Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Wildlife Resources INVITATION FOR BIDS Antelope Flat Lop and Scatter SOLICITATION #JH20-111 Pursuant to the Utah Procurement Code, participation on this solicitation is limited to prequalified contractors only. Bids or quotes submitted by a non-prequalified contractor will not be considered. If you are not on the current Pre-approved/Pre-qualified Vendor list for the State of Utah, please do not submit a bid. This Invitation for Bids "IFB" is issued in accordance with State of Utah Procurement Code and the Utah Administrative Code. If any provision of this IFB conflicts with the Utah Procurement Code or the Utah Administrative Code, then Utah Procurement Code and then Utah Administrative Code will take precedence. Purpose of this Solicitation The purpose of this IFB is to enter into a contract with the lowest responsive and responsible bidder to provide: sage-grouse habitat maintenance by chainsaw hand crew lop and scatter removal of standing live pinyon and juniper. This task order includes the Contractor to furnish labor, equipment, supervision, transportation, operating supplies, and associated incidentals. Project area totals approximately 1,430 acres as identified on attached site map. Closing date and time The closing date and time for this sourcing event is 19 March 2020 at 2 p.m. Mountain Time. If your time is different from that shown, your profile may be set to a different time zone. Please see the attachment titled "Changing Your Time Zone" in the Buyer Attachments section for directions on how to update your profile. It is your responsibility to make sure you submit your response by the date and time indicated above. Bid Openings The bid opening for this solicitation will NOT take place in person. âUnofficial Resultsâ will be posted to the solicitation in SciQuest after the solicitation has closed. The Unofficial Results DO NOT constitute an award for the bid. Unofficial Results are being uploaded online in order to promote fairness to all vendors, regardless of physical geographic location. Location and Description: Contract work is located on Antelope Flat in Daggett County, Utah and is approximately 7 miles west of Dutch John, Utah. The project area totals 1,430 acres. The work location is shown on the site map, and sits at an average elevation range from 6,000 to 7,200. The 1,430 acres to be treated is generally low to moderate density pinyon pine and juniper encroachment. Diameter: Pinyon/Juniper ranges 4-10 inches. Access to the site: Access onto the project site is provided by a combination of paved highways, and Forest dirt surface roads and jeep trails. Four (4) wheel drive vehicles are recommended in and around the project area. It will be the contractorâs responsibility to get the equipment to the work site Acreage: 1,430 acres +/- dependent upon bids and budget constraints. Specific Tasks: Work Limits: Only areas shown on the Project Map will be treated. The project areas are identified with GPS unit. It will be the contractorâs responsibility to provide a GPS that is capable of loading project areas from a computer. Government staff will identify unit boundaries (maps, shapefiles) for the work executed under the contract. The Contractor shall immediately upon entering the project area, begin work, locate control points, section corners, and take such action to prevent their destruction. Treatment Methods and Specifications: Lop & Scatter: Standard lop and scatter techniques will be used to treat tree vegetation in designated treatment polygons that have a combined total acreage of 1,430 acres. The area within each of the project polygons will be treated by hand cutting crews utilizing chainsaws, brush saws, or similar hand tools. Conifer treatment will consist mostly of Utah and Rocky Mountain juniper and pinyon pine. Cutting in each polygon will comply with the following specifications: Cut and fell all live and dead conifer trees (see exception next bullet) Abandoned Camp Ground exception: This polygon is designated to cut and fell standing live, dead and dying landscape trees only (most are Russian Olive, but some may be alder, ash, locust, or cottonwood). Any trees in this polygon that have fallen over on their own also need to be bucked up to meet the length and height of slash above the ground as the rest of the materials. All trees will be completely severed from the stump and no limbs will remain attached to the stump. Standing stump height shall not exceed 6 inches on the uphill side. Trees must be hand-cut using chainsaws and/or similar hand tools to small lengths and scattered at the treatment sites. Remaining limbs, trunks slash, and other cut materials must be reduced to not exceed 24 inches in ground height and scattered with minimum piling on the landscape. Slash and debris should be scattered in a perpendicular or cross-wise orientation to the terrain slope-line direction. All slash material greater than 3 inches in diameter will be bucked into lengths no greater than 2 feet and scattered in areas of maximum sunlight. Slash will not be placed in intermittent/ephemeral channels to avoid debris jams in large flow events. Live browse species, shall not be cut or damaged. Established roads and trails shall be used whenever possible to minimize damage to patches of sagebrush and other browse plants. Trees identified as bearing trees, or any tree blazed or tagged to mark the line of any Government survey, shall not be cut or destroyed under penalty of the law. Trees with reference tags will be left uncut. