Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit Division of Wildlife Resources INVITATION FOR BIDS Rabbit Gulch Habitat Protection Fencing SOLICITATION # NE22-18 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: fencing services according to Attachment B: Scope of Work. This contract will result in one purchase order to the lowest cost responsive and responsible bidder. 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. Length of the Contract PERFORMANCE TIME: Fence Construction: 6,000 feet, (see map): Contract award date through December 17th, 2021. Background Utah Division of Wildlife Resources (UDWR) is acquiring services in this contract to provide fencing for habitat protection on the Rabbit Gulch Wildlife Management Area (WMA). Project work includes the removal and disposal of 6,000 feet of t-post and barbed wire/net style fencing. Contractor will then re-construct the same 6,000 foot section of fencing using welded drill pipe and succor rod. UDWR will provide all drill pipe posts, toprail, and succor rod. Contractor must provide metal clips, expansion joints, concrete, and all welding supplies and hydraulic post pounding equipment. Bids should be submitted on a per/foot basis. All prospective vendors must provide proof they are licensed to perform the work in the State of Utah. At a minimum, it should include: employer, contact number, type of work, feet completed, days to complete job, and size of crew. Site Specifics Location and Description: The Rabbit Gulch WMA Fencing project area is located about 11 miles west of Duchesne, Utah (just west of Starvation Reservoir). Elevation averages 6,600 feet. The project will begin on or after October 1, 2021 and must be completed and inspected by December 17, 2021. Vicinity map showing the site is attached. Access to the site: The main access route is a well maintained Duchesne County dirt road from Highway 40, which goes northwest for about one mile through an area of private properties and then enters the southern boundary of the WMA. Specific Tasks Work Limits: The fence line will replace the existing t-post fence that will be removed by the contractor as part of this project. New fence construction will follow this exact line. Section and property corner markers will be marked and must be preserved by the contractor. Utah Division of Wildlife (UDWR) 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. Section and quarter section corners will be marked by UDWR as to avoid any damages during fence construction. Construction shall be performed in an organized systematic manner as determined in the pre-work conference. Construction Specifications Fence design incorporates wildlife friendly features that facilitate big game passage. The top rail will consist of 2 3/8th inch diameter drill pipe at 48 inches in height. Posts will consist of 2 3/8th inch diameter drill pipe spaced at 12 foot intervals. Posts will be seven feet in length with 48 inches above ground and 36 inches below ground. Posts must be tamped into place. The top of the posts must have a “saddle” cut that fits the contour of the top rail. The saddle and the top rail must be completely welded with no gaps in the weld. There must be an expansion coupler joint consisting of a 16-18 inch section of 2 5/8th diameter drill pipe every 300 feet in the top rail to account for expansion and contraction. End posts, corner posts, and posts every 500 feet along the fence line must be concreted in place. The second and third rails of the fence will consist of oil field succor rod. The succor rod must be welded together completely at each joint with no gaps in the welding. The succor rod must be attached to each post using a 3/8th inch diameter metal clip that is also completely welded to each post with no gaps. The succor rod must be allowed to move freely through each clip with an expansion coupler joint spaced every 300 feet that is securely welded to a post. The two strands of succor rod must be spaced at 16 inches and 32 inches from ground level. Succor rod at fence line ends must be bent around the post in a loop and welded to itself. Records and Notification: The Contractor shall maintain adequate records to allow the UDWR to monitor contract progress and for the Contractor to be accountable for work quality. Contractor records shall include: (1) work dates, (2) distance completed, (3) location of distance completed (4) supervisor/inspector name, (5) work quality percentage and (6) supervisor signature and date. Written or oral notice of completed distance shall be submitted to the Project Manager on a weekly basis. Contractor Furnished Property and Services The Contractor shall furnish all labor, equipment, supervision, transportation, operating supplies and incidentals to perform all work as set forth in the specifications. Equipment Requirements: The Contractor shall furnish all equipment needed to construct the fence as set forth in the contract specifications with competent, fully-qualified operators, and shall meet the following requirements: 1. Must provide a minimum of a 4-person crew. 2. Must provide all metal clips (total of 1,000) to secure succor rod to each post. 3. Must provide all concrete and water needed for corner, end, and each 500’ spaced posts 4. Must provide expansion joints for toprail and succor rod to be used every 300 feet. 5. Must provide all welding equipment and hydraulic post pounder equipment. 6. All equipment shall be free of fluid leaks and be in good operating condition. 7. Equipment shall be washed before entering and exiting state 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 1. UDWR will provide 6,000 feet of toprail, 12,000 feet of succor rod, and 500 posts on site at a single location along the fenceline. Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number The State of Utah Division of Purchasing is the issuing procurement unit and the 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 #NE22-18. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Additional Information 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. New Technology Pursuant to Utah Administrative Rule R33-12-502 the awarded contract(s) may be modified to incorporate new technology or technological upgrades associated with the procurement item being solicited, including new or upgraded: (i) systems; (ii) apparatuses; (iii) modules; (iv) components; and (v) other supplementary items. Further, a maintenance or service agreement associated with the procurement item under the resulting contract(s) may be modified to include any new technology or technological upgrades. Any contract modification incorporating new technology or technological upgrades will be specific to the procurement item being solicited and substantially within the scope of the original procurement or contract. Legislative Appropriations Additional funding may be added to the awarded contract(s) if additional funding is provided to the procurement unit for the purpose identified in the scope of work by the legislature. 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