RFB - Salmon Drift Creek Watershed Council

advertisement
Salmon-Drift Creek Watershed Council (SDCWC)- Request for Quotes Equipment Rental
Solicitation Number:
SDCWC 2010-1
Notice Type:
Solicitation- Request for Quotes (RFQ)
Synopsis:
This is a solicitation for commercial rental of heavy equipment. This announcement constitutes the only
solicitation, and issued as a Request for Quotes (RFQ).
The following are this solicitation’s list of contract line item numbers and items, estimated quantities and
units of measure:
Item No.
Description
Est.Quan.
Unit
Bid Item 1*
1A
Large Bulldozer #1
6
Week
1B
Large Bulldozer #2
4
Week
1C
Small Bulldozer
4
Week
1D
Large Excavator #1
6
Week
1E
Large Excavator #2
6
Week
Mobilizations for Bid Item 1
1MAB
Large Bulldozer
2
Each
1MC
Small Bulldozer
1
Each
1MDE
Large Excavator
2
Each
*includes one machine mountable laser detector in full operating condition, including quick clamping
mechanism suitable for all machines included in Bid Item 1.
Bid Item 2
2A
Tracked Dump Truck
Mobilizations for Bid Item 2
2MA Tracked Dump Truck
4
Week
1
Each
Need: Rental of hydraulic excavators, bulldozers, and a tracked dump truck- all without operator, for use
on the Siuslaw National Forest, OR. The equipment will be operated by qualified employees of the Siuslaw
National Forest. The contractor shall furnish transportation to the delivery and release point (near Otis,
OR). The equipment will be subject to operation over rough ground and timbered terrain where scratches
and dents may occur to the body portion of the machinery.
Delivery: All items are to be transported FOB to a delivery and pick-up point off of Oregon State Highway
18 located due East of Oregon Coast Highway 101, and West of Otis, OR. Delivery and retrieval shall
include all incidental costs including pilot cars or other traffic control measures if required by law or
otherwise necessary. The Equipment will be used at the Pixieland Marsh Restoration Site owned by the
United States Government, Siuslaw National Forest.
Description of Work: The objective of the project is fully restore the old Pixieland amusement park site by
1) lower the artificial dikes along Salmon River to predevelopment elevations, 2) dewater and fill the
artificial ponds and ditches using the soil from the dike along Salmon River and areas in the immediate
proximity of the artificial ponds and ditches, 3) grade the artificial pond and ditch areas to extend the limits
of the historical salt marsh with gradual transitional areas to the surrounding uplands, 4) clear trees and
stumps from the area of the proposed salt marsh, chip/shred tops and limbs spread over the re-graded
perimeter, 5) decommission the remaining access roads and parking lots by removing the existing asphalt
concrete surfacing, and 6) remove all remaining infrastructure (concrete, pipes, wires, etc.) encountered
Page 1 of 7
Salmon-Drift Creek Watershed Council (SDCWC)- Request for Quotes Equipment Rental
during the other work.
Period of Use: Equipment usage period is approximately August 2, 2010 to September 10, 2010. Due to
weather and other conditions, the buyer needs a 2-week flexibility on either side of the projected delivery
and release (pickup) dates. Exact delivery/pickup times/dates/locations shall be coordinated after the
award.
Award: The SDCWC intends to make a single award. Multiple awards may be made (for example a second
award may be made for the tracked dump truck) at the discretion of the SDCWC.
Contracting Representative: Rob Piehl, Project Engineer, Willamette National Forest, 541-225-6359 (desk)
or 541-954-9917 (cell).
Equipment Requirements:
All equipment shall have a maximum of approximately 2,000 hours of use. All equipment shall meet or
exceed a minimum of 80% of the manufacturer’s performance related specifications.
