Digger Derrick Electrical Utility Trucks

expired opportunity(Expired)
From: City of Stillwater(City)

Basic Details

started - 18 Mar, 2022 (about 2 years ago)

Start Date

18 Mar, 2022 (about 2 years ago)
due - 27 Apr, 2022 (about 2 years ago)

Due Date

27 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Stillwater

Customer / Agency

City of Stillwater
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 City of Stillwater, Oklahoma NOTICE is hereby given that the STILLWATER UTILITIES AUTHORITY will receive sealed Bids for the following: SUA BID: #12-21/22 DESCRIPTION: Digger Derrick Electrical Utility Trucks You are invited to submit a Bid to supply the Goods and/or Services specified above. Invitations for Bid will be posted on the Citys website at www.stillwater.org or a hardcopy may be obtained at: City of Stillwater City Clerk 723 S. Lewis St. Stillwater, OK 74074 Bids must be received no later than 3:00 PM (CST) on Wednesday, April 27, 2022 and delivered to: City Clerks Office 723 S. Lewis St. Stillwater, OK 74074 Bids must be securely SEALED in a catalog envelope (i.e., 9 x 12 manila or white mailing envelope) and either mailed or delivered. No faxed or emailed Bids will be considered. Bids
received after the stated date and time will not be accepted and will be returned to the Bidder unopened. Any bid received by the City Clerk more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of bids, or any bid so received after the time set for opening of bids, shall not be considered and shall be returned unopened to the bidder submitting same. The Bid Packet consists of (1) this Notice of Invitation for Bid; (2) the Summary Sheet; (3) Form #1; (4) Form #2 Proposed Agreement; (5) Form #3; (6) Form #4; (7) Form #5; (8) Form #6; (9) Form #7; (10) Instructions, Terms & Conditions for Bidders; (11) Special Requirements; (12) Technical Specifications; (13) Exhibit A: Bid Form; and (14) Exhibit B: Dimensions Specifications. Use this Checklist to ensure you have read all forms and completed all yellow pages and forms that must be returned. Notice of Invitation for Bid Summary Sheet Form #1: Bidder Information Sheet (Must be completed and returned) Form #2: Proposed Agreement (Original(s) to be signed after bid award) Form #3: Interest Affidavit (Original signature & notarization required for return) Form #4: Non-Collusion Affidavit (Original signature & notarization required for return) Form #5: Affidavit of Claimant (Original signature & notarization required for return) Form #6: Acknowledgement of Receipt of Addenda/Amendments (Must be completed, signed and returned) Form #7: Business Relationship Affidavit (Original signature & notarization required for return) Instructions, Terms & Conditions for Bidder Special Requirements (Offer Period; Insurance & Bonding; References) Technical Specifications Exhibit A: Bid Form (This is your bid. It must be completed and returned or your Bid will be rejected.) IMPORTANT NOTE: Write the Bid Number, Bid Description, and Bid Opening Date (as listed above) on the lower left corner of the outside of your Bid envelope. You must return the entire completed Bid Packet as set forth above. Saltwater OKLAHOMA http://www.stillwater.org/ INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM SS SUMMARY SHEET FORM SS SUMMARY SHEET Procurement Specialist If you have questions or need additional information, contact the Procurement Specialist: Dickie Brown dickie.brown@stillwater.org Please include SUA Bid #12-21/22 on the subject line Bidders Notice of Intent to Submit a Bid Email the Procurement Specialist indicating your intent to Bid. Include SUA Bid #12-21/22 on the subject line of the email. You will receive an email response verifying your notice of intent to bid was received. The same procedure should be followed to request clarification, in writing, of any point in the Invitation for Bid. Bidders are encouraged to contact the Procurement Specialist by email if there is anything in these specifications that prevents you from submitting a Bid, or completing the Bid Packet. Questions or concerns must be received no later than the close of business on Wednesday, April 20, 2022. Issuing of Addenda If you received the Notice of this Invitation for Bid from the City as a result of being registered with the City, you should also receive notice of any addenda issued. Addenda will be posted on the Citys bid page (www.stillwater.org). Pre-Bid Conference If a Pre-Bid Conference will be held for this Invitation for Bid, information on that conference will be inserted below. Date: N/A Time: Location: ______ ___________ Attendance is NOT REQUIRED to submit a Bid. Bid Packet Submission The City requires three (3) completed Bid Packets. (1 Original and 2 copies) Each must be clearly labeled on the front sheet indicating Original or Copy. If a copy on electronic media is also required, the box below will be checked. Responses to this Invitation for Bid must be made on the Forms and documents listed on Page 1. The entire Bid Packet must be returned or your Bid may be rejected. Do not take exception to any portion of this Bid Packet. Do not make any entries except where required. Do not insert any other documents into the Bid Packet. Bid Packet Submission All Bid Openings are public and take place at 3:00 PM Wednesday. The Bid Openings are held in the City of Stillwater, Meeting Room 1112B, 723 S. Lewis St., Stillwater, Oklahoma, 74074. Saltwater OKLAHOMA mailto:michelle.wilhelm@stillwater.org http://www.stillwater.org/ INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM #1 BIDDER INFORMATION SHEET FORM #1 FORM #1 BIDDER INFORMATION SHEET Bidders Exact Legal Name: (Must be Bidders company name as reflected on its organizational documents, filed with the state in which bidder is organized; not simply a DBA) State of Organization: Bidders Type of Legal Entity: (check one) Sole Proprietorship Partnership Corporation Limited Partnership Limited Liability Company Limited Liability Partnership Other: Bidders Address: Street City State Zip Code Website Address: Email Address: Sales Contact: Name: Street: City: State: Phone: Fax: Email: Legal or Alternate Contact: Name: Street: City: State: Phone: Fax: Email: Saltwater OKLAHOMA INVITATION FOR BID SUA BID #12-21/22 Digger Derrick Electrical Utility Trucks Issued: April 2, 2022 FORM #2 STILLWATER UTILITIES AUTHORITY Form #2 FORM #2 PURCHASE AGREEMENT Stillwater Utilities Authority Digger Derrick Electrical Utility Trucks (SUA Bid #12-21/22) This Contract made and entered into this ___ day of ____, 2022 by and between Stillwater Utilities Authority, Oklahoma, a public trust, (hereinafter "SUA") and , (hereinafter "Vendor"). WITNESSETH: WHEREAS, SUA has caused to be prepared in accordance with law, certain requirements, specifications and other documents for the purchase of trucks hereinafter described and has approved and adopted all of said contract documents, and has issued an Invitation for Bid and solicited sealed bids and has received sealed bids for the furnishing of Digger Derrick Electrical Utility Trucks as outlined and set out herein in accordance with the terms and provisions of this Contract; and WHEREAS, SUA, in the manner provided by law, has examined and canvassed the bids submitted and has selected the above-named Vendor for the purchase of Digger Derrick Electrical Utility Trucks, and has duly awarded this contract to said Vendor, for the sum named in the bid, to wit: Truck Number One (1) - $ Truck Number Two (2) - $ NOW, THEREFORE, FOR AND IN CONSIDERATION OF THE MUTUAL AGREEMENTS AND COVENANTS HEREIN CONTAINED, THE PARTIES TO THIS CONTRACT HAVE AGREED, AND HEREBY AGREE, AS FOLLOWS: 1. Contract Documents. The Vendor shall, in a good and first class workmanlike manner, at its own cost and expense, furnish all labor, materials, tools and equipment required to provide trucks in strict accordance with this contract and the following Contract Documents: Entire Bid Packet for Bid# SUA BID #12-21/22; Digger Derrick Electrical Utility Trucks, Vendors Bid Form, Bid Bond, , required warranties. all of which said documents are on file in the office of the City Clerk, City of Stillwater, Stillwater, Oklahoma, and are made a part of this contract as fully as if the same were herein set out at length. Any terms and conditions contained in the Bid Packet are hereby incorporated and made a part of this contract. 