Campbell County Landfill Compactor

Agency: County of Campbell
State: Wyoming
Level of Government: State & Local
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD15838766476198376
Posted Date: Sep 26, 2023
Due Date: Oct 11, 2023
Source: Members Only
Bid Title: Campbell County Landfill Compactor
Category: Public Works
Status: Open

Description:
Advertisement and invitation for bid

Notice is hereby given that separate sealed bids for the furnishing of the following equipment:

Campbell county landfill compactor

Will be received by Campbell County Public Works, at the Public Works office located at 500 south Gillette Avenue, suite 1400 Gillette Wyoming 82716 until 2:15 pm on the 11 th day of October 2023 and then opened and publicly read aloud.

The bidding documents will be made available in the following manner:

Electronic pdf copies of the request for proposal may be obtained, free of charge, by contacting Campbell County Public Works at (307) 685-8061, via email at matthew.olsen@campbellcountywy.gov For security reasons, you must enable JavaScript to view this E-mail address. , or downloaded from the County Website

Questions or requests regarding this bid are due 7 days prior to bid date and shall be directed to:

Matt Olsen
500 south Gillette Ave, suite 1400
307-685-8061
matthew.olsen@campbellcountywy.gov For security reasons, you must enable JavaScript to view this E-mail address.

Bids must be marked: Campbell County Landfill Compactor

Campbell County reserves the right to reject any or all bids.

Publication Date/Time:
9/26/2023 8:00 AM
Closing Date/Time:
10/11/2023 2:15 PM
Related Documents:

