Document

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