SLED Opportunity · UTAH · UINTAH COUNTY
AI Summary
Uintah County, Utah seeks bids for portable heavy-duty wind fence units to control litter at the landfill. Units must meet strict specifications for durability, wind resistance, and portability. Proposals due by March 6, 2026.
1. Intent It is the intent of Uintah County, Utah (“County”) to obtain bids from qualified vendors toprovide portable wind fence units designed for heavy-duty litter control. The units shall be capable of withstanding high-wind conditions and constructed to effectively contain and control wind-blown litter in demanding operational environments. 2. Submission Deadline and Opening Date To receive consideration and responses to this IFB, the County must receive the proposal no later than5:00 PM (Mountain Time) on March 6, 2026. Submission Method: Proposals with the required bid sheet must be mailed or hand-delivered in a sealed envelope clearly labeled: “Sealed Proposal – Portable wind fence for the Uintah County Landfill” Please ensure that the proposal is delivered to the following address: Uintah County-Clerk-Auditor 147 E Main Vernal, Ut 84078 Proposals will be publicly opened during the Uintah County Commission Work Session on Wednesday, March 11 2026, in the Commission Conference Room, located at 152 E 100 N, Vernal, UT. This opening will confirm receipt only; no evaluation or cost/compensation review will occur at this stage. 3. Project Scope The following are Mandatory Minimum Requirements that MUST be met or exceeded, and be specifically addressed or referenced in the submitted bid to be eligible for consideration. If the following bullet points are not addressed, the offeror will be considered non-responsive. All bids must meet or exceed the following specifications. A. Specifications Dimensions & Weight Minimum overall dimensions: 24 ft length x 15 ft height x 8 ft width. Maximum unit weight: 3,600 lbs. Mesh & Containment Units shall be equipped with heavy-duty welded wire mesh, corrosion-resistant (galvanized and coated). Mesh opening size shall be approximately 1.5 in square or equivalent, suitable for effective litter containment. Rear mesh shall be reinforced to maintain structural integrity under wind loading, using coated aircraft cable or approved equivalent, securely connected to the frame. Units shall include a litter control panel, side wing nets, and an overhead canopy designed to maximize litter containment and force debris downward within the unit. Structural Design Units shall include diagonal cross-bracing or cabling as required to ensure rigidity and stability. Frame members shall be structural steel of sufficient size and strength to meet wind-load requirements. An additional steel wear plate shall be provided along the front base of the unit to resist impact and abrasion. Wind Resistance Units shall be designed and engineered to withstand sustained wind speeds up to 65+ MPH while maintaining operational performance. Units shall be designed to continue directing litter toward the base during high-wind conditions. Outriggers Units shall be designed to allow the use of integrated outriggers for high-wind conditions. Outriggers shall: Be built into or securely attached to the frame Extend to a minimum depth of 15 ft Provide multiple depth/extension settings for stability adjustment Portability & Lifting Units shall be fully portable. Units shall be capable of being lifted from the front or rear. Units shall be equipped with a factory-installed adjustable lift adapter compatible with: Standard payloader buckets, or Standard bulldozer blades. Lifting hooks shall provide: Vertical height adjustment ranging from approximately 6 ft 9 in to 12 ft 2 in Horizontal adjustment in multiple incremental positions Finish Units shall be delivered with a durable industrial exterior coating suitable for outdoor use (enamel paint or approved equivalent). Warranty Units shall include a minimum five (5) year manufacturer’s warranty covering defects in materials and workmanship. B. Pricing Format Provide a quote that breaks down costs as follows (see Attachment 1: Pricing Bid Form): Item Description Unit Price Quantity Total Price Portable Wind Fence Shipping/Freight Warranty (_____Years) Total delivery time from PO (days): _____________ Bid price is guaranteed for (days): _____________ C. Vendor Information Complete Attachment 2: Vendor Information Form with the following information: Vendor Information Company Name: ___________________________________________________ Authorized Representative: __________________________________________ Phone: __________________________________________________________ Email: ___________________________________________________________ Signature: __________________________________ Date: ________________ 4. Attachments 1. Pricing Bid Form (completed form required with bid submission) 2. Vendor Information Form (completed form required with bid submission) * Note: Both attachments must be fully completed and submitted with your bid for it to be considered responsive. 5. Evaluation of Submission All bids must be in reference to the terms and conditions stated in this IFB. The awarded bid will be selected based on the County’s determination of the top-scoring bid and most advantageous bid. The decision to request interviews/presentations is at the discretion of the County. The intent of the presentations, if held, will be to allow the County an opportunity to clarify and ask questions resulting from the initial evaluation. No new information may be brought forward. Presentations are not guaranteed; candidates are advised to fully respond to the IFB at the time of the submission. The Bid Form referenced in Section 4 will be the sole pricing document used by the Purchasing Department to evaluate bids and determine the lowest responsive bidder. While vendors may include their own quote template or pricing form as supplemental information, only the completed Bid Form attachment will be considered in the pricing evaluation. 6. Award The County will either award a bid or will announce that no appointment will be made. There is no implicit or explicit guarantee that the project will proceed. Uintah County reserves the right to accept or reject any or all bids. 7. Insurance Requirements The successful proposer may be required to maintain, at their own expense, the following insurance coverage throughout the duration of the contract: Commercial General Liability, Workers’ Compensation, Automobile Liability, and, if applicable, Professional Liability (Errors & Omissions). Prior to the commencement of any work, the successful proposer must provide certificates of insurance evidencing the required coverage. 8. Terms and Conditions of the IFB Disclosure. Upon award of the contract, all proposals accepted by the County shall become a matter of public record and shall be regarded as public, except those elements of each proposal that are identified by the Contractor as business or trade secrets and plainly marked as “trade secret,” “confidential,” or “proprietary.” Each element of a proposal that the Contractor desires not to be considered a public record must be clearly marked. Any blanket statement (i.e. regarding entire pages, documents, or other non-specific designations) shall not be sufficient and shall not bind the County in any way whatsoever. If disclosure is required under the Utah Government Records Access Management Act (“GRAMA”) or otherwise by law (despite the Contractor’s request for confidentiality), the Contractor shall not in any way be liable or responsible for the disclosure of any such records or part thereof. Failure to Agree. If the County and selected Contractor cannot agree on a satisfactory agreement, the County reserves the right to terminate negotiations. The County may then negotiate an agreement with another IFB applicant, or County may submit another request for proposals. Right to Reject. The County reserves the right to reject any and all proposals. In addition, the County will not reimburse costs associated with the preparation or presentation of the proposal 9. Questions & Inquiries CONTACT INFORMATION Trinna Gardner, Purchasing & Grants Uintah County 152 E 100 N Vernal, UT 84078 tgardner@uintah.utah.gov 435-781-5482
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.