Large Bulldozer: The bulldozer shall be a track-mounted tractor Caterpillar D8R LGP or equal, which
meets the following minimum specifications:
A. Minimum flywheel horsepower of 300 hp
B. Operating weight of 74,000 to 75,000 pounds.
C. Minimum track width of 38”, minimum ground contact area of 9,500 square inches, and a
maximum ground pressure of 8.5 pounds per square inches.
D. Minimum fuel capacity of 160 U.S. gallons.
E. Blade with minimum capacity of 15 cubic yards, universal “U”- type production blade.
F. If a low ground pressure machine of this size is not available, the next size smaller machine
(with corresponding specifications) may be acceptable for one of the Large Bulldozer bid items.
If this is the case, clearly indicate this on the bid schedule.
Small Bulldozer: The bulldozer shall be a track-mounted tractor Caterpillar D6R LGP or equal, which
meets the following minimum specifications:
A. Flywheel horsepower of 185 hp
B. Operating weight of 45,000.
C. Minimum track width of 36”, minimum ground contact area of 9,000 square inches, and a
maximum ground pressure of 5.0 pounds per square inches.
D. Minimum fuel capacity of 100 U.S. gallons.
E. Power angle and tilt blade with minimum capacity of 4.0 cubic yards.
Page 2 of 7
Salmon-Drift Creek Watershed Council (SDCWC)- Request for Quotes Equipment Rental
Large Excavator: The excavator shall be a track-mounted hydraulic backhoe Caterpillar 322BL or equal,
which meets the following minimum specifications:
A. Minimum operating weight of 52,000 pounds.
B. Minimum flywheel horsepower of 150 hp.
C. Minimum track width of 32” and minimum ground contact area of 10,200 square inches.
D. Minimum reach at ground of 30 horizontal feet.
E. 360 degree rotation working ability (stationary tracts).
F. Minimum fuel capacity of 90 U.S. gallons.
G. Excavation bucket with 1.5 to 1.75 cubic yard capability with rock teeth.
H. Additional muck bucket with 2.5 to 3.0 cubic yard capacity, with a smooth digging edge (no
teeth).
I. Fully operational hydraulic “thumb” attachment.
J. Equipped with hydraulic quick disconnects for installation of buckets.
K. Choker eye welded to the bucket or must have the ability to use chokers with the bucket.
L. Logging guards located on the engine compartment, right front cover guard, brush guard on
cab front, etc., are recommended to protect against damage to the excavator body.
Tracked Dump Truck: The truck shall be a track-mounted dump truck Morooka-1500 or equal, which
meets the following minimum specifications:
A. Net operating weight of 18,000 to 21,000 pounds.
B. Minimum flywheel horsepower of 130 hp.
C. Minimum track width of 24” and minimum ground contact area of 3,000 square inches, or
unloaded ground pressure of 2.4 psi.
D. Minimum operating payload of 13,000 pounds.
E. Minimum fuel capacity of 34 U.S. gallons.
F. Minimum bed capacity of 6 cubic yards.
G. Capable of dumping its payload without assistance.
Safety: The equipment shall be fully equipped with all items necessary to meet the safety requirements as
set forth by OSHA regulations and other government regulation when applicable.
Page 3 of 7
Salmon-Drift Creek Watershed Council (SDCWC)- Request for Quotes Equipment Rental
Offerors Note: The vendor is responsible for both loading and unloading equipment during delivery and
pick-up. Also, note that there are no loading ramps at the delivery/pick-up location.
Offers:
Submit offers on the attached Bid Schedule. Clearly list all deviations from the equipment specifications;
substantially equal equipment may be acceptable, at the discretion of the SDCWC and their authorized
representative.
Submit the attached Contractor Performance Evaluation Form (or another document that contains similar
information).
Offers may be mailed to Attn: Rob Piehl, Willamette National Forest, 3106 Pierce Pkwy Suite D,
Springfield, OR 97477 or faxed to (541) 225-6230 (please notify Rob Piehl of delivery by phone (541)
225-6359).
Offers are due Friday May 28, 2010 at 1630 PST.
Maintenance and Repair:
1. Pre-delivery Service. All equipment shall be fully serviced by the contractor immediately prior to
delivery to include oil change and lube with new oil and fuel filters.
2. Routine Service. The SDCWC and the U.S. Forest Service will perform all routine service to the
equipment during the rental period at the manufacturer's required intervals. All fuel, lubricants, and filters
necessary for operation of the equipment will be provided by the SDCWC and U.S. Forest Service as part
of the routine service.
3. Repairs. All repairs to include parts and labor, shall be the responsibility of the Contractor, and be
made at the Contractor's expense, except for damage caused by agents of the SDCWC. All repairs shall
be made promptly and equipment returned to use within 48-hours of breakdown. In lieu of repairing the
equipment, the Contractor may furnish like equipment within the 48-hour period. The Contractor may
authorize the SDCWC to make repairs. In such cases, the amount of repairs to include parts and labor, if
not paid by the Contractor, will be deducted from the amount due the Contractor.
4. Return of the Equipment. The SDCWC will notify the Contractor by telephone when use of the
equipment is complete. Pickup by the Contractor shall be done only between the hours of 8AM and 4PM
PST, Monday through Friday except Federal Holidays.
Award:
The SDCWC will award a contract resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the SDCWC, price and other factors
considered. Evaluation factors are price, technical capability (the degree to which the product meets the
specifications), and past performance. These factors are in descending order of performance. The
SDCWC will issue an order as a result of this Request for Quotations (RFQ) to the responsible quoter
Page 4 of 7
Salmon-Drift Creek Watershed Council (SDCWC)- Request for Quotes Equipment Rental
whose quote conforming to the solicitation will be most advantageous to the SDCWC, price, technical
capability, and past performance considered.
Quoters shall provide a Contractor Performance Data Sheet (attached) or the like, for at least one similar
award completed within the last two years, including the name and phone number of the contract
administrator. The SDCWC is not obligated to request additional information and in the absence of
appropriate information, the SDCWC may rely on personal knowledge of the firm.
Quoters with no record of past performance will receive a neutral rating for past performance. Quoters
with no experience in the type of work solicited, may list other types of projects which exemplify their past
performance.
The SDCWC may issue orders to other than the lowest quote, waive minor informalities or irregularities in
quotes received, or elect not to award at all. If necessary, the SDCWC may conduct discussions with any
or all quoters. The SDCWC may issue an order on the basis of quotes as received, without entering into
discussions with any quoters. Therefore, each initial quote should contain the quoter’s best terms.
Payments:
Payment will be made monthly on invoices submitted by the Contractor. The following is the basis for
payment:
(1) Payment for periods less than one month will be calculated on a daily basis, each full day calculated
at 1/30 of the monthly rate.
(2) Rental will commence on the date of the acceptance. Rental will continue until the end of the calendar
day of the SDCWC's telephone notification to the Contractor that the equipment is no longer needed or
until equipment is returned to the Contractor's control, whichever is earlier.
(3) Deductions from amounts due the Contractor include:
(a) Those repair costs incurred by the SDCWC made under the specifications of this contract not billed
directly to the Contractor.
(b) For each calendar day, or any fraction of a calendar day of down time, a deduction of 1/30th of the
monthly rental rate will be made.
Contract Terms and Conditions:
(1) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to
the requirements of this contract. The SDCWC reserves the right to inspect or test any supplies or
services that have been tendered for acceptance. The SDCWC may require repair or replacement of
nonconforming supplies or nonconforming services at no increase in contract price. If repair/replacement
or performance will not correct the defects or is not possible, the SDCWC may seek an equitable price
reduction or adequate consideration for acceptance of nonconforming supplies or services. The SDCWC
Page 5 of 7
Salmon-Drift Creek Watershed Council (SDCWC)- Request for Quotes Equipment Rental
must exercise its post-acceptance rights—
(a) Within a reasonable time after the defect was discovered or should have been discovered; and
(b) Before any substantial change occurs in the condition of the item, unless the change is due to the
defect in the item.
(2) Changes. Changes in the terms and conditions of this contract may be made only by written
agreement of the parties.
(3) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601613). The Contractor shall proceed diligently with performance of this contract, pending final resolution of
any dispute arising under the contract.
(4) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an
occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as,
acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity,
fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common
carriers. The Contractor shall notify the SDCWC in writing as soon as it is reasonably possible after the
commencement of any excusable delay, setting forth the full particulars in connection therewith, shall
remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the
SDCWC of the cessation of such occurrence.
(5) Invoice. The Contractor shall submit an original invoice and three copies (or electronic invoice, if
authorized) to the address designated in the contract to receive invoices. An invoice must include the
following:
-Name and address of the Contractor;
-Invoice date and number;
-Contract number, contract line item number and, if applicable, the order number;
-Description, quantity, unit of measure, unit price and extended price of the items delivered;
-Shipping number and date of shipment,
-Terms of any discount for prompt payment offered;
-Name and address of official to whom payment is to be sent;
-Name, title, and phone number of person to notify in event of defective invoice; and
-Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required
elsewhere in this contract.
(6) Patent indemnity. The Contractor shall indemnify the SDCWC and its officers, employees and agents
against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement
to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of
this contract, provided the Contractor is reasonably notified of such claims and proceedings.
(7) Payment.
Items accepted. Payment shall be made for items accepted by the SDCWC that have been delivered to
the delivery destinations set forth in this contract.
Prompt payment. The SDCWC will make payment with diligence, and will normally render payment to the
Contractor within 15 days from receipt of an acceptable invoice.
Page 6 of 7
Salmon-Drift Creek Watershed Council (SDCWC)- Request for Quotes Equipment Rental
Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or
that the SDCWC has otherwise overpaid on a contract financing or invoice payment, the Contractor shall
remit the overpayment amount to the SDCWC along with a description of the overpayment including the
following:
- Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors,
date(s) of overpayment);
- Affected contract number and delivery order number, if applicable;
- Affected contract line item or subline item, if applicable; and
- Contractor point of contact.
(8) Interest. All amounts that become payable to the Contractor by the SDCWC under this contract shall
bear simple interest from the date due until paid unless paid within 60 days of becoming due. The interest
rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of
the Contract Disputes Act of 1978 (Public Law 95-563).
(9) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies
provided under this contract shall remain with the Contractor until, and shall pass to the SDCWC upon
delivery of the supplies to the SDCWC at the destination specified in the contract.
(10) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.
(11) Termination for the SDCWC’s convenience. The SDCWC reserves the right to terminate this
contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall
immediately stop all work hereunder and shall immediately cause any and all of its suppliers and
subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a
percentage of the contract price reflecting the percentage of the work performed prior to the notice of
termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the SDCWC
using its standard record keeping system, have resulted from the termination. The Contractor shall not be
required to comply with the cost accounting standards or contract cost principles for this purpose. This
paragraph does not give the SDCWC any right to audit the Contractor’s records. The Contractor shall not
be paid for any work performed or costs incurred which reasonably could have been avoided.
(12) Termination for cause. The SDCWC may terminate this contract, or any part hereof, for cause in the
event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and
conditions, or fails to provide the SDCWC, upon request, with adequate assurances of future
performance. In the event of termination for cause, the SDCWC shall not be liable to the Contractor for
any amount for supplies or services not accepted, and the Contractor shall be liable to the SDCWC for
any and all rights and remedies provided by law. If it is determined that the SDCWC improperly
terminated this contract for default, such termination shall be deemed a termination for convenience.
(13) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable
and fit for use for the particular purpose described in this contract.
(14) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws,
executive orders, rules and regulations applicable to its performance under this contract.
Page 7 of 7
Download