bid documents request for quotation b100165-1 wpcf

38
UNIVERSITY OF CONNECTICUT PURCHASