Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit Division of Wildlife Resources REQUEST FOR QUOTES Zion Migration Habitat Improvement Mastication II SOLICITATION #KL22-75 This Request for Quotes "RFQ" is issued in accordance with State of Utah Procurement Code and the Utah Administrative Code. If any provision of this RFQ 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 RFQ is to enter into a purchase order with the responsive and responsible vendor that submits the lowest cost to provide: Mastication 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. Background: SITE SPECIFICS: Location and Description: The Zion Migration Habitat Improvement Mastication project is located approximately 16 miles northwest of Mt Carmel, Utah. Elevations range from 6,400 to 7,600 feet within the project site. Approximate Acreage: 32 Acres 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 contractor’s responsibility to get the equipment to the work site. SPECIFIC TASKS: Work Limits: Only areas shown on the Project Map will be treated. Treatment and non-treated areas within the project area may be flagged and/or described verbally. A shapefile for GPS and a PDF map of the project area will be provided prior to work beginning. It will be the contractor’s responsibility to furnish either a GPS unit(s) or smartphone(s) with PDF map application to be utilized in identifying project boundaries. Contractor(s) will be responsible to download all needed shapefiles/PDFs using their own devices. Shapefiles/PDFs will be provided in email upon request. Government staff may physically identify unit boundaries for the work executed under the contract or may rely on the Project Map and associated GPS shapefile as adequate boundary markings. The Project Manager and Contractor will identify an estimated start date for work to begin on the project. The Project Manager will provide Contractor with a Notice to Proceed prior to the estimated start date if site conditions are suitable to initiate work. Upon receiving the Notice to Proceed, the Contractor shall promptly enter the project area, locate treatment boundaries, locate control points, section corners, take such action to prevent their destruction, and begin treatment work. Mulching: • All pinyon and juniper trees within the designated treatment area are to be removed; this includes all live and dead trees by chipping, shredding, or mulched, unless designated as a leave tree. • No live or dead limbs shall be left on the stump of removed trees. Stump height shall not exceed 6 inches measured on the uphill side. • Any tree or sapling that cannot be removed by mastication machinery must be removed by hand utilizing chainsaws or loppers. • All surplus vegetation and slash shall be mulched or cut into lengths not to exceed 3 feet in length. • Mulch depth shall not exceed six (6) inches. If mulch exceeds six inches in depth, the Contractor shall spread the mulch either mechanically or by hand to reduce depths to six (6) inches or less. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: A minimum of one (1) tracked (excavator or trac-hoe types) only mechanical mulching/shredder (Bullhog) shall be furnished on a fully-operational basis, with a competent, fully-qualified operator for each Bullhog. 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. Contractors shall furnish two (2) warning signs to be placed on roadside entrance of work area. Signs shall be a minimum of three (3) feet by three (3) feet in dimension and shall warn of the possibility of flying debris. The minimum number of Bullhogs and operators are expected to be available when the Contractor first responds to the Notice to Proceed and remain onsite during the remainder of the project. Deviations from this expectation require prior written approval of the Project Manager. CONTRACT TIME: Project Performance Time: Contract must be completed by March 31, 2022. The government expects the contractor to complete the project at the greatest speed possible because the potential for winter closure. The extended performance time compensate for expect winter closure. Contract time cannot be extended due to timing stipulations for wildlife habitat use. Solicitation Number: The solicitation number for this RFQ is Solicitation #KL22-75. This solicitation number must be referred to on all quotes, correspondence, and documentation submitted to the State relating to this RFQ. Evaluation of Quotes: Each quote received shall be evaluated for responsiveness in as outlined in the Utah Procurement Code. This RFQ shall be evaluated by the objective criteria described in this RFQ. Quotes submitted must comply with the specification identified in this RFQ. Any quote that does not comply with the prerequisite and questions sections will be deemed non-responsive and will be rejected. Multiple or alternate quotes will not be accepted. If a vendor submits multiple or alternate quotes, the State 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 RFQ, including the specifications, must be protested in writing to the Division of Purchasing prior to the closing date. Vendors must review each section of this RFQ carefully before submitting a quote. The Division of Purchasing may solicit other quotes via email, phone, or other methods as permitted by the Utah Procurement Code or applicable Administrative Rules. Vendors are prohibited from communications regarding this RFQ 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 RFQ. Wherever in this RFQ 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.
Bid Protests Not Available