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: All specified trees within the designated treatment area are to be removed utilizing hand crew chain or similar brush saws. Transportation, tools, fuel, safety instruction/support, GPS instruments, and associated equipment and materials will be provided by the Contractor within the bid price. GOVERNMENT FURNISHED PROPERTY: No Government property shall be furnished on this project. This contract will result in one purchase order contract award to the lowest cost responsive and responsible bidder. Length of the Contract Project Performance Time: The contractor is expected to be on site and begin work between 1 May 2020 and 7 May 2020. All work must be completed before 15 June 2020. This contract time cannot be extended due to State of Utah fiscal procedures Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number The State of Utah Division of Purchasing is the issuing procurement unit and State of Utah Division of Wildlife Resources is the conducting procurement unit for this IFB (referred to as âthe Stateâ). The reference number for this IFB is Solicitation #JH20-111. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Additional Information: Site Visits: There will not be a site visit for this project. While there is not going to be an official site tour for this project, it is strongly recommended that each potential bidder inspect the site where the services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall a failure to inspect the site, constitute grounds for a claim after contract award. Any and all questions regarding the project and site will be submitted on SciQuest. No questions regarding this solicitation will be answered outside of SciQuest. Location and Description: Work under this Contract is located Antelope Flat in Daggett County, Utah approximately 7 miles west of Dutch John. The treatment areas includes several individual polygons with three type classifications, totaling 1,430 acres as shown on the attached site map. Shape Files: Maps and shape files are attached in the Buyer Attachments Section of this solicitation. If bidder needs additional maps/files, please specify type in the Q&A Section of this solicitation. Under no circumstances shall the shape/KLM or pdf map files be considered part of the contractual document. They will be provided for informational purposes only. Any .pdf files provided in this bid document, and the actual physical site location shall govern any contractual interpretation or dispute related to this project. Bidders are prohibited from communications regarding this IFB with the conducting procurement unit staff, evaluation committee members, or other associated individuals EXCEPT the State of Utah Division of Purchasing procurement officer overseeing this IFB. Wherever in this IFB an item is defined by using a trade name, brand name, or a manufacturer and/or model number, it is intended that the words, âor equivalentâ apply; and invites the submission of equivalent products by the Bidders. Bidders may be required to submit product samples to assist the chief procurement officer or head of a procurement unit with independent procurement authority in evaluating whether a procurement item meets the specifications and other requirements set forth in the invitation to bid. Product samples must be furnished free of charge unless otherwise stated in the invitation for bids, and if not destroyed by testing, will upon written request within any deadline stated in the invitation for bids, be returned at the bidder's expense. Samples must be labeled or otherwise identified as specified in the invitation for bids by the procurement unit. Evaluation of Bids Each bid received shall be evaluated for responsiveness in as outlined in the Utah Procurement Code. This IFB shall be evaluated by the objective criteria described in this IFB. Bids submitted must comply with the prerequisites and questions sections of this IFB. Any bid that does not comply with the prerequisite and questions sections will be deemed non-responsive and will be rejected. Multiple or alternate bids will not be accepted, unless otherwise specifically required or allowed in the invitation for bids. If a bidder submits multiple or alternate bids that are not requested in this IFB, the chief procurement officer or head of a procurement unit with independent procurement authority will only accept the bidder's primary bid and will not accept any other bids constituting multiple or alternate bids. Any exceptions to the content of this IFB, including the prerequisites, must be protested in writing to the Division of Purchasing prior to the closing date. To be responsive and responsible Bidders must review and respond to the following sections of this IFB: Prerequisites, Buyer Attachments, Questions, and Items. The Prerequisites Section contains the objective criteria that will be used to evaluate the bids, including the mandatory minimum requirements and general requirements that Bidders must certify that they have read, understand, and agree to in order to submit a bid. The Buyer Attachments Section contains the required State of Utah Terms and Conditions of the IFB, which are non-negotiable, and other documents required for this IFB. The Questions Section contains the questions that Bidders are required to answer in order to submit a bid. The Items Section contains the detailed description of the procurement items being sought and allows the Bidders to provide their bids. Bidders must review each section of this IFB carefully.
Bid Protests Not Available