Attachment Preview

Department of Public Works
Matt Olsen, P.E., Director
500 S. Gillette Avenue, Suite 1400, Gillette, WY 82716 307-685-8061 Building 307-682-1970 Solid Waste/Recycle 307-682-9499
REQUEST for PROPOSAL
Minimum 90,000 lbs. Landfill Compactor
Campbell County Department of Public Works
Solid Waste Division
I. Overview
Campbell County is in the process of evaluating purchase of a Landfill Compactor for the Campbell County
Public Works – Solid Waste Division. The successful vendor agrees to provide Campbell County with an
acceptable quality machine and meet the County’s expectations for performance, service and workmanship.
This Request for Proposals is to assist the County in identifying the best quality equipment and service at a
favorable price for the County. Evaluation and selection of the equipment and vendor will rely upon the quality of
equipment proposed, conformance to the specifications provided by the County, the availability of replacement
parts, and the ability of the vendor to provide service and repair as needed in a timely and cost effective manner.
The lowest price supplier need not be selected. The County will choose, at its discretion, the best value overall
that meets the County’s requirements.
II. Instructions to Vendors
Sealed proposals will be received at the office of the Campbell County Public Works, 500 S Gillette Avenue,
Suite 1400, Gillette, WY 82716 until 2:15 p.m., (Local Time), Friday, October 11, 2023, for furnishing One (1)
Landfill Compactor exceeding 90,000 lbs., unballasted, as specified in these proposal documents, FOB Campbell
County Landfill, Gillette, Wyoming. The equipment must be new and the latest make or model.
Vendor shall complete and submit the included Price Schedule and the Equipment Specification Checklist.
III. Proposal Compliance
All proposals shall be sealed and submitted to Campbell County Public Works, Solid Waste Division, c/o Matt
Olsen, 500 S Gillette Avenue, Suite 1400, Gillette, WY 82716. It shall be the responsibility of the vendor to
ensure proper delivery of proposal(s) to the address and by the time required.
A. Proposal Modifications
Proposals shall be made on the forms provided by Campbell County, and shall not contain summaries, redactions,
or other edits. Modifications, additions, or changes to the terms, conditions, or specifications of this Request for
Proposals may be deemed cause for rejection of the proposal, at the County’s sole discretion. Proposals submitted
on other forms may be rejected. NO ORAL, TELEPHONE, EMAIL, FAX OR OTHER SUBSTITUTIONS FOR
A HARD COPY OF THE PROPOSAL SUBMITTAL WILL BE CONSIDERED.
B. Certification of Alteration or Erasure
A proposal shall be rejected should it contain any alteration or erasure, unless, each alteration or erasure has been
initialed in INK by the authorized agent signing the proposal.
Department of Public Works
Matt Olsen, P.E., Director
500 S. Gillette Avenue, Suite 1400, Gillette, WY 82716 307-685-8061 Building 307-682-1970 Solid Waste/Recycle 307-682-9499
IV. Exceptions to Specifications
Any vendor who has exceptions to any specifications or requirements listed in the proposal documents must so
state in the space provided on the bid form page. Exceptions should also be noted on the Vendor’s Equipment
Specification Checklist. It is the vendor’s responsibility to clearly outline any exceptions. Failure by vendor to
outline exceptions will require the successful vendor to comply with specifications. Campbell County will
evaluate exceptions on a case by case basis. Acceptance of exceptions shall be at the sole discretion of the
County.
V. General Specifications
By submitting a proposal, the Vendor agrees to abide by the following General Specifications:
A. Payment
Prior to approving the invoice for payment, the County reserves the right to thoroughly inspect and test the
equipment to confirm compliance with specifications. Any equipment, which does not meet the County’s
requirements, will be returned at vendor’s expense for correction. Title, manufacturer’s use tax form, odometer
form and any specified data, diagrams, and manuals must be received prior to approval of invoice. The invoice
will be paid following the first scheduled Campbell County Board of Commissioner’s meeting of the month. The
Commissioners meet the first and third Tuesday of each month, and vouchers are paid at the first meeting of the
month. Invoices must be received by the third Wednesday of the month in order to be paid at the first
Commissioner’s meeting the following month.
B. Data Privacy
Vendor agrees to abide by all applicable Local, State, and Federal laws and regulations concerning the handling
and disclosure of private and confidential information concerning individuals and corporations as to inventions,
patents, and patent rights. The vendor agrees to hold the County harmless from any claims resulting from the
vendor’s unlawful disclosure or use of private or confidential information.
C. Optional Equipment
The general and detailed specifications are the minimum requirements. Vendor may include optional equipment if
desired, but the base price shall be clearly listed and then available options shown as separate line items. Optional
equipment should be noted as such. Additionally, the County reserves the right to negotiate optional equipment
specific to the compactor selected. Examples include wheel cleats, guards, mechanical/environmental controls,
etc. which may be options not directly requested in this bid.
D. Clarification of Specifications Documents
Vendors shall promptly notify the County of any ambiguity, inconsistency or error, which they may discover
upon examination of the specifications. Notification may be made in person, by appointment, at the Public Works
Department, by phone at (307) 685-8061 or via email at matthew.olsen@campbellcountywy.gov no later than
seven (7) days prior to the bid date. Interpretations, corrections and changes made to the specifications will be
made by written addenda. Oral interpretations or changes to the specifications made in any other manner will not
be binding on the County and vendors shall not rely upon such interpretations or changes.
Department of Public Works
Matt Olsen, P.E., Director
500 S. Gillette Avenue, Suite 1400, Gillette, WY 82716 307-685-8061 Building 307-682-1970 Solid Waste/Recycle 307-682-9499
E. Proposal Withdrawal
Vendor may withdraw their proposal either in person or by written request at any time prior to the scheduled
proposal opening. No proposal may be withdrawn after the scheduled proposal opening unless the award of the
contract is delayed for more than 60 days.
F. Proposal Evaluation and Award
Vendors shall honor their proposal price for a period of sixty (60) days after proposal due date. The County
reserves the right to reject any or all proposals, to waive technicalities and to accept the proposal considered to be
in the County’s best interest. The proposal will be evaluated based on the following (in no particular order).
Equipment conformance to specification
Demonstration, if applicable
Proposal price (purchase cost)
Repurchase agreement (ownership cost)
Quality
Economy of operation
Experience of the manufacturer/seller
Availability of parts and service for maintenance and repair
Adaptability of the particular equipment for the specific use
VI. REQUIRED MINIMUM SPECIFICATIONS
The following specifications apply to this proposal:
