Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Wildlife Resources INVITATION FOR BIDS Cedar Fort Bullhog SOLICITATION #AS20065 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 the Utah Procurement Code and then the 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: wildland fire hazard reduction and wildlife habitat improvement by mechanically removing/shredding standing live and dead pinyon and juniper trees and saplings with a wheeled or tracked bullhog. This task order includes the Contractor to furnish labor, equipment, supervision, transportation, operating supplies and incidentals. Project area totals approximately 645 acres as identified on attached site map Closing date and time The closing date and time for this sourcing event are 10/16/2019 02:00 PM 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. SITE SPECIFICS: Location and Description: 1 mile southwest of Cedar Fort, Utah. See Figure 1. for a map of the project location. Access to the site: Access onto the project site is provided by a combination of paved highways, county 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 worksite. 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. The project boundaries will not be marked and it will be the responsibility of the contractor to know how to use and read a GPS to find project boundaries. Government staff will identify unit boundaries 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. Mulching: The treatment units consist primarily of juniper with scattered pinyon pine that are encroaching into sagebrush habitats. The treatment prescription for these areas is to mulch all existing juniper and leave all pinyon pine within the project area. Slash created by the bullhog shall be mulched so that no material exceeds 48 inches in length. Mulch depth is to not exceed 4 inches measured from the soil surface. If mulch exceeds 4 inches in depth the Contractor shall spread the mulch either mechanically or by hand. Mechanical cutting shall be performed in an organized systematic manner as determined in the pre-work conference. Cutting with scattered crews/equipment within or between project areas shall not be permitted except where authorized. All trees within the project boundaries shall be completely severed from the stump(s). No live or dead limbs shall be left on the stump of cut trees. Stump height shall not exceed 6 inches measured on the uphill side. All main branches or stems shall be cut from the trunk of the tree unless otherwise identified. All green and dead slash throughout the treatment area shall not exceed a fuel bed depth of 6 inches measured from the soil. There are some areas that have been chained previously that we would like to have the woodpiles mulched as well. All vegetation not identified as pinyon or juniper shall be designated as leave trees. Additional no-cut islands and buffer areas throughout the project area may be identified by the project inspector. CONTRACTOR FURNISHED PROPERTY AND SERVICES: Equipment Requirements: At least two (preferably multiple), mobile, tracked or wheeled, hydraulically or PTO driven, mechanical mulching/shredder (Bullhog) shall be furnished on a fully-operational basis, with a competent, fully-qualified operator, and shall be capable of mulching/shredding live trees up to twenty-six (26) inches in diameter at twelve inches above ground level measured on the uphill side. Equipment shall be washed with a high-pressure system before entering and exiting project lands. All soil and plant parts shall be removed to prevent the spread of noxious weeds in and out of the project area. Work in this contract requires the contractor to have GPS capabilities in order to identify treatment areas, leave islands and/or project boundaries. GPS equipment must have an accuracy of +/- 5 meters and be capable of accepting/uploading shapefiles or track logs. The government will provide shapefiles or track logs electronically (via email or at the pre-work meeting) to the contractor which will identify treatment unit boundaries and leave islands within the project area boundary. It is the responsibility of the contractor to upload the shapefiles to the GPS equipment and provide any technical support for problems with the contractor-owned equipment. 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: Start date October 21, 2019, to end date March 1, 2019 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 the conducting procurement unit for this IFB (referred to as âthe Stateâ). The reference number for this IFB is Solicitation #AS20065. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Additional Information: SITE VISIT: There will be no site visit held, however, it is strongly recommended that each potential bidder visit the site to ensure that he/she has a complete understanding of the requirements of this project. Bidders are urged to inspect the site where 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 failure to inspect the site, constitute grounds for a claim after contract award. SHAPE FILES: Maps and/or shapefiles are attached in the Buyer Attachments Section of this solicitation. If bidder needs additional maps/files, please specify the type in the Q&A Section of this solicitation. Under no circumstances shall the shape/KML/PDF 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 for the State of Utah Division of Purchasing procurement officer overseeing this IFB. Wherever in this IFB, an item is defined by using a tradename, 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 a 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