Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Wildlife Resources INVITATION FOR BIDS Willow Bullhog Phase 1 Remaining Acres SOLICITATION #JH20-105 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: bullhog approximately 257 acres on USFS property. Treatment specification will be to mechanically thin <15â dbh Piñon/Juniper, <9â dbh white fir/subalpine fir, all gamble oak, and all decadent brush within identified treatment areas. Closing date and time The closing date and time for this sourcing event is March 3, 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: The Willow project is located approximately 2 air miles southeast of Ephraim, UT in Sanpete County and on the Sanpete Ranger District of the Manti-La Sal National Forest. Acreage: Approximately 257 acres +/- dependent upon bids and budget constraints. Access to the site: From Salt Lake City, take I-15 to Highway 6. Head eastbound on Highway 6 to junction with Highway 89. Head south on Highway 89 to Ephraim. Head east on 400 S, then head south on 300 E, then head east on Ephraim Canyon Rd. (Highway 29) about 6 miles up the canyon. Specific Tasks: Work Limits: Only areas shown on the Project Map will be treated. The project areas are identified with GPS shapefiles. It will be the contractorâs responsibility to provide a GPS that is capable of loading project areas from a computer. Georeferenced maps will be available to upload from project manager using Avenza Maps. Project boundaries will not be flagged unless requested contractor. The Contractor shall immediately upon entering the project area, begin work, locate control points, section corners, and take such action to prevent their destruction. Mastication: This is a mastication contract. Treatment specification for USFS land will be to mechanically thin (mastication) ALL Piñon/Juniper trees <15â dbh, ALL white fir/subalpine fire <9â dbh, and ALL gamble oak and ALL decadent brush within the 257-acre project area. Do not cut ponderosa pine. Aspen may be cut to reach other trees, but are not targeted for mastication. Mulch depth shall not exceed four inches (4â). If mulch exceeds four inches in depth the Contractor shall spread the mulch either mechanically or by hand. All surplus vegetation and slash shall be ground or cut, such that no woody piece is greater than 4 feet (4â) in length. No live limbs shall be left on the stump of any ground stem. Stumps shall be no taller than six inches (6â) as measured on the uphill side. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: 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 (20) inches in diameter at 6 inches above ground level measured on the uphill side. Equipment must be capable of maneuvering through mountainous terrain (up to slopes of 30%) and within forested areas. 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. GOVERNMENT FURNISHED PROPERTY: No Government property shall be furnished on this project. This contract will result in one purchase order to the lowest cost responsive and responsible bidder. Length of the Contract Performance window: April 1, 2020 through June 15, 2020 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 #JH20-105. 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 be no site visit. It is strongly recommended that each potential bidder 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 type in the Q&A Section of this solicitation. Under no circumstances shall the shape/KML 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 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