The unit described shall be a new, current year manufacture (2023/2024), landfill compactor that is the
manufacturer’s latest design and production, complete, serviced, ready for work, including all standard equipment
and any optional equipment as deemed necessary by Campbell County. The County will consider any unit that
meets or exceeds required minimum specifications as stated herein or any approved equal unit. The County
reserves the right to reject any or all proposals and waive any technicalities.
A. Operating Weight: Unit shall have a minimum operating weight capability of 90,000 pounds,
(without ballasting, wheel weights, etc.).
B. Engine: Water-cooled turbocharged diesel with a minimum net Horsepower rating of 400
horsepower. Engine shall include cold weather starting aid and 120V engine block heater. If
manufacturer specifies a starting aid is not allowed due to mechanical, emissions requirements, or
other reason, provide a detailed evaluation as to why it is not needed, for County consideration.
Must meet Tier IV EPA Emissions. Machine shall be equipped with an on-demand, hydraulic
driven reversible fan with automatic timer and manual control. Vendor shall state engine make
and design, and provide fuel consumption and performance data with proposal.
C. Transmission: Unit shall have a planetary powershift with torque converter transmission. Unit
shall be capable of 4-wheel independent drive by means of separate hydrostatic drive or No-Spin
differentials both front and rear to provide equal power to all wheels. Unit shall have a minimum
of two (2) speeds both forward and reverse and be capable of forward to reverse shifting under
full engine RPM’s.
Department of Public Works
Matt Olsen, P.E., Director
500 S. Gillette Avenue, Suite 1400, Gillette, WY 82716 307-685-8061 Building 307-682-1970 Solid Waste/Recycle 307-682-9499
D. Steering: Fully hydraulic assist, with joystick controls. Joystick controls shall include integrated
speed selector and directional controls. Minimum machine inside turning radius at wheels shall
not exceed 11 feet.
E. Brakes: OSHA-approved all wheel braking. Spring applied/hydraulic released Fail-safe
parking/emergency brakes capable of holding the machine on a 4 to 1 slope. Hydrodynamic
braking is acceptable.
F. Blade: Semi-U blade with trash rack, reversible cutting edges and replaceable end bits. Ability to
raise, lower or float.
G. Wheels: Wheels shall be designed and supplied by the manufacturer and compatible with the
manufacturer’s axle guards and protection. Wheels should be for municipal solid waste and
cohesive clay materials. Wheels shall have striker bars in front and behind each wheel.
Removable/serviceable cleaner fingers shall be included. Wire deflectors/cutters mounted on each
wheel to prevent wheel wrap. Wheels to be a minimum of 47” width and shall have a minimum
of 30 pro-rated 10,000-hour long life wheel tips.
H. Operator Station: Shall meet current roll over protective structure/falling object protective
structure (ROPS/FOPS) criteria. Cab shall be equipped with heater (water type), factory built and
installed air conditioning, front and rear defroster, windshield wiper, air suspension type seat with
seat belt and adjustable armrests. Cab shall have rearview mirrors (inside and out), AM/FM radio,
and a rearview screen with camera mounted on back of cab. Backup alarm, front and rear lighting
for night operations are required. Cab equipped with 12v converter and power point to
accommodate future two-way radio installation.
Integrated Compaction Control system technology to measure rolling resistance and correlate it
with landfill compaction to be provided. 3D mapping to indicate where to work and when layers
are at optimum density. Equipment monitoring installed to provide managers with detailed
compaction analysis to more effectively monitor and manage operations.
I. Serviceability: The machine shall have service point accessible from ground level or installed
service platform. All powertrain, crankcase and bottom guards shall be hydraulically actuated for
raising and lowering. Both sides of engine compartment shall have swing-out doors that provide
easy access to maintenance points. Radiator fan shall swing out to provide easy access without
special tooling for inspection, servicing, and cleaning. Swing-out rear access walkover stairway
to be provided.
J. Tow Points: A rear draw bar and pin or other manufacturer designed tow point is required.
K. Cab Glass: Glass shall be tinted, flat laminated safety glass, and rubber mounted for ease of
replacement.
L. Vandalism Protection: Cab door locks, cap locks for radiator, fuel, and hydraulic tanks.
Department of Public Works
Matt Olsen, P.E., Director
500 S. Gillette Avenue, Suite 1400, Gillette, WY 82716 307-685-8061 Building 307-682-1970 Solid Waste/Recycle 307-682-9499
M. Other: Minimum two (2) ABC fire extinguishers. One mounted in cab, the other outside, or
otherwise approved by the County. Adequate protection and guarding for all components and
systems, including seals.
VII. Training and Manuals
On-site training on the operation and general service of the equipment shall be provided by the Vendor at time of
initial delivery, with at least one follow up training session to occur at the County’s request. Vendor shall provide
training on the use of Owner’s Manuals, Service Manuals, warranty documents and any other documentation
required to safely and efficiently operate and maintain the equipment.
VIII. Warranty
In addition to the manufacturer’s warranty, Seller shall provide full machine warranty for seven (7)
years or 7500 hours, whichever occurs first, from original in-service date. The warranty shall include all
parts and labor from the date of delivery and all warranty work and parts deliveries shall be to the
Campbell County landfill or other place agreeable to the County. The warranty shall cover everything
except cutting edges, glass, filters, normal lubrication, fire and vandalism. Seller shall pay the cost of
transportation to and from the County landfill for repair of the County’s compactor. Exceptions to this
warranty specification shall be clearly described by the vendor.
IX. Parts & Service Availability and References
Prior to any award being made, the bidder shall be required to provide satisfactory evidence to the
County that there will be available to the County an adequate supply of replacement parts as may be
required to repair and maintain the machine. Inability of a vendor to produce satisfactory evidence when
called for shall cause unfavorable consideration of the proposal. Three references from owners of three
equivalent make and model machines used in a landfill application are required. Preference is given to
Wyoming based references, then regional operators. The County may also seek out references from
other operators at its own discretion. Please provide as references, the machine model, location, contact
name, and phone numbers.
X. Proposal Evaluation
Evaluation of the bids will consider not only the final cost, but also the quality of equipment offered,
suitability for use, seller reputation, parts and service availability, etc. Previous history of poor
performance, parts availability, and warranty service by the seller or the manufacturer will exclude a
bidder from consideration.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >