Loading...
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.