2. Term. a. Estimated contract award date: May, 2022 INSTRUCTIONS: This document must be properly signed and returned or your Bid will be rejected. This form constitutes your offer and if accepted by the City of Stillwater will constitute the Purchase Agreement under which you are obligated to perform. Your signature on this document indicates you have read and understand these terms and agree to be bound by them. Saltwater OKLAHOMA INVITATION FOR BID SUA BID #12-21/22 Digger Derrick Electrical Utility Trucks Issued: April 2, 2022 FORM #2 STILLWATER UTILITIES AUTHORITY Form #2 3. Payments to Vendor. SUA shall make payments to the Vendor in accordance with the Payment and Invoices provision of the Technical Specifications of the contract documents. 4. Acceptance of the Work. On completion of work, but prior to the acceptance thereof by SUA, it shall be the duty of SUA to determine, by examination that said work has been completely and fully performed in accordance with the Contract Documents. 5. No Indemnification by SUA. SUA shall not indemnify nor hold Vendor harmless for loss, damage, expense or liability arising from or related to this Contract, including any attorneys fees and costs. In addition, Vendor shall not limit its liability to SUA for actual loss or direct damages for any claim based on a material breach of this Contract and the documents incorporated herein. SUA reserves the right to pursue all legal and equitable remedies to which it may be entitled. 6. Indemnification by Vendor. Vendor agrees to indemnify and hold SUA, Burns & McDonnell Engineering Company, Inc. and their authorized representatives harmless from any and all costs, liabilities, expenses, suits, judgments and damages to persons or property to the proportionate extent caused by the Vendor, its agents, employees or sub Vendors and resulting from negligent acts, errors, mistakes or omissions from the Vendors operation in connection with the services to be performed hereunder. 7. Bonds & Insurance Required. The Vendor shall provide all required bonds and insurance as set forth in the contract documents. Failure to comply with the bonds and insurance requirements at all times during the performance of this Contract is grounds for immediate termination of this Contract. 8 Termination. This Agreement may be terminated by SUA for convenience at any time upon seven (7) days prior written notice to the Vendor. This Agreement may be terminated for cause by the non-breaching party in the event the other party materially breaches this Agreement and provided the non-breaching party provides the breaching party five (5) days prior written notice and the opportunity to cure such breach(es) specified in the notice. In the event termination is for the convenience of SUA, payment will be made for the value of all services rendered up to the time of termination. In the event termination is for breach of contract by the Vendor, payment will be made only for the value of those services satisfactorily performed as determined by mutual agreement. 9. No Assignment. This Contract shall be binding upon the parties hereto and their heirs, executors, administrators and assigns. The Vendor shall not assign any of its rights or duties under this agreement or subcontract the whole or any part of its rights or duties under this agreement or subcontract the whole or any part of the work to be performed hereunder without first having obtained the written consent of the SUA to such assignment or subcontract. The SUA agrees that it will not unreasonably withhold its consent to any assignment or subcontract. 10. No Confidentiality. Vendor understands and acknowledges that SUA is subject to the Oklahoma Open Records Act (51 O.S. 24A.1 et seq.) and therefore cannot assure the confidentiality of contract terms or other information provided by Vendor pursuant to this Contract that would be inconsistent with its compliance with the statutory requirements thereunder. 11. Governing Law. This Agreement and the rights and obligations of the parties hereunder shall be governed by and construed in accordance with the laws of the State of Oklahoma without regard to its choice of law principals. The parties agree that all causes of action shall be brought in the Federal or State Courts within the State of Oklahoma. The parties stipulate that venue is proper in a court of competent jurisdiction in Payne County, Oklahoma and each party waives any objection to such venue. SUA does not and will not agree to binding arbitration of any disputes. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed, in three (3) duplicate originals, the day and year first above written. Saltwater OKLAHOMA INVITATION FOR BID SUA BID #12-21/22 Digger Derrick Electrical Utility Trucks Issued: April 2, 2022 FORM #2 STILLWATER UTILITIES AUTHORITY Form #2 Approved and accepted this _____________ day of __________________, 2022 VENDOR _______________________________ _____________________________________________ Name: Title: Approved and accepted this _____________ day of __________________, 2022 STILLWATER UTILITIES AUTHORITY, a public trust _________________________________ William H. Joyce, Chairman ATTEST: _________________________ Teresa Kadavy, Secretary Approved as to form and legality this__________ day of__________________, 2022. _________________________________________________ Kimberly Carnley, General Counsel Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM # 3 INTEREST AFFIDAVIT FORM #3 FORM #3 INTEREST AFFIDAVIT STATE OF ________________________) ) ss. COUNTY OF ______________________) I, _____________________________, of lawful age, being first duly sworn, state that I am the agent authorized by Seller to submit the attached Bid. Affiant further states that no officer or employee of the City of Stillwater either directly or indirectly owns a five percent (5%) interest or more in the Bidders business or such a percentage that constitutes a controlling interest. Affiant further states that the following officer and/or employees of the City of Stillwater own an interest in the Bidders business which is less than a controlling interest, either direct or indirect. ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ By: Signature Printed Name: Title: Subscribed and sworn to before me this _______ day of ________________, 20_____. Notary Public My Commission Expires: Notary Commission Number: County & State where Notarized: The Affidavit must be signed by an authorized agent and notarized Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM # 3 INTEREST AFFIDAVIT FORM #4 FORM #4 NON-COLLUSION AFFIDAVIT (Required by Oklahoma Competitive Bidding Act, 61 O.S. 138) STATE OF ________________________) )ss. COUNTY OF ______________________) I, ________________________________, of lawful age, being first duly sworn, state that: (Sellers Authorized Agent) 1. I am the authorized agent of Seller herein for the purpose of certifying facts pertaining to the existence of collusion among and between Bidders and municipal officials or employees, as well as facts pertaining to the giving or offering of things of value to government personnel in return for special consideration in the letting of any contract pursuant to the Bid to which this statement is attached. 2. I am fully aware of the facts and circumstances surrounding the making of the Bid to which this statement relates, and I have been personally and directly involved in the proceedings leading to the submission of such Bid; and 3. Neither the Seller nor anyone subject to the Sellers direction or control has been a party: a. to any collusion among Bidders in the restraint of freedom of competition by agreement to Bid or contract at a fixed price or to refrain from bidding or contracting, b. to any collusion with any municipal official or employee as to quantity, quality, or price in the prospective contract, or as to any other terms of such prospective contract, nor c. in any discussions between Bidders and any municipal official concerning exchange of money or other thing of value for special consideration in the letting of a contract, I certify, if awarded the contract, whether competitively bid or not, neither the business entity I represent nor anyone subject to the business entitys direction or control has paid, given or donated or agreed to pay, give or donate to any officer or employee of the City of Stillwater any money or other thing of value, either directly or indirectly, in procuring the contract to which this statement relates. By: Signature Printed Name: Title: Subscribed and sworn to before me this _______ day of ________________, 20_____. Notary Public My Commission Expires: Notary Commission Number: County & State where Notarized: The Affidavit must be signed by an authorized agent and notarized Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM # 5 AFFIDAVIT OF CLAIMANT FORM #5 FORM #5 AFFIDAVIT OF CLAIMANT STATE OF ________________________) )ss. COUNTY OF ______________________) The undersigned person, of lawful age, being first duly sworn on oath, says that all invoices to be submitted pursuant to this agreement with the City of Stillwater will be true and correct. Affiant further states that the work, services or material furnished will be completed or supplied in accordance with the plans, specifications, orders, requests, and/or contract furnished or executed by the affiant. Affiant further states that (s)he has made no payment directly or indirectly to any elected official, officer, or employee of the City of Stillwater or any public trust where the City of Stillwater is a beneficiary, of money or any other thing of value to obtain payment of the invoice of procure the contract or purchase order pursuant to which an invoice is submitted. Affiant further certifies that (s)he has complied with all applicable laws regarding equal employment opportunity. Company: Remit to Address: City/State/Zip: Print Name: Signature: Title: Subscribed and sworn to before me this _______ day of ________________, 20_____. Notary Public My Commission Expires: Notary Commission Number: County & State where Notarized: The Affidavit must be signed by an authorized agent and notarized Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM # 6 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA/AMENDMENTS FORM #6 FORM #6 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA/AMENDMENTS I hereby acknowledge receipt of the following addenda or amendments, and understand that such addenda or amendments are incorporated into the Bid Packet and will become a part of any resulting contract. List Date and Title/Number of all addenda or amendments: (Write None if applicable) Sign Here Printed Name: Title: Date: Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM #7 BUSINESS RELATIONSHIP AFFIDAVIT FORM #7 FORM #7 BUSINESS RELATIONSHIP AFFIDAVIT (Required by Oklahoma Competitive Bidding Act, 61 O.S. 108) I, ___________________________________, of lawful age, being first duly sworn, on oath says that (s)he is the agent authorized by the bidder to submit the attached bid. Affiant further states that the nature of any partnership, joint venture, or other business relationship presently in effect or which existed within one (1) year prior to the date of this statement with the architect, engineer, or other party to the project is as follows: ______________________________________________________________________________________________ ______________________________________________________________________________________________ ______________________________________________________________________________________________ Affiant further states that any such business relationship presently in effect or which existed within one (1) year prior to the date of this statement between any officer or director of the bidding company and any officer or director of the architectural or engineering firm or other party to the project is as follows: _______________________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ Affiant further states that the names of all persons having any such business relationships and the positions they hold with their respective companies or firms are as follows: _______________________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ (If none of the business relationships hereinabove mentioned exist, affiant should so state.) By: Signature Printed Name: Title: Subscribed and sworn to before me this _______ day of ________________, 20_____. Notary Public My Commission Expires: Notary Commission Number: County & State where Notarized: The Affidavit must be signed by an authorized agent and notarized Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TC TERMS & CONDITIONS FORM TC FORM #TC INSTRUCTIONS, TERMS & CONDITIONS FOR BIDDERS 1. PURCHASING AUTHORITY. City issues this Invitation for Bid pursuant to Stillwater City Charter, Art. IV, 4-1 and Stillwater City Code, Ch. 2, Art. VI, 2-608, the provisions of which are incorporated herein. 2. DEFINITIONS. The following terms have the following meanings when used in the documents comprising this Bid Packet. A. Acceptance with respect to a Bid shall mean Stillwaters selection of a Bid and award of a contract to the Bidder/Vendor. B. Acceptance with respect to delivery of Goods and/or Services provided for under a Purchase Agreement shall mean Stillwaters written acknowledgement that Vendor has satisfactorily provided such Goods and/or Services as required. C. Addenda Addendum or Amendment(s) shall mean a calcification, revision, addition, or deletion to this Invitation for Bid by the City of Stillwater which shall become a part of the agreement between the parties. D. Authorized Agent means an agent who is legally authorized to bind the Bidder/Vendor under the law of the State in which Bidder/Vendor is legally organized. An Authorized Agent must sign all documents in the Bid Packet on behalf of the Bidder. Under Oklahoma law, the Authorized Agent for each of the following types of entities is as stated below: Corporations the president, vice president, board chair, or board vice chair can sign; others can sign if they have and provide to the City (i) a corporate resolution giving them authority to bind the Vendor; and (ii) a recent corporate secretarys certificate indicating the authority is still valid. General Partnerships any partner can sign to bind all partners. Limited Partnerships the general partner must sign. Individuals no additional authorization is required, but signatures must be notarized. Sole Proprietorship the owner can sign. Any other person can sign if (s)he provides a recent Power of Attorney, signed by the owner, authorizing him/her to bind the sole proprietorship. Limited Liability Company (LLC) The manager as named in the Operating Agreement can sign. Any person authorized by the Operating Agreement or a member can sign providing the person submits a copy of the authorization with a certificate of members indicating the authorization is still valid. Entities organized in states other than Oklahoma must follow the law of the State in which they are organized. E. Bid means the Bidders irrevocable offer to provide the requested Goods and/or Services set forth in Exhibit A and any additional materials or information the Bidder chooses to submit to support the Bid. F. Bidder means the legal entity which submits a Bid for consideration by the City of Stillwater in accordance with the Invitation for Bid. G. Bid Packet consists of the following documents (1) Notice of Invitation for Bid; (2) Summary Sheet; (3) Form #1; (4) Proposed Agreement Form #2; (5) Form #3; (6) Form #4; (7) Form #5; (8) Form #6; (9) Form #7; (10) Instructions, Terms & Conditions for Bidders; (11) Special Requirements; (12) Technical Specifications; and (13) Exhibit A Bid Form. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TC TERMS & CONDITIONS FORM TC H. Bid Submission Date shall mean the last date by which the City of Stillwater will accept Bids under an Invitation for Bid. I. City shall mean the City of Stillwater, Oklahoma. J. Vendor shall mean the Bidder whose Bid the City of Stillwater selected and awarded a contract. K. Days shall mean calendar days unless specified otherwise. L. Primary Vendor shall mean the Vendor whose Bid the City of Stillwater selected as the principal supplier of the Goods and/or Services required under this Agreement. M. Procurement Specialist/Project Manager shall mean the Citys employee assigned by the City of Stillwater to serve as the contact person for Bidders/Vendors responding to Invitations for Bid or completing contracts herein. N. Purchasing Division or City Clerks Office shall mean the City of Stillwater City Clerk, 723 S. Lewis St., Stillwater, Oklahoma, 74076. O. Secondary Vendor shall mean the Vendor whose Bid the City of Stillwater selected as a back-up supplier in the event that the Primary Vendor is unable to provide all the Goods and/or Services required. P. "Unit Price" shall mean an amount stated in the Bid as a price per unit of measurement for materials, equipment or services or a portion of the Work as described in the Bidding Documents. Q. You or Your shall mean the Bidder responding to this Invitation for Bid or the Vendor whose Bid the City of Stillwater selected and awarded a contract. R. Website shall mean the City of Stillwaters website: www.stillwater.org 3. QUESTIONS REGARDING INVITATION FOR BID. Questions regarding any portion of this Invitation for Bid must be submitted in writing (sent by mail or email) to the Procurement Specialist indicated on the Summary Sheet herein. You should submit questions as early as possible and preferably before the Pre-Bid Conference, if required. Questions and concerns must be received no later than close of business on Wednesday, April 20, 2022. Any oral responses to questions before the contract is awarded are not binding on the City of Stillwater. At the Citys discretion, any information or clarification made to you may be communicated to other Bidders that notified the City of their intent to Bid if appropriate to ensure fairness in the process for all Bidders. You must not discuss questions regarding the Invitation for Bid with anyone other than the Procurement Specialist or City Clerk or your Bid may be disqualified, any contract recommendation or Acceptance may be rescinded, or any contract may be terminated and delivered Goods returned at your expense and any payments made refunded. 4. ORAL STATEMENTS. No oral statements by any person shall modify or otherwise affect the provisions of this Invitation for Bid and/or any contract resulting therefrom. All modifications, addenda or amendments must be made in writing by the City of Stillwater. 5. EXAMINATION BY BIDDERS. You must examine the specifications, drawings, schedules, special instructions, and all documents in this Bid Packet prior to submitting any Bid. Failure to examine such documents and any errors made in the preparation of such Bid are at your own risk. 6. ADDENDA OR AMENDMENTS TO INVITATIONS FOR BID. Saltwater OKLAHOMA http://www.stillwater.org/ INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TC TERMS & CONDITIONS FORM TC The City of Stillwater may addend or amend its Invitations for Bid at any time before the Bid Submission Date, and any such addenda or amendments shall become a part of this Agreement. City will attempt to send a notification (by email) of any addenda or amendments to those Bidders who have responded to the Procurement Specialist with their intent to respond to the Invitation for Bid. However, it is your responsibility to inquire about any addenda or amendments by signing and returning Form #6 Acknowledgement of Receipt of Addenda/Amendments with your Bid. The City of Stillwater may reject any Bid that fails to acknowledge any addenda or amendments. 7. SPECIFICATIONS / DESCRIPTIVE TERMS / SUBSTITUTIONS. Unless the term no substitute is used, references to a brand name, manufacturer, make, or catalogue designation in describing an item in this Bid Packet does not restrict you to that brand or model. This Invitation for Bid may make such referenced to indicate the type, character, quality and/or performance equivalent of the item desired. However, you are required to furnish the exact item described in your Bid unless a proposed substitution is clearly noted and described in the Bid. The parties recognize that technology may change during the period Bids are solicited and subsequent contracts are performed. Therefore, the City of Stillwater may at its option accept changes or substitutions to the specifications for Goods of equal or better capabilities at no additional cost to the City. In the case of existing contracts, you shall give the City thirty (30) days advance notice in writing of any such proposed changes or substitutions. The City shall determine whether such items are acceptable as well as any proposed substitute. All Goods shall be new unless otherwise so stated in the Bid. Any unsolicited alternate Bid, or any changes, insertions, or omissions to the terms and conditions, specifications, or any other requirements of this Bid may be considered non- responsive and the Bid rejected. 8. PRICE / DISCOUNTS. Prices shall be stated in the units and quantity specified in the Bid Packet documents. In case of discrepancy in computing the Bid amount, you guarantee unit prices to be correct and such unit prices will govern. Prices shall include transportation, delivery, packing and container charges, prepaid by you to the destination specified in the specifications. Discounts for prompt payment will not be considered in Bid evaluations, unless otherwise specified. However, offered discounts for prompt payment will be taken if payment is made within the discount period. 9. NO INDEMNIFICATION OR ARBITRATION BY CITY. Vendor understands and acknowledges that Stillwater is a municipal corporation that is funded by its taxpayers to operate for the benefit of its citizens. Accordingly, and pursuant to Oklahoma law, Stillwater shall not indemnify nor hold Seller harmless for loss, damage, expense or liability arising from or related to this Agreement, including any attorneys fees and costs. In addition, Seller shall not limit its liability to Stillwater for actual loss or direct damages for any claim based on a material breach of this Agreement and the documents incorporated herein. Stillwater reserves the right to pursue all legal and equitable remedies to which it may be entitled. Stillwater will not agree to binding arbitration of any disputes. 10. DELIVERY. All prices quoted shall be based on delivery F.O.B. Stillwater, Oklahoma or to any other points as may be designated in the Technical Specifications, with all charges prepaid by Vendor to the actual point of delivery. Bids must state the number of days required for delivery under normal conditions. 11. TAXES. The City of Stillwater is exempt from federal excise and state sales taxes and such taxes shall not be included in the Bid prices. 12. BID SUBMISSION. The Bid Packet forms must be prepared in the name of the Bidder and properly executed by an Authorized Agent with full knowledge and acceptance of all provisions, in ink and notarized. Bids may not be changed or withdrawn after the deadline for submitting Bids (the Bid Submission Date). A Bid is an irrevocable offer and when accepted by the City of Stillwater (as evidenced by Citys execution of the Purchase Agreement) shall constitute a firm contract. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TC TERMS & CONDITIONS FORM TC A. BIDS MUST BE SUBMITTED ONLY ON THE BID PACKET FORMS AND SIGNED BY AN AUTHORIZED AGENT. THE ENTIRE BID PACKET MUST BE RETURNED AS RECEIVED WITH ALL FORMS COMPLETED AND SUBMITTED WITH YOUR EXHIBIT A BID FORM. YOU MAY ATTACH, AFTER EXHIBIT A, ANY DOCUMENTS NECESSARY TO COMPLETELY AND ACCURATELY RESPOND TO THE REQUEST. BIDS MUST BE IN STRICT CONFORMANCE WITH ALL INSTRUCTIONS, FORMS, AND SPECIFICATIONS CONTAINED IN THIS BID PACKET. B. Sealed Bids may be either mailed or delivered, but must be received at: City of Stillwater Office of the City Clerk 723 S. Lewis St. / PO Box 1449 Stillwater, OK 74076-1449 C. Bids will be accepted at the above address from 8:00 AM to 5:00 PM (CST), Monday through Friday except for City holidays. City is not responsible for failure of Bids to be received by the City Clerks Office prior to the due date and time. Any bid received by the City Clerk more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of bids, or any bid so received after the time set for opening of bids, shall not be considered and shall be returned unopened to the bidder submitting same. D. Late Bids will be rejected. The Procurement Specialist, in his/her sole discretion, may make exceptions only for the following reasons: City Hall closed for business for part or all of the day on the date the response was due. If the City deems it appropriate due to large-scale disruptions in the transportation industry that may have prevented delivery as required. If documented weather conditions caused the late delivery. You must provide documentation of such weather to the satisfaction of the Procurement Specialist. E. City of Stillwater will NOT accept faxed Bids. No exceptions. F. The City of Stillwater is not responsible for any of your costs in preparing the Bid response, attending a Pre-Bid Conference, if required, or any other costs you incur, regardless of whether the Bid is submitted, accepted, or rejected. G. All required Bid documents must be securely SEALED in a catalog envelope (i.e., 9 x 12 manila or white mailing envelope) and plainly marked with the Bid Number, Bid Title, and Bid Opening Date on the lower left corner of the outside of the Bid envelope. Bidders name and address must also be clearly indicated on the envelope. H. If submitting multiple options to the Invitation for Bid, each will be separately considered separately requiring each response to be complete and accurate. Each option must be clearly marked as Option 1 of 3, Option 2 of 3, etc. I. The number of copies you must submit is listed on the Summary Sheet in the front of the Bid Packet. At a minimum, there will be one (1) original, clearly labeled as such (ORIGINAL) on the Bid Packet cover page, and two (2) copies, clearly labeled as such (COPY) on the Bid Packet cover page. J. Multiple boxes or envelopes are permissible, but must not weigh more than fifty pounds (50 lbs.). Each box must be clearly labeled as instructed herein and numbered (i.e. Box 1 of 3, Box 2 of 3, etc.). The original must be in Box #1. K. The original and all copies (either paper or electronic) must be identical in all respects. Bids must be completed and submitted in ink or typewritten. Bids written in pencil will be rejected. Any corrections made to the Bids must be in initialed in ink. 13. BID REJECTION OR WITHDRAWAL. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TC TERMS & CONDITIONS FORM TC A. The City of Stillwater may reject any or all Bids, in whole or in part. B. A Bid may be rejected if it contains additional terms, conditions, or agreements that modify the requirements of this Invitation for Bid or attempts to limit Bidders liability to the City of Stillwater. C. A Bid may be rejected if Bidder is currently in default to City of Stillwater or any other contract or has an outstanding indebtedness to the City of Stillwater of any kind. D. City reserves the right to waive any formalities or minor irregularities, defects, or errors in Bids. E. Bid withdrawal may only be accomplished by an Authorized Agent requesting withdrawal in person at the City Clerks office before the Citys close of business on the Bid Submission Date. 14. BID RESULTS. A tabulation of Bids received will be made available on the Citys website generally within five (5) working days after the Bid Opening Date. After a contract award is recommended by the Project Manager, a copy of the Bid summary will be available in the City Clerks office. Bid results are not provided in response to telephone or email inquiries. 15. PURCHASE ORDER. In the event the successful Bid is for an amount less than Fifty Thousand Dollars ($50,000), and it is determined by the City of Stillwater to be in the best interest of the City, the City may in its sole discretion, issue a Purchase Order rather than execute the Purchase Agreement to purchase the Goods. If a Purchase Order is issued, however, the terms and conditions of the Bid Packet documents, including the Purchase Agreement, will govern the transaction and be enforceable by the City of Stillwater and Bidder/Vendor. 16. CONTRACT AWARD. If a contract is awarded, it will be awarded to the Bidder that the City of Stillwater determines is the lowest responsible Bidder meeting specifications. Such Bid analysis will consider price and other factors, such as Bidders qualifications and financial ability to perform the contract, as well as operating costs, delivery time, maintenance requirements, performance data, history of contract relations with the City of Stillwater, and guarantees of materials and equipment, as applicable. A complete list of factors that are considered is set forth in the City of Stillwater Purchasing Manual. Unless otherwise noted, the City of Stillwater reserves the right to award a contract by item, one or more groups of items, or all items in the Bid, whichever is in the Citys best interest. 17. IRS FORM W-9. If the City of Stillwater selects your Bid and awards a contract to you, you will have ten (10) days from notification of award to provide the City of Stillwater with your complete IRS Form W-9. 18. NOTICE TO PROCEED. If the City of Stillwater accepts your Bid and executes the Purchase Agreement, you shall not commence work until authorized to do so by the Procurement Specialist or his/her representative. Receipt of a Purchase Order from the City of Stillwater is notice to proceed. 19. PAYMENTS. Invoices must be emailed to: finance@stillwater.org. Payments will be made Net 30 days after receipt of a properly submitted invoice or the City of Stillwaters Acceptance of the Goods and/or Services, whichever is later, unless the City of Stillwater decides to take advantage of any prompt payment discount included in the Bid. 20. FORCE MAJEURE. In no event shall City of Stillwater be responsible or liable for any failure or delay in the performance of its obligations hereunder arising out of or caused by, directly or indirectly, forces beyond its control, including, without limitation, strikes, work stoppages, acts of war or terrorism, civil or military disturbances, nuclear or natural catastrophes, acts of God, or the declaration of a federal, state, or local emergency. In the event of a declared federal, state, or local emergency affecting Stillwater, Oklahoma, the City Manager shall have the unilateral right to suspend any or all services provided Saltwater OKLAHOMA mailto:finance@stillwater.org https://www.lawinsider.com/clause/force-majeure INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TC TERMS & CONDITIONS FORM TC for under this Contract or to terminate this Contract without any liability whatsoever. In the event of termination, this Contract shall not be revived by the expiration of the declared emergency. In the event of suspension of any or all services during a time of declared emergency and upon expiration of said declared emergency, the parties may mutually agree in writing to resume services. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET SPECIAL REQUIREMENTS 1. IRREVOCABLE OFFER PERIOD. You understand and acknowledge that the offer submitted as your Bid is firm and irrevocable from the Citys close of business on the Bid Submission Date until 60 days after the Bid Opening Date. 2. GENERAL LIABILITY / INDEMNIFICATION. You shall hold the City of Stillwater harmless for any loss, damage or claims arising from or related to your performance of the Agreement. You must exercise all reasonable and customary precautions to prevent any harm or loss to all persons and property related to the Agreement. You agree to indemnify and hold the City of Stillwater harmless from claims, demands, causes of actions or suits of whatever nature arising out of the Goods and/or Services, labor, or materials furnished by you or your sub Vendors under the provisions of the Bid Packet documents. 3. LIENS. No liens of any kind shall exist against property of the City of Stillwater. Bidder shall deliver all Goods to the City of Stillwater free and clear of liens. Delivery by Bidder to City of goods which are subject to liens shall be a material breach of the Agreement and all damages and costs incurred by the City as a result of the existence of such liens shall be paid to the City by returning such goods and reimburse the City for any payments made for such goods. 4. INSURANCE. If the box is checked Yes, the following insurance is required: YES X NO Bidder and its sub Vendors must obtain at Bidders expense and keep in effect during the term of the Agreement, including any renewal periods, policies of General Liability insurance in the minimum amounts set forth below and Workers Compensation insurance in the statutory limits required by law. The amounts set forth below are minimums, to the extent additional coverage is required it will be set forth in the contract. Amounts required by the contract shall govern. Workers Compensation Statutory Limits Employers Liability $1,000,000 aggregate comprehensive General Liability $1,000,000 per occurrence Property Damage $25,000 per occurrence Property Damage $1,000,000 aggregate Auto Liability $125,000 each person for bodily injury Auto Liability $25,000 each occurrence for property damage The City of Stillwater shall be named an additional insured on the Comprehensive General Liability policy in amounts equal to the liability limits for political subdivisions set forth in the Oklahoma Governmental Tort Claims Act, 51 O.S. 151, et seq. Provided, however, this shall not preclude the Vendor from carrying insurance in amounts exceeding said liability limits so long as the City is not named as an additional insured in any amount in excess of said statutory liability limits. BIDDERS INSURER MUST BE AUTHORIZED TO TRANSACT BUSINESS IN THE STATE OF OKLAHOMA. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET You will have ten (10) days after notification that your Bid was selected for contract award by the City of Stillwater to provide proof of such coverage by providing the Procurement Specialist shown on the Summary Sheet of the Bid Packet with a Certificate of Insurance. The Certificate of Insurance must be completed with the following information: Vendors Name Insurers name and address Policy number Liability Coverage Amounts Commencement and expiration dates Signature of authorized agent of insurer Invitation for Bid number Insured or Additional Insured shall include the City of Stillwater and its officers, agents and employees The Bidder shall not cause any required insurance policy to be cancelled or permit to lapse. It is the responsibility of the Bidder to notify the City of any change in coverage or insurer by providing the City with an updated Certificate of Insurance. Failure of Bidder to comply with the insurance requirements herein may be deemed a breach of the Agreement. Further, a Bidder who fails to keep required insurance policies in effect may be deemed to be ineligible to bid on future projects, ineligible to respond to invitations for bid, and/or ineligible to engage in any new agreements. 5. BONDING. If the box is checked Yes, the Bond is required: A. BID BOND YES NO B. PERFORMANCE BOND YES X NO C. MAINTENANCE BOND YES X NO D. STATUTORY BOND YES X NO The required Bid Bond shall be made payable to the Owner (City of Stillwater) for the sum of 5% of the Bidders bid total (Total Bid shown on Exhibit A: Bid Form). Bid bond shall be in the form of certified funds; cashiers check or irrevocable letter of credit. If the successful Bidder fails to execute and deliver the Contract Documents and furnish the required bonds and insurance within the timeframes set forth in the Contract Documents then Owner may annul the award and the bid bond of that Bidder shall be forfeited. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 6. CITY PURCHASING CARD. Is the City of Stillwater purchasing card acceptable for payments? (The card is a Mastercard) Bidder to Check Box and Initial if Bidder will accept Citys purchasing card as a form of payment without any additional fees. YES NO Bidders Initials __________ 7. REFERENCES. If the box is checked Yes, References are required: YES NO For each reference, the following information must be included: Company Name, Contact Name, Address, Phone Number, E-Mail Address, and the nature of their relationship with the Bidder. Technical Specification Company Name: Contact Name: Address: Phone Number: E-mail Address: Nature of Relationship with Bidder: Company Name: Contact Name: Address: Phone Number: E-mail Address: Nature of Relationship with Bidder: Company Name: Contact Name: Address: Phone Number: E-mail Address: Nature of Relationship with Bidder: Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET GENERAL: This specification shall be for a 33,000 GVWR straight chassis truck with a diesel engine, new, the latest current production model, upholstery and interior trim to be standard trim offered on model bid. The unit will come equipped with a 45 Model Hydraulic Rotating Digger Derrick equipped with a Flat Bed and Transverse Saddle Compartment. This vehicle must be complete with manufacturers standard equipment and accessories, fully serviced and ready to operate. The vehicle shall have a minimum of 1/3 tank of fuel when delivered. To include manufacturers certificate, warranty service certificate, application for title, instructions book and bid less all applicable state and federal taxes. (Warranty shall be standard for the industry as offered to the general public.) This vehicle shall be equipped to meet all federal safety standards. This vehicle will be delivered with no dealer advertisement affixed. COMPLETE VENDORS PROPOSAL BY CHECKING EACH SPACE TO INDICATE IF THE ITEM BEING BID IS AS SPECIFIED. IF NOT COMPLIANT, STATE ALTERNATIVE ITEM BEING OFFERED. 1. ENGINE ITEM REQUIREMENT YES NO OFFERED ENGINE: 1) To comply with emissions standards for year model provided. 2) Six-cylinder diesel equipped with forced air induction. 3) Horsepower rated at a minimum of 270. ENGINE COMPONENTS: 1) Two-stage, increased capacity dry type air filter. 2) Low oil-pressure, low coolant, and high engine temperature shut-down protection. 3) 110-120 volt immersion type engine block heater. 4) Heavy-duty cooling system with protection to -20 degrees F. 5) Cold-starting aid. 6) Full flow spin-on, disposable oil filter. 7) Full flow spin-on, disposable coolant filter. 8) Intake air cooler. 9) Minimum 16.5 CFM air compressor. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET FUEL SYSTEM: 1) 60 gallon steel or aluminum fuel tank mounted below top flange of left frame rail. 2) Full flow, spin-on disposable fuel filter with water separator. 3) In-line fuel heater. EXHAUST SYSTEM: 1) Horizontal mounted exhaust system. TRANSMISSION: 1) Allison 3500 RDS, 6-speed 2) Externally mounted transmission fluid cooler. 3) Full flow spin-on, disposable transmission fluid filter. 2. CHASSIS ITEM REQUIREMENT YES NO OFFERED CHASSIS: 1) Approximate wheel base of 213, CT 138 2) Full width front bumper that provides 18 ground clearance. 3) Front mounted tow eyes with pins. 4) Frame assembly and drive-train painted gloss black CHASSIS ACCESSORIES: 1) Back-up alarm installed. CAB: 1) Conventional cab. 2) Tilting front hood 3) Equipped with left hand drive. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 4) Tinted and laminated front windshield. 5) Tinted and tempered rear window. 6) Exterior and interior painted white. CAB ACCESSORIES: 1) Oil pressure gauge. 2) Engine coolant gauge. 3) Voltmeter gauge. 4) Fuel gauge. 5) Air pressure gauge able to monitor primary and secondary air systems. 6) Speedometer gauge with odometer. 7) Tachometer gauge with hour meter. 8) Low air pressure warning light. 9) Low oil pressure warning light. 10) Low coolant level warning light. 11) High coolant temperature warning light. 12) Halogen headlights. 13) D.O.T. specified cab clearance lights. 14) Dash mounted air filter restriction indicator. 15) Dome light operated by door open switch and by on/off switch. 16) Rubber floor mat. 17) Aft and forward adjustable air-ride seat for driver. 18) Two speed electric windshield wipers with Intermittent feature. 19) 3-point safety belt for driver and passenger. 20) Inside installed driver and passenger sun visors. 21) Manual windows on both doors. 22) Combination fresh-air heater/air conditioner. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 23) Heated 16 x 7 rear-view mirror mounted on each side. 26) 8 convex spotter mounted under each mirror bracket. 27) Exterior grab-handles mounted on each side to assist cab entry. 28) Interior grab-handle mounted on each side to assist cab entry. 29) Horn activated by steering wheel center button. 30) AM/FM radio with cab mounted speakers and antenna. 31) Air operated push/pull parking brake control. 32) Self-canceling turn signal switch BRAKE SYSTEM: 1) Full air brake system with ABS. 2) Heated air dryer equipped with spin on filter. 3) Automatic moisture ejection. 4) Front brakes are air operated 16.5 x 5 S-cam type with cast steel drums. 5) Rear brakes are air operated 16.5 x 6 S-cam type with cast steel drums. 6) Automatic slack adjustment. STEERING SYSTEM: 1) Hydraulic power assist steering with gear driven pump. ELECTRICAL: 1) Steel battery-box mounted below top of left frame rail. 2) Minimum of (3) 925 CCA low maintenance type batteries. 3) Minimum 130 amp alternator. 4) Master battery disconnect switch. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET FRONT AXLE: 1) 12,000lb capacity front axle. REAR AXLE: 1) Rear axles, 21,000 lbs., Oil, Walking beam type 2) Differential axel interlock. FRONT WHEELS AND TIRES: 1) (10)-hole 22.5 x 8.25 white powder coated steel disc wheel, with minimum of (2) hand hold slots. 2) 315/80R 22.5, 20 ply highway tread radial tires. REAR WHEELS AND TIRES: 1) (10)-hole 22.5 x 8.25 white powder coated steel disc wheel, with minimum of (2) hand hold slots. 2) 1100R 22.5, 20 ply aggressive tread radial tires. 3. DERRICK ITEM REQUIREMENT YES NO OFFERED DERRICK One (1) new 45 model hydraulic rotating digger derrick with a turntable winch. DESIGN CRITERIA: 1) Digger derrick is to be designed in accordance with Current industry and engineering standards applicable and accepted for structural and hydraulic design. 2) Meets ANSI/ASSE A10.31-2006. ELEVATION: 1) From +80 degrees above horizontal to -20 degrees below horizontal. PEDESTAL AND TURNTABLE: 1) Square constructed pedestal has access holes for Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET maintenance of hydraulic plumbing. The turntable is an off-set design to provide maximum stability and strength. The turntable is fabricated from high-strength steel side plates and a single-piece bottom plate. DUAL LIFT CYLINDERS: 1) Double-acting cylinders with chrome plated rods and Integral holding valves. Trapezoid mounting design offers Greater boom support and stability, which means less wear and longer life; plus, either cylinder can hold the rated lifting capacity of the derrick. STEEL LOWER BOOM: 1) The boom is a fabricated box utilizing high-strength steel plates. STEEL INTERMEDIATE BOOM: 1) Fabricated box constructed of high strength steel. powered by a double acting hydraulic cylinder equipped with integral holding valves on both extend and retract ports. FIBERGLASS HYDRAULIC UPPER BOOM: 1) Capable of lifting the hydraulic capacity of the derrick in all positions. 