HomeMy WebLinkAboutBID - 10187 Sherman Reilly DD-75E+ Underground PullerBID 10187 Sherman Reilly DD-75E+ Underground Puller Page 1 of 10
INVITATION TO BID
10187 SHERMAN REILLY DD-75E+ UNDERGROUND PULLER
BID OPENING: 3:00 PM MT (our clock), July 8, 2025
The City of Fort Collins is requesting bids from manufacturer’s authorized dealers/resellers
(“Vendors”) for the purchase of a new current model year Sherman Reilly DD-75E+
Underground Puller for the City’s Utility Light and Power department.
As part of the City’s commitment to Sustainable Purchasing, electronic bid submission is
preferred. Bids shall be submitted online through the Rocky Mountain E-Purchasing
System (RMEPS) at http://www.bidnetdirect.com/colorado/city-of-fort-collins. Please note:
submitting bids through RMEPS may need additional time for completion. Bids not submitted by
the designated Opening Date and Time will not be accepted by the system.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations to bid. No individual or business will be discriminated against on the grounds of race,
color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs
can compete fairly and to ensure nondiscrimination in the award and administration of all
contracts.
Public Bid Opening: Bid opening will be conducted shortly after 3:00 PM MT on July 8,2025. Bid
openings will be conducted by videoconference. At said place and time, and promptly thereafter,
all Bids that have been duly received will publicly opened and read aloud. To access the Bid
opening, please follow the link:
Join the meeting now
Meeting ID: 273 701 948 779 4
Passcode: hx6cM6wE
Alternatively, the bid opening can be accessed via phone. This option will only allow you to hear
the audio presentation.
Phone conference ID:
Call-in number: 1 970-628-0892,
Conference ID: 379 108 122#
Any additional questions should be submitted, preferably in writing via email, to
Dennis Ralph, Senior Buyer, at dralph@fcgov.com with a copy to Project Manager, Kevin
Armstrong at karmstrong@fcgov.com, no later than 3:00 PM MT (our clock) on June 23,
2025. Please format your e-mail to include: Bid 10187 Sherman Reilly DD-75E+ Underground
Puller in the subject line. Questions received after this deadline may not be answered. Responses
to all questions submitted before the deadline will be addressed in an addendum and posted on
the Rocky Mountain E-Purchasing System webpage.
Rocky Mountain E-Purchasing System hosted by BidNet:
A copy of the Bid may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
fcgov.com/purchasing
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 2 of 10
This BID has been posted utilizing the following Commodity Code(s):
28581 Tools and Accessories, Electricians' and Lineman's (Including Cable Fault
Locators, Cable Pullers, Press Boosters and Heads, Hotsticks, Testing Equip. Wire
Crimping Tools, etc.) (See 285-30 for Dielectric Tools)
54556 Post Straighteners and Pullers, Hydraulic
Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the
provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy “sexual orientation” means a
person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages
in protected activity. Protected activity includes an employee complaining that he or she has been
discriminated against in violation of the above policy or participating in an employment
discrimination proceeding.
The City requires its Vendor to comply with the City’s policy for equal employment opportunity
and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to
all third-party Vendor and their subcontractors/subconsultants at every tier.
Colorado Open Records Act: The City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted hereunder is subject
to public disclosure by the City pursuant to CORA and City ordinances. All submitted bids, Bid
Forms, and the awarded contract will be considered public records subject to disclosure
under CORA. By responding to this Bid, Contractor hereby waives any and all claims for
damages against the City for the City’s good faith compliance with CORA.
Special Instructions:
All bids must be properly signed by an authorized representative of the company with the legal
capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour
set for closing. Once bids have been accepted by the City and closing has occurred, failure to
enter into contract or honor the purchase order will be cause for removal of supplier's name from
the City of Fort Collins' bidders list for a period of twelve months from the date of the opening.
The City may also pursue any remedies available at law or in equity. Bid prices must be held firm
for a period of ninety (90) days after bid openings.
Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained
in the City's specifications initially provided to the Vendor. Any proposed modification must be
accepted in writing by the City prior to award of the bid.
Only bids properly received by the Purchasing Office will be accepted. All bids should be
clearly identified by the bid number and bid name contained in the bid proposal.
No bid will be accepted from, or any purchase order awarded, to any person, firm or corporation
in default on any obligation to the City.
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 3 of 10
Bids must be furnished exclusive of any federal excise tax, wherever applicable.
Vendors must be properly licensed and secure necessary permits wherever applicable.
The City may elect where applicable, to award bids on an individual item/group basis or on a total
bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject
any and all bids, and to waive any irregularities or informalities.
Sales Prohibited/ Conflict of Interest: No officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity, favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Freight Terms: Unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All
freight charges must be included in prices submitted on proposal.
Collusive or Sham Bids: Any bid deemed to be collusive or a sham bid will be rejected and
reported to authorities as such. Your authorized signature of this bid assures that such bid is
genuine and is not a collusive or sham bid.
Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow
other state and local governmental agencies, political subdivisions, and/or school districts to
utilize the resulting award under all terms and conditions specified and upon agreement by all
parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in
the current term or in any future terms.
Vendor Registration: The City requires a new Vendor receiving awards from the City to submit
IRS form W-9 and requires all Vendors to accept Direct Deposit (Electronic) payment. If needed,
the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s
Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Please
do not submit these documents with your proposal, however, if you take exception to
participating in Direct Deposit (Electronic) payments please clearly note such in your proposal as
an exception. The City may waive the requirement to participate in Direct Deposit (Electronic)
payments at its sole discretion.
Bid results are posted online at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Gerry Paul
Purchasing Director
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 4 of 10
CITY OF FORT COLLINS
GENERAL INFORMATION
The City of Fort Collins is requesting bids from manufacturer’s authorized dealers/resellers
(“Vendors”) for the purchase of a new current model year Sherman Reilly DD-75E+ Underground
Puller for the City’s Utility Light and Power department.
Schedule
The following represents the City’s target schedule for the bid. The City reserves the right to
amend the target schedule at any time.
• Bid issuance: June 16, 2025
• Question deadline: 3:00 PM MT on June 23, 2025
• Bid Opening Date: 3:00 MT (our clock) on July 8, 2025
Method of Award
Award(s) from this bid will be based on the lowest responsive and responsible bid with
consideration of delivery lead time.
Notice of Award
The awarded Vendor will receive a Notice of Award to be followed by a Purchase Order from the
City. Vendor should not initiate the vehicle ordering process or related activities prior to receipt
of the Purchase Order.
Invoices & Payments
Invoice(s) should be emailed after delivery and acceptance of the vehicle(s) to
invoices@fcgov.com with a copy to Kevin Armstrong at ggramling@fcgov.com. The cost of the
vehicle delivered and accepted shall be paid to the Vendor following the submittal of a correct
invoice. Vendor should include Purchase Order Number and the vehicle bill of sale for each
invoice submitted. The City pays invoices on Net 30 terms.
Laws and Regulations
The Vendor agrees to comply fully with all applicable local, State of Colorado and Federal laws
and regulations and municipal ordinances to include American Disabilities Act (ADA). The Vendor
further agrees to comply fully with the Occupational Safety and Health Act, all regulations issued
there under, and all state laws and regulations enacted and adopted pursuant thereto.
Insurance
Vendor is responsible for providing the City with insurance as required in the attached Exhibit A.
Warranty
Information and pricing pertinent to both manufacturers and extended warranties must be
included.
Delivery
Delivery of all items shall be to:
City of Fort Collins - Fleet
906 Vine Dr.
Fort Collins, CO 80521
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 5 of 10
Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in pricing
submitted on the Bid Schedule and not entered as separate pricing. Any surcharges or additional
costs shall be noted & included in proposed pricing.
Titling Paperwork
City of Fort Collins
300 Laporte Ave.
Fort Collins, CO 80521
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 6 of 10
CITY OF FORT COLLINS
BID SUBMITTAL INSTRUCTIONS
The following items must be provided in the bid submittal package:
1) Completed Bid Submittal Form, consisting of 2 (two) pages, including:
• Bid Schedule
• Warranty
• Acknowledgement.
Failure to submit any of the above may result in your bid being considered non-responsive.
10187 SHERMAN REILLY DD-75E+ UNDERGROUND PULLER
BID SUBMITTAL FORM
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 7 of 10
VENDOR NAME:
SUBMITTAL DATE:
A. BID SCHEDULE
(weeks)
UNDERGROUND PULLER DD-75
E+ 7,500 LB. PULLING
BLOCK;UG-71-NYL;KIT;2-6_IN;
B. WARRANTY
Provide details regarding the standard and extended warranties using the space
below or attached additional details.
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
10187 SHERMAN REILLY DD-75E+ UNDERGROUND PULLER
BID SUBMITTAL FORM
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 8 of 10
D. ACKNOWLEDGEMENT
This form may not be redlined and must be submitted with your bid.
Vendor hereby acknowledges receipt of the City of Fort Collins Bid and acknowledges that it
has read and agrees to be fully bound by all of the terms, conditions and other provisions set
forth in BID 10187 Sherman Reilly DD-75E+ Underground Puller except as otherwise
noted. Additionally, Vendor hereby makes the following representations to City:
a. All of the statements and representations made in this proposal are true to the best of the
Vendor’s knowledge and belief.
b. Vendor commits that it is able to meet the terms provided in this proposal.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Vendor further agrees that the method of award is acceptable.
e. Vendor also agrees to complete the proposed Notice of Award (NOA) with the City of Fort
Collins within 10 days of notice of award. If NOA is not completed and signed within 10
days, City reserves the right to cancel and award to the next highest rated firm.
f. Vendor acknowledges receipt of addenda.
g. Vendor acknowledges no conflict of interest.
h. Vendor acknowledges that the City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted hereunder is
subject to public disclosure by the City pursuant to CORA and City ordinances. All
submitted bids, Bid Forms, and the awarded contract will be considered public
records subject to disclosure under CORA. By responding to this Bid, Vendor hereby
waives any and all claims for damages against the City for the City’s good faith compliance
with CORA.
Legal Firm Name:
Physical Address:
Remit to Address:
Phone:
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
NOTE: ALL BID SUBMITTAL FORM PAGES MUST BE COMPLETED, SIGNED WHERE
REQUIRED & RETURNED WITH YOUR BID PROPOSAL PACKAGE.
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 9 of 10
SPECIFICATIONS
Max. Pulling Capacity 7,500 lb.
Bullwheels Twin capstan, 6 in. dia., 5-groove followed by 6-groove
Gearbox and
Line Speed
1st gear: 0-60 fpm/Line tension up to 7,500 lb. w/ demand payout
2nd gear: 0-120 fpm/Line tension up to 3,500 lb. w/ demand payout
3rd gear: 0-285 fpm/Line tension up to 1,500 lb. w/ demand payout
Drive System 48V Electric
Charging Time Rapid Recharge: 50% to 100% = ~1 hour; 0 to 100% = ~2 hours
Wall Charger: 4-5 hr for 0% to 50%; 8-9 hr for 0% to 100%
Rapid Recharge System 10.1 HP Diesel, Flywheel-Integrated Permanent Magnet Generator
Wall Charger Plug Type Standard 120V/60hz 3-prong
Fuel Capacity 4 Gallons
Pulling Rope 3/8 in., 6 x 25 XIP IWRC steel wire rope, 2,000 ft.
Boom Hydraulic, joystick controlled, 3-axis, 50° swing arc - 17 in.
sheave with swivel head
Levelwind Dual automatic fairlead sheaves
Puller Mounted Controls Dual redundancy electric override
Puller Wireless Controls CANbus controller connected to radio controlled remote
(100 ft. maximum range)
Footage Counter Electronic, actual footage, pay-in and pay-out with memory
Pulling Connectors Rotation-resistant:
E-35 rated at 3,000 lb. (1)
E-49 rated at 8,800 lb. (1)
Frame Construction Steel tubing, continuous-weld
Hydraulic Fluid ISO Grade 32
Hydraulic Reservoir 4 Gallons
Length (overall, nom.) 15 ft. 5 in.
Width (overall, nom.) 7 ft. 11 in.
Height (overall, nom.) 9 ft. 6 in.
Weight* (nom) 7,600 lb.
GVWR 9,500 lb.
Suspension Leaf-spring
Axle Configuration Single
Wheel Configuration & Tires Single, LT235/75R17.5
Brakes (Trailer) Electric, with safety break-away switch
Towing Attachment 3 in. adjustable pintle eye, with 2 Safety Chains with hooks
Tie Downs 5/8 in. dia. steel D-rings
Tongue Jack Hydraulic, with shoe - 144 sq. in. of surface area
Bumper Stabilizing Jacks Hydraulic, with shoe at corners - 144 sq. in. of surface area
Electrical System 48V/12V Split System
Lights / Navigation US DOT, LED, 12 VDC
Grounding 3/4 in. dia. copper-clad steel loops (4)
BID 10187 Sherman Reilly DD-75E+ Underground Puller Page 10 of 10
EXHIBIT A
INSURANCE REQUIREMENTS
The Service Provider will provide, from insurance companies acceptable to the City, the insurance
coverage designated hereinafter and pay all costs. Before commencing work under this bid, the
Service Provider shall furnish the City with certificates of insurance showing the type, amount,
class of operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Service Provider under this Agreement.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The City, its officers, agents and employees shall be named as additional insureds on the
Service Provider's general liability and automobile liability insurance policies by marking
the appropriate box or adding a statement to this effect on the certificate, for any claims
arising out of work performed under this Agreement.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain
Worker’s Compensation and Employer’s Liability insurance during the life of this
Agreement for all of the Service Provider's employees engaged in work performed under
this Agreement. Workers' Compensation & Employer’s Liability insurance shall conform
with statutory limits of $100,000 per accident, $500,000 disease aggregate, and
$100,000 disease each employee, or as required by Colorado law.
B. General Liability. The Service Provider shall maintain during the life of this Agreement
General Liability insurance as will provide coverage for damage claims of personal
injury, including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a (broad form) basis. The amount of
insurance for General Liability shall not be less than $1,000,000 combined single limits
for bodily injury and property damage.
C. Automobile Liability. The Service Provider shall maintain during the life of this
Agreement Automobile Liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property damage,
which may arise directly or indirectly from the performance of work under this
Agreement. Coverage for property damage shall be on a (broad form) basis. The
amount of insurance for Automobile Liability shall not be less than $1,000,000 combined
single limits for bodily injury and property damage.
D. Errors and Omissions. The Service Provider shall maintain errors and omissions
insurance in the amount of $1,000,000.