Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Wildlife Resources INVITATION FOR BIDS Cottonwood Creek Phase II Lop and Scatter SOLICITATION #KL22-57 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: Lop and Scatter Services according to Attachment B - Scope of Work. Closing date and time The closing date and time for this sourcing event is as provided in this posting. 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. “Unofficial Results” 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: Bid Item #1. Work under this contract is located on BLM administered lands approximately 30 miles northeast of Cedar City, UT. Elevations range from 6,500 to 7,500 feet in elevation. These areas contain pinyon and juniper trees between 1 – 14 inches in diameter. The legal description is T. 31 S., R. 6 W., Secs. 19, and 36; T. 31 S., R. 7 W., Secs. 19, 23-26, 34 and 35; T. 32 S., R. 7 W., Secs. 1, and 3; Salt Lake Base Meridian (SLBM). Acreage: approximately 661 acres Specific Tasks: Division of Wildlife Resources reserves the right to decide priorities on the treatment areas. Bid Items 1-11: The contractor is responsible for the selection of the trees to be left in the stands. Leave trees shall be selected according to the following criteria: • Species preference shall be (in order of priority) pinyon pine and juniper. Thinning shall generally be from below favoring the trees with the tallest height, fullest crown, and straightest stem and, which are free of damage due to insect, disease, physical and mechanical damage. • Cut trees shall include LIVE trees from 1 foot tall to 10.0 inches DRC for pinyon pine and LIVE trees from 1 foot tall to 14 inches DRC for juniper. Trees less than 1 foot tall shall not be considered in spacing requirements. • Thin trees to an average 30 by 30 foot spacing. In areas where all the trees are less than 10.0/14.0 inches DRC, it shall result in a residual tree per acre target of approximately 48. In areas with significant numbers of trees greater than 10.0/14.0 inches DRC, the number of trees per acre (TPA) could exceed that target. Spacing range is variable, that is, two or more trees can be left in clumps if no other trees are present in the vicinity; however, the TPA target (48 TPA) shall not be materially increased. Trees greater than 10.0/14.0 inches DRC shall be considered in spacing requirements. • Trees infected by dwarf mistletoe shall be cut. Trees greater than 14 inches DRC shall be girdled rather than felled. Girdling shall be accomplished with a chainsaw by cutting two interconnecting bands at least two inches apart, around the bole of the tree into the sapwood. CUTTING METHODS A. STUMP HEIGHT AND REMOVAL OF LIVE LIMBS: All cut trees shall be cut below the lowest live limbs, except when prevented by natural obstacles. The maximum allowable stump height is 6 inches measured from the high side of the tree. All live limbs below the cutting point shall be removed. Trees shall be completely severed from the stump. B. FELLING: Cut trees shall be felled away from unit boundaries, roads, and fence lines. Any trees falling on such areas shall be removed. SLASH TREATMENT Slash remaining on the unit shall be treated in accordance with one or a combination of the following methods: A. LOPPING: All limbs (dead or live) shall be cut from the bole of all felled trees (required on all bid items) to a slash depth not greater than 24 inches from the ground. B. SLASH REMOVAL FROM ROADS/DRAINAGE: All thinning slash shall be removed and scattered not less than 15 feet from the center of roads to create a slash free corridor. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: Equipment Requirements: The Contractor shall furnish chainsaws on a fully operational basis, with competent, fully qualified operators, and shall meet the following specifications: 1. Must provide a minimum of an 8-man crew. 2. Be capable of cutting live or dead pinyon and juniper trees at six (6) inches above ground level on the uphill side. 3. Equipment shall be free of fluid leaks and be in good operating condition. 4. Equipment shall be washed before entering and exiting federal and state lands. All soil and plant parts shall be removed to prevent the spread of noxious weeds in and out of the project area. Contractor shall also furnish either GPS unit(s) or smartphone(s) with pdf map application to be utilized in identifying project boundaries. 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: January 15, 2022 or 60 calendar days from official Notice-to-Proceed (NTP) 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 “the State”). The reference number for this IFB is Solicitation #KL22-57. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Site Visits: A site tour will not take place. It is strongly recommended that each potential bidder 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 by 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, “or equivalent” 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