WBE firms; the Civil Rights Act of 1964; the Davis-Bacon Act; and Section 436 of P. L. 113-76, American Iron and Steel and Build America Buy America (BABA) provisions. Bidders must certify that they do not or will not maintain or provide for their employees any facilities that are segregated on the basis of race, color, creed, or national origin. All work performed on the project will be subject to the higher of the prevailing state or federal wage rates. The District is an Equal Opportunity and Affirmative Action Employer. Feb. 12, 19 - 1080040

Posted 02/12/2026
Ends 02/19/2026

CALL FOR BIDS WALLACE HEIGHTS PHASE 1 SEPTIC ELIMINATION PROGRAM Project No. 23-2023-0004 NOTICE IS HEREBY GIVEN that sealed bids will be accepted by Clark Regional Wastewater District until 10:00 A.M., P.S.T. on TUESDAY, MARCH 10, 2026 for the WALLACE HEIGHTS PHASE 1; a SEPTIC ELIMINATION PROGRAM project, Project No. 23-2023-0004; and then publicly opened and read via a live Go-To-Meeting link at 11:00 A.M. on TUESDAY, MARCH 10, 2026. Please join from your computer, tablet or smartphone at https://meet.goto.com/394534373. You can also dial in using your phone at 872-240-3212, Access Code: 394-534-373. PROJECT SPECIFIC DESCRIPTION This work consists of the construction of approximately 2,300 lineal feet of 8-inch sanitary sewer mainline, approximately 840 lineal feet of 4-inch and 6-inch sanitary sewer laterals, installation of associated manholes, 560 tons of asphalt concrete trench patch, 4,500 square yards of pavement milling, 770 tons of asphalt concrete paving and related work for the Clark Regional Wastewater District and Clark County, all in accordance with the Contract Plans and Contract Provisions. CONTRACT PROVISIONS, PLANS, AND BID PROPOSAL forms may be obtained by going to the Districts procurement portal https://mrscrosters.bonfirehub.com. Free vendor registration is required to use this platform. The Board of Sewer Commissioners reserves the right to waive informalities in the bidding, accept a proposal of the lowest responsible bidder, reject any or all bids, republish the call for bids, revise or cancel the work, or require the work to be done in another way if the best interest of the District is served. A bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the Supplemental Criteria described in Section 1-02.14 of the Special Provisions. Bids MUST be received through the Districts procurement portal at https://mrscrosters.bonfirehub.com or at the District office at 8000 NE 52nd Court, Vancouver WA 98665. All Bids must be accompanied by a bid deposit in the form of a surety Bid Bond, certified check, cashiers check, or cash in an amount equal to five percent (5%) of the amount of such proposal on or before the bid deadline provided above. The Bidder shall submit a PDF copy of the Bid Bond and provide original bid bond upon request from the District. An attorney-in-fact who signs the Bid Bond must file with each bond a certified and effectively dated copy of their Power of Attorney. If the Bidder cannot provide a Bid Bond, a certified check, cashiers check, or cash may be provided. The certified check, cashiers check, or cash must be delivered in a sealed envelope marked with the Bid Name and Number and be received at the District office prior to the bid deadline provided above. Should the successful bidder fail to enter into such contract and furnish a satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the District. Technical questions regarding this project shall be submitted via the Districts procurement portal. For bidding or contract related questions regarding this project, or if assistance is needed with access to or registration at the Districts procurement portal, please contact Trish Peters at (360) 719-1683 or tpeters@crwwd.com. All contractors must be licensed in the State of Washington to conduct business. This project is partially funded through the Washington State Department of Commerce with state funding and expected federal funding through the Environmental Protection Agency. MBE/WBE firms are encouraged to submit bids. Bidders must comply with the following: the Presidents Executive Order # 11246 prohibiting discrimination in employment regarding race, color, creed, sex, or national origin; the Presidents Executive Orders # 12138 and 11625 regarding utilization of MBE/WBE firms; the Civil Rights Act of 1964; the Davis-Bacon Act; and Section 436 of P. L. 113-76, American Iron and Steel and Build America Buy America (BABA) provisions. Bidders must certify that they do not or will not maintain or provide for their employees any facilities that are segregated on the basis of race, color, creed, or national origin. All work performed on the project will be subject to the higher of the prevailing state or federal wage rates. The District is an Equal Opportunity and Affirmative Action Employer. Feb. 12, 19 - 1080040