2) Tested and rated for line voltage up to and including 46 KV AC. 4) Non-metallic rollers mounted at the end of the intermediate boom support the fiberglass boom under load 5) minimizing scratches and abrasions. The sides of the fiberglass boom are supported and guided by non-metallic rollers to reduce tracking . BOOM INTERLOCK: 1) To operate the boom all outriggers must be extended. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET CONTINUOUS AND UNRESTRICTED ROTATION: 1) A designed and manufactured collector block provides a rotating oil distribution system for continuous and un- restricted rotation. Planetary gear drive rotation including spring loaded hydraulically released parking brake and reversible hydraulic motor. (Non-slip rotation) SINGLE SPEED HYDRAULIC SYSTEM: 1) Provides constant digger/winch flow with boom operation. 2) 60 gallon hydraulic oil reservoir for installation in cargo area with dipstick for checking oil levels, clean out access hole and anti-splash baffle. 3) Includes 10 micron replaceable cartridge type return line filter mounted in reservoir with bypass valve incorporated in filter to prevent restricted flow. 4) A 100 mesh in screen in filter cap. A 40 mesh screen included in tank outlet and a 2 full flow gate type shut off valve. 5) Relief valves to protect the derrick circuits and digger- winch circuits. 6) Hydraulic hoses are equipped with permanent type hose fittings. MISCELLANEOUS: 1) A custom load chart stating actual lifting capacity considering all final options, chassis, body, outriggers, and other fixed equipment with capacity based on completed unit stability is included. 2) A boom-angle indicator and decal are mounted on each side of lower boom. 3) The entire unit is painted with rust inhibiting primer. 4) Two complete manuals providing operational and Maintenance procedures, and a replacement parts listing. 5) Warning decals provided with unit. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET TURNTABLE WINCH INCLUDING TRANSFERABLE POLE BUDDY ASSEMBLY: 1) 15,000 lb. bare drum capacity planetary gear winch equipped with hydraulic counterbalance valve mounted on the derrick turntable. Equipped with flanged pole buddy transferable from intermediate boom to upper boom. 2) Note: For use of a synthetic rope or wire rope on planetary winch. BARE BOOM LIFT CAPACITIES: 1) Boom Angle: All Booms Intermediate Intermediate & Retracted Boom Upper Boom Extended Extended Maximum 27,500 25850 18400 Elevation 2) 10 ft. radius 21010 18750 17100 3) 45 Degree 13300 6600 4300 Boom Angle 4) 0 Degree 7500 3300 1900 Boom Angle SHEAVE HEIGHT: 1) With intermediate boom extended, 36.6 ft. at maximum elevation. 2) With upper boom extended, 45.5 ft. at maximum elevation. 3) Dimensions are based on a 40 chassis frame height. LOAD RADIUS: 1) 40.6 ft. from C/L of rotation, at 0 degree, intermediate boom extended. 2) 55.6 ft. from C/L of rotation, at 0 degree, upper boom extended. DUAL PRESSURE SYSTEM: 1) Allows lift cylinders and hydraulic overload protection (if equipped) to operate at a higher pressure at boom angles below 0 degrees to optimize digging performance. ROTATION: 1) Planetary slip brake rotation in lieu of standard non-slip rotation. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET COMMAND POST WITH SINGLE STICK T CONTROL: 1) Control allowing one hand to operate three functions with Full pressure direct hydraulic controls: rotation, boom elevation, and boom extension. Other boom functions have individual controls. 2) Glycerin filled pressure gauge is provided to monitor system pressure. 3) Digger and winch controls are mounted comfortable to side of operator seat. 4) Adjustable cushioned operator seat is provided as standard and includes side rails. 5) Hydraulic foot throttle. 6) Command post access step and hand rail installed. 7) Open front command post. REMOTE SENSOR BRACKET: 1) Bracket to be used with the remote sensor. Installed to supply sensor to work with truck engine. STOP/START: 1) Stop/Start at control station. CURB SIDE COMMAND POST LOCATION: 1) Curb side command post location. OPERATOR LIGHT: 1) Operator light at controls at command post. 14,000 FT-LB TWO SPEED DIGGER WITH HYDRAULIC SHIFT MARK III: 1) Planetary gear drive powered by reversible hydraulic motor. 2) 60 long x 2-5/8 hex auger shaft with auger adjustment holes. 3) Digger hanger bracket is box section and is equipped with a transfer protection system, auger stowage bracket with self latching auger catch, hydraulic auger release, hydraulic shift, and auger roll-up cable. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 4) The auger stowage bracket stores up to a 30 diameter auger, in the standard position. 5) Telescopic trombone tube is provided to shift the two- speed digger hydraulically. 6) Digger storage protection system to protect the auger storage cable from damage caused by over-winding. Oil from the digger system is returned to tank before the cable is over-stressed. STREET SIDE DIGGER LOCATION: 1) Street side digger location. POLE GUIDE FOR TRANSFERABLE POLE BUDDY: 1) Unique circular design of arms that handle poles up to 27 inches diameter. 2) Hydraulic cylinders operate the tilt and open/close on pole guide arms. 3) Holding valve on tilt cylinder. 4) Pole guide hoses are contained in a chain type carrier, installed on the side of the boom. 5) Transfers from the end of the intermediate boom to the end of the upper boom and vice versa. 6) The pole guide is installed on the transferable pole buddy flange assembly. POLE GUIDE INTERLOCK FOR TRANSFERABLE POLE GUIDE: 1) Protects both the pole guide and the boom from accidental damage caused by extending the upper boom while the pole guide is on the intermediate boom and tilted downward. Includes actuating plunger and two poppet valves. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET HYDRAULIC OVERLOAD PROTECTION FOR INTERMEDIATE BOOM, UPPER BOOM, WINCH, DIGGER DIG: 1) Helps prevent damage to derrick when overloads occur. These systems stop the hydraulic extension functions that cause the excess load and leave operational those functions necessary to eliminate the overload conditions. The system is fully automatic relative to the operation and re-set functions. ADJUSTABLE FLOW DIVIDER: 1) Adjustable flow divider for auxiliary tool outlets below rotation. ELECTRIC COLLECTOR RING 4-CONDUCTOR: 1) Electric collector ring 4-conductor. FULL LENGTH SUBFRAME FOR 102 CHASSIS: 1) Full length sub frame for 102 inch CT chassis. TIE DOWN KIT: 1) Tie down kit. RADIAL OUTRIGGERS (QTY (2) - ONE FRONT, ONE REAR): 1) Hydraulic double acting outriggers including integral holding valves. 2) 176 spread pin to pin and 194 to outside of pads at 12.1 penetration and 45 frame height. 3) 18 x 18 swivel type stabilizer pads. CONTROLS FOR TWO (2) SETS OF OUTRIGGERS AND AUXILIARY TOOL OUTLETS BELOW ROTATION (DIGGERS): 1) Recessed at rear of truck each side for ease of view for outrigger placement. 2) Includes switches and alarm for outrigger in motion alarm. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET PUMP FOR USE WITH APPROXIMATE 130 % PTO: 1) Combined flow with winch line coordination. 2) Provides 13 gallons per minute to boom functions and 32 gallons per minute to digger/winch functions and combines flow when boom is not in operation providing 45 gallons per minute to digger/winch at 1600 rpm engine speed, boom extension is 5% slower than winch. 3) Provides 5 gallons per minute for tools at 700 rpm engine speed. 4) Includes pump kit. 4. UTILITY BODY ITEM REQUIREMENT YES NO OFFERED UTILITY BODY FLATBED, 15 FT HEAVY DUTY WITH 12 GAUGE TREADPLATE DECK: 1) 4 or 6 junior I-beam construction depending on type of sub frame. 2) Six (6) D rings floor mounted. Location to be determined. T40 TRANSVERSE SADDLE COMPARTMENT: 40 WIDE X 48 HIGH X 94 ACROSS WITH 24 DEEP COMPARTMENTS: A. Compartmentation Curb Side 1) One (1) fixed thru shelf in forward portion above material drawers. 2) One (1) pull out drawer in forward portion, 4 D x 42 L, adjustable dividers on 6 centers on industrial strength heavy duty ball bearing slides. 3) Two (2) pull out drawers in forward portion, 6 D x 42 L, adjustable dividers on 6 centers on industrial strength heavy duty ball bearing slides. 4) Heavy duty positive locking door latch on all drawers. 5) Pull out tool board in rear portion. B. Compartmentation Street Side Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 1) Four (4) fixed material hooks (2-0-2) C. Features 1) Tie rail on three sides. 2) Double overlapping doors equipped with door chains. 