State of Colorado Documented Quote DQ1 PMAA 2017000517 BIDS DUE: November 7th 2:00 p.m. (MST) All Bids shall be submitted F.O.B. Destination unless Otherwise Specified Per the attached specifications, terms, and conditions Bidders are urged to read the bid thoroughly before submitting a bid. ISSUING OFFICE This Request for Documented Quotations (DQ1) is issued by the State of Colorado, Department of Natural Resources, on behalf of the Colorado Parks and Wildlife Department. All contact regarding this solicitation is to be directed to: Department of Natural Resources Robert Mitchell, DNR Purchasing Office 1313 Sherman St., Room 423, Denver, Co 80203 P-303-866-3203 ext, 8631 or emailed to: Email: [email protected] Purpose The purpose of this Request for Documented Quotations is to obtain competitive quotations from qualified individuals and firms to procure a new floating solar powered water circulator for freshwater lake application. This machine should prevent surface water stagnation and associated harmful cyanobacteria blooms, and in turn reduce the amount of algal biomass (and biochemical oxygen demand) going to the bottom of lake. The objective is to control cyanobacteria blooms, enhance the distribution of dissolved oxygen, green algae and diatoms in the water column. Bid Submission and Evaluation Bidders are cautioned that all terms and conditions of the purchase order contract documents remain unchanged unless they are changed by written amendment issued by the OWNER. If the answers to questions or any amendment to the contract documents create ambiguities, it is the responsibility of the bidder to seek clarification prior to submitting a bid. This bid will be evaluated on the vendor’s ability to meet the minimum specs provided below and the lowest total cost. Bid Submittal Date The Deadline for all bids to be submitted is no later than 2:00 p.m. on November 7, 2016. Bids will be accepted by mail, hand-carried or the preferred method via email as a Word document or .pdf file attachment until the date and time specified above at the Colorado Department of Natural Resources, Purchasing Department, 1313 Sherman Street, Suite 423, Denver, Colorado 80203. Bids may also be submitted via the Colorado VSS System. State of Colorado Documented Quote Insurance Requirements Contractor and its Subcontractors shall obtain and maintain insurance as specified in this section at all times during the term of this Contract. All policies evidencing the insurance coverage required hereunder shall be issued by insurance companies satisfactory to the State. Contractor Public Entities. If Contractor is a "public entity" within the meaning of the Colorado Governmental Immunity Act, CRS §24-10-101, et seq., as amended (the “GIA”), then Contractor shall maintain at all times during the term of this Contract such liability insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the GIA. Contractor shall show proof of such insurance satisfactory to the State, if requested by the State. Contractor shall require each contract with a Subcontractor that is a public entity, to include the insurance requirements necessary to meet such Subcontractor’s liabilities under the GIA. Non-Public Entities. If Contractor is not a "public entity" within the meaning of the GIA, Contractor shall obtain and maintain insurance coverage and policies meeting these requirements: Contractors – Subcontractors Contractor and subcontractors shall carry insurance requirements substantially similar to the following: a) b) c) Page 2 of 9 Worker’s Compensation. Worker’s Compensation Insurance as required by State statute, and Employer’s Liability Insurance covering all of Contractor or subcontractor employees acting within the course and scope of their employment. General Liability. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: (a) $1,000,000 each occurrence; (b) $1,000,000 general aggregate; (c) $1,000,000 products and completed operations aggregate; and (d) $50,000 any one fire. If any aggregate limit is reduced below $1,000,000 because of claims made or paid, subcontractor shall immediately obtain additional insurance to restore the full aggregate limit and furnish to Contractor a certificate or other document satisfactory to Contractor showing compliance with this provision. DQ1 PMAA 2017000517 State of Colorado Documented Quote d) Automobile Liability. Automobile Liability Insurance covering any auto (including owned, hired and non-owned autos) with a minimum limit of $1,000,000 each accident combined single limit. e) Additional Insured. The State shall be named as additional insured on all Commercial General Liability policies (leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent) required of Contractor and any subcontractors hereunder. f) Primacy of Coverage. Coverage required of Contractor and subcontractor shall be primary over any insurance or self-insurance program carried by Contractor or the State. g) Cancellation. The contractor shall notify the State of any cancellation or nonrenewal without at least 30 days prior notice to Contractor and the State by certified mail. Subrogation Waiver. All insurance policies in any way related to this Contract and secured and maintained by Contractor or its subcontractors as required herein shall include clauses stating that each carrier shall waive all rights of recovery, under subrogation or otherwise, against Contractor or the State, its agencies, institutions, organizations, officers, agents, employees, and volunteers. Certificates Contractor and all subcontractors shall provide certificates showing insurance coverage required hereunder to the State within seven business days of the Effective Date of this Contract. No later than 15 days prior to the expiration date of any such coverage, Contractor and each subcontractors shall deliver to the State or Contractor certificates of insurance evidencing renewals thereof. In addition, upon request by the State at any other time during the term of this Contract or any sub-contract, Contractor and each subcontractors shall, within 10 days of such request, supply to the State evidence satisfactory to the State of compliance with these provisions. Page 3 of 9 DQ1 PMAA 2017000517 State of Colorado Documented Quote SPECIFICATIONS The water mixer should be able to perform to spec’s listed below in a 24-acre recreational lake, with an average length of 1900 feet, a average width of 550-foot, a 15-foot maximum, and a 10foot average depth. Technology Description: Flow Rates: Direct Flow Rate - Day Induced Flow Rate - Day Combined Flow Rate- Day Combined Flow Rate - Night Machine Size/Weight: Materials of Construction: Drive System: Power Supply/Control System: PV Solar Panels Electronic Controller Wiring Rotating Assembly: Flotation System: Fluid Intake Assembly - Option 1: Floating, solar powered circulation equipment for wastewater treatment and freshwater applications. Day/night operation on solar only by utilizing a battery to store excess daytime energy for nighttime operation. Flow rates at full speed at 10 feet (3 meter) diameter. 3,000 gallons per minute, (12,000 Liters per minute). 7,000 gallons per minute. (26,000 Liters per minute). 10,000 gallons per minute. (38,000 Liters per minute). 10,000 gallons per minute (38,000 Liters per minute). Assembled machine is 16 feet (5m) in diameter and weighs a p p r o x i m a t e l y 850 pounds (385kg). 316 stainless steel construction. Foam-filled high-density polyethylene (HOPE) floats. Thermoplastic rubber intake hose. HDPE strainer. Concrete mooring blocks are encapsulated in HDPE. High torque, direct drive (no gearbox), low voltage brushless D.C. motor. PV solar panels are protected from bird fouling with bird deterrent kit. 3 X 80-watt photovoltaic solar panels orientated in triangular pattern. Onboard battery storage for day/night operation. Digital solid-state controller, mounted in weather-tight (NEMA 4X) enclosure with externally fused disconnect. SCADA output through RS-232 serial communication (Modbus RTU), 089 male connection available, included. Wireless options point insidenotenclosure. Corrosion-resistant industrial cord with molded watertight connectors that to improper wiring. areprevent indexed Removable assembly with easy access to motor and digital controller. Impeller handles shaft. indicatorsolids. on shaft. 4-inch Rotational (10 em) spherical Oil-filled (food grade) teflon freeze sleeve with o-rings, Three floats in triangular pattern each with an adjustable float arm for proper vertical positioning, total float buoyancy of 1,350 pounds (612kg). Hose system bolted to bottom of structural assembly. Hose System 10 to 100 feet (3 to 30.5 meters) available in 36 inch (91 em) diameter X 10, 15, or 20 feet (3, 4.5, 6 meter) sections. Intake Type Horizontal plate with 12-inch (31 em) openings. Intake Depth Adjustment 15 feet (4.5 m) of field adjustment with three SS chains connected to hose coupling. Fixed horizontal plate bolted to bottom of Fluid Intake Assembly - Option 2: Intake Type structural assembly. Fixed horizontal plate with Intake Depth Adjustment 12-inch (31 em) openings. (1) Two mooringnecessary. blocks tethered together withfrom SS 25 chain andem) attached No adjustment Horizontal in flow in (64 below to structuraldish. member on unit or (2) Tethered to shore with SS cable. distribution Anchoring: Ice Protection: Minimum Operating Depth: Accessories Available: Page 4 of 9 Freeze sleeve and positive pumping under distribution dish to maintain circulation. 31 inches (0.8 m) with fixed horizontal plate. No damage to machine or bottom of reservoir when run dry in shallow water. (1) Supplemental Shore Power Kit, (2) Chemical Injection Kit, (3) Marker Light Kit DQ1 PMAA 2017000517 State of Colorado Documented Quote Life/Maintenance/Warranty: Delivery and Set Up Expect 25-year life, minimal maintenance. Limited 2-year parts and conditional labor warranty. Limited 25 year photovoltaic module manufacturer performance warranty and 10 year motor warranty. Vendor must deliver and set the equipment up. Please see purposed installation sight map below. Or a machine with similar specifications. DELIVERY The water mixer must be delivered to the address below: Colorado Parks and Wildlife Attn: John Alves Haypress Lake Located in Creede, Co (GPS: 37.68271, -106.8581). CPW staff will be on site during delivery and setup but do not have any equipment available. Installation and setup of the machine will be the sole responsibility of the vendor. Delivery must be made by 18 November 2016 weather permitting Page 5 of 9 DQ1 PMAA 2017000517 State of Colorado Documented Quote QUESTIONS ABOUT THE DOCUMENTED QUOTE All questions about the specific item(s) being solicited for must be emailed to the DNR Purchasing Agent in charge of the Documented Quote at [email protected] If you have questions about the process to submit a bid response, please call the DNR Purchasing Agent in charge of the solicitation, identified on Page 1. SOLICITATION SCHEDULE Bid Posted Bid Closes Bid Award November 2, 2016 November 7th, 2016 November 11th, 2016 2:00PM VENDOR REQUIREMENTS It is recommended that Vendors register on the Vendor Self-Service (VSS) website. Vendors will receive email notifications about current bid opportunities with the State of Colorado. VSS and its registration information can be found at: https://codpa-vss.hostams.com/webapp/PRDVSS1X1/AltSelfService When submitting a response via VSS, take into consideration that the registration process for VSS may take some time, so please plan accordingly. NOTE: Vendors that were registered in the state BIDS system prior to the implementation of the VSS system on July 1, 2014, and are having trouble registering in VSS, please contact the purchasing agent in charge of the solicitation and we will assist you. COLORADO PURCHASE ORDER CONTRACT A Purchase Order will be issued to the awarded bidder. The Purchase Order will include all documents associated with the bid including this Request for Documented Quotation, the bidder’s response and the Colorado Purchase Oder Terms and Conditions, which are attached to this solicitation. SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSBs) SDVOSBs, who are incorporated or organized in Colorado or maintain a place of business or have an office in Colorado and who are officially registered and verified as a SDVOSB by the Center for Veteran Enterprise within the U.S. Department of Veterans Affairs. (www.vip.vetbiz.gov), may receive a 5% preference on their bid. This preference applies only to the price, and the SDVOSBs must still meet all other qualifications required in the bid. SDVOSBs claiming this preference shall submit documentation of SDVOSB certification Issued through the U.S. Department of Veterans Affairs in their response to the solicitation. Bid submissions without this documentation will not be given a preference. RESIDENCE BIDDER PREFERENCE Page 6 of 9 DQ1 PMAA 2017000517 State of Colorado Documented Quote When a contract for commodities or services is to be awarded to a bidder, a resident bidder shall be allowed a preference against a nonresident bidder equal to the preference given or required by the state in which the nonresident bidder is a resident. If the bid or contract price exceeds $500,000 for State Funded projects, the following apply: a) Colorado statute (§8-19-104 C.R.S.) requires that a comparable percentage disadvantage be applied to a bid from a contractor based in a state that provides a percentage bidding preference. More information is available at www.colorado.gov/spo. b) A good faith effort must be made by the Contractor to report the use of foreign goods on any public works project. Upon completion of the project, the contractor must report to the Project Manager the total cost and country of origin for each of the five most costly goods used in the project, (§24-103-210 C.R.S.). HOW TO SUBMIT A BID RESPONSE All vendors wishing to submit a bid response for this Documented Quote Solicitation must submit their proposal which must include: 1) The Specification Table, page 8 2) The Pricing and Vendor Information sheet, page 9by one of the following methods: Via email to: [email protected] Delivery via USPS or other courier services Personal delivery (hand delivered) to DNR Procurement Office Attn: DQ1 PMAA 2017*000517, 1313 Sherman Street, Room 423, Denver, CO 80203, or Submittal via the Colorado VSS system. Failure by the vendor to submit items #1 and #2 above shall be deemed a non-responsive bid and will not be evaluated. Vendors may submit additional information if it assists in explaining their bid but cannot replace or be provided in lieu of items #1 and #2 above. PLEASE NOTE: ALL bids must be received in the Procurement Unit at 1313 Sherman, Room 423, Denver, CO 80203 by the bid closing time or the bid will not be accepted. – NO EXCEPTIONS ATTACHMENTS: Colorado Purchase Order Terms and Conditions Page 7 of 9 DQ1 PMAA 2017000517 State of Colorado Documented Quote SUBMITTAL SPECIFICATIONS Technology Description: Flow Rates: Direct Flow Rate - Day Induced Flow Rate - Day Combined Flow Rate- Day Combined Flow Rate - Night Machine Size/Weight: Shipping Size/Weight: Materials of Construction: Drive System: Power Supply/Control System: PV Solar Panels Electronic Controller Wiring Rotating Assembly: Flotation System: Fluid Intake Assembly - Option 1: Hose System Intake Type Intake Depth Adjustment Please fill in Option 2 and 3 if there is more than one option for intake assembly Fluid Intake Assembly - Option 2: Intake Type Intake Depth Adjustment Fluid Intake Assembly - Option 3: Anchoring: Ice Protection: Minimum Operating Depth: Accessories Available: Life/Maintenance/Warranty: Page 8 of 9 DQ1 PMAA 2017000517 State of Colorado Documented Quote PRICING Item Commodity (per above specifications) Price (Per Item) $ Warranty time period Delivery and Set Up fee $ Monthly monitoring Fee $ VENDOR INFORMATION Delivery Date of Product Company Name VSS Vendor # (if known) Address City/State/Zip Phone/Fax Email Address Signature Typed/Printed Name Title Date Have all requirements for this solicitation, as stated above, been met? Do you accept Colorado PO Terms and conditions? Yes Yes No No Pricing must include freight and shipping costs. State of Colorado will NOT pay for shipping, freight costs. Page 9 of 9 DQ1 PMAA 2017000517
© Copyright 2026 Paperzz