3) 16 gauge body materials, 12 gauge compartment top. 4) Rod and socket door hinge. 5) Slam action paddle type door latches. 6) Rigid stop on doors. 7) Automotive bulb type weather stripping. 8) Rope lighting. RECESSED 7-LAMP LIGHT BAR AT REAR: 1) Rear bar includes four (4) 4 light holes (2 each side), four (4) clearance light holes (2 each side), and three (3) lamp light cluster holes in center. FRAME AND FLOOR : 1) Frame and floor with installation of sub frame and and outriggers. GRAB HANDLE: 1) Grab handle for stair type side access steps. PIPE GRAB RAIL: 1) Pool type pipe grab rail for tail shelf or for flatbed. RECESSED STEPS: 1) Recessed steps in side of flatbed made of tread plate with grab handles. 2) Two (2) under slung compartment boxes ahead of rear wheels approximately 18 x 18 x 18. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 5. INSTALLATION AND ACCESSORIES ITEM REQUIREMENT YES NO OFFERED INSTALLATION AND ACCESSORIES INSTALLATION OF DERRICK AND COMPONENTS: 1) Install derrick over rear axle and install all associated components. 2) Final test and inspect completed unit including stability and dielectric testing per manufacturers requirements and ANSI/ASSE A 10.31-2006. HOSE AND FITTINGS: 1) Hose and fittings to connect the hydraulic system from the oil reservoir to the pump and unit. POWER TAKE OFF: 1) Power take off with indicator light for automatic transmission. DOT INSPECTION: 1) DOT inspection. CHASSIS PARAMETERS: 1) Set chassis parameters. OUTRIGGER PAD: 1) Laminated wood outrigger pad 24 x 24 x 2-1/4 with rope handle. 2) Includes outrigger pad storage with securing device. WHEEL CHOCKS: 1) Four (4) rubber wheel chocks with eye bolt. 2) Wheel chock bracket, single for mounting under the body. PERIMETER RETAINER: 1) 4 steel flat perimeter retainer, corners are notched, welded to frame. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET BRACKET FOR CABLE STORAGE: 1) Bracket for storing grounding cable. 2) Spring return grounding reel type. GROUNDING ELECTRICAL CABLE: 1) 4/0 clear electrical cable used for grounding per ASTM F855-04. 2) 50 of multi-strand flexible copper cable, three (3) grounding lugs, two (2) ferrules and grounding clamp. 3) Three point grounding system for grounding vehicle during work operations. MUD FLAPS: 1) One (1) pair of mud flaps 30 tall. 2) One (1) mounting kit for over 45 flatbed frame height for a pair of mud flaps. STEPS: 1) Rigid stirrup step mounted on side access for ground to body access. 2) Cable type grip strut stirrup step. 3) Wrap around steps on pedestal three (3) sides. BOOM REST: 1) Boom rest for digger derrick, H-frame style weldment Used on A-frame, radials or out/down outriggers, 36 wide. LIGHTING PACKAGE: 1) LED 7-lamp DOT lighting package. 2) Complies with FMVSS 108. 3) Includes required lights, junction box and wiring harness, license plate light. HYDRAULIC OIL COOLER: 1) Hydraulic oil cooler with thermostatically controlled fans. STROBE LIGHT: 1) Amber strobe light with 4 tall x 6 diameter lens and branch guard. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET REMOTE START/STOP: 1) Remote engine stop/start and two speed control from rear of vehicle. BACK-UP ALARM: 1) Back-up alarm to sound when the vehicle is shifted into reverse. 15 TON PINTLE HOOK: 1) Safety chain eyes. 2) Chassis frame reinforcements. REAR BUMPER: 1) ICC rear bumper. TRAILER SOCKET: 1) 7 prong trailer socket. HYDRAULIC OIL: 1) Fill with hydraulic oil for general purpose use. Refer to the product maintenance manual for specific type to be used. TEXOMA TRA (OR EQUAL TO): 1) Texoma TRA series (or equal to) with carbide blade teeth and pilot, 1 lower flighting, upper flighting, 2-5/8 hex bushing. Roll up dish and cable pin welded in place and auger painted black. NOTE: Provide both a 24 and 36 auger. * 24 auger * 36 auger 1-1 /8 x 135 SAMPSON (OR EQUAL TO): 1) 1-1/8 Samson (or equal to), 2 in 1 stable braid rope (uncoated), two (2) eyes. 2) Seven (7) ton swivel hook with safety latch to include two (2) part block and hook assembly. HANNAY (OR EQUAL TO) HOSE REEL: Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 1) Hannay (or equal to) spring loaded hydraulic hose reel with 4-way roller assemble with 35 of hose set. 2) Quick disconnect HTMA male and female flush faced couplers and dust covers. * Installed on hose reel with ball stop. 3) Possum belly storage for tamp. Storage area will require stops for ease of access to tools. SAFETY KIT: 1) Safety kit. * 5lb. ABC fire extinguisher with bracket. * James King (or equal to) triangle reflector kit. PAINT: 1) Paint flatbed one color up to 16. (Note: Paint under carriage black.) 2) Paint T-40 saddle box one color (white) 3) Paint unit one color (white). 4) Paint inside of all compartments (white). 5) Paint body floor and compartment tops with non-skid paint (black). 6) Paint radial outriggers (Qty 2) one front and one rear, one color (white) with two (2) reflective paint strips (red) on rear outrigger facing oncoming traffic. Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 FORM-TS TECHNICAL SPECIFICATIONS FORM TS RETURN THIS ENTIRE BID PACKET 6. TRAINING ITEM REQUIREMENT YES NO OFFERED TRAINING: 1) (1) day introductory training for vehicle operators. 2) (1) day introductory training for vehicle maintainers. Terms of Service: The bidder shall not impose minimum requirements and number of vehicles purchased are subject to appropriated funds. TERMS & CONDITIONS: Supply of goods and/or performance of services are subject to the requirements set forth in these bidding documents and the agreement (Form #2) provided herein. To the extent that Vendors proposal, or estimates provided to perform work, provide for additional terms and conditions that may conflict with any provisions herein, the City of Stillwater terms and conditions shall govern and control. EVALUATION CRITERIA: City Staff will take the following criteria into consideration in determining the lowest and best bidder: 1. Total Cost 2. Meets or exceeds the technical specification 3. Delivery time Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 EXHIBIT A BID FORM EXHIBIT A RETURN THIS ENTIRE BID PACKET EXHIBIT A BID FORM Vendors have carefully examined the bid documents, and has been regularly engaged in the manufacture and sale of this equipment for more than years. We understand that the bid quoted for the purchase of this equipment is binding for sixty (60) calendar days after the bid closing date. The vendor shall furnish all labor, materials, tools and equipment and pay all incidental costs that are necessary to build and complete this equipment in accordance with the provisions of these bid documents. The vendor shall retain full financial and legal obligations until the trucks have been delivered and accepted by the Stillwater Utilities Authority. Warranty: Vendor shall include manufacturers certificate, warranty service certificate, application for title, instructions book and bid less all applicable state and federal taxes. (Warranty shall be standard for the industry as offered to the general public.) This vehicle shall be equipped to meet all federal safety standards. This vehicle will be delivered with no dealer advertisement affixed. Item Description TOTAL Truck Number One (1) One (1) 33,000 GVWR Truck Chassis Equipped with a 45 Hydraulic Rotating Digger Derrick Base Bid Total $ Delivery Costs $ Make Model Year Delivery Estimated delivery of the fully equipped, turnkey digger derrick truck after receipt of Notice to Proceed Total Weeks Item Description TOTAL Truck Number Two (2) One (1) 33,000 GVWR Truck Chassis Equipped with a 45 Hydraulic Rotating Digger Derrick Base Bid Total $ Delivery Costs $ Make Model Year Delivery Estimated delivery of the fully equipped, turnkey digger derrick truck after receipt of Notice to Proceed Total Weeks Saltwater OKLAHOMA INVITATION FOR BID SUA Bid #12-21/22 Digger Derrick Electrical Utility Trucks Issued: Saturday, April 2, 2022 EXHIBIT A BID FORM EXHIBIT A RETURN THIS ENTIRE BID PACKET Bidders Company Name: Authorized Signature Here Printed Name: Saltwater OKLAHOMA

723 S.Lewis St. Stillwater, OK 74074Location

Address: 723 S.Lewis St. Stillwater, OK 74074

Country : United StatesState : Oklahoma

You may also like

Rental Digger Derricks, Bucket Trucks, Cable Placers, & Equipment

Due: 27 Aug, 2024 (in 3 months)Agency: Sourcewell (formerly NJPA)

ELECTRICAL UTILITIES SERVICE FOR LCB

Due: 30 Sep, 2025 (in 17 months)Agency: BUREAU OF THE FISCAL SERVICE

Used Single or Tandem Axle Trucks with Digger Derrick Attachments

Due: 12 Jun, 2024 (in 1 month)Agency: SaskBuilds and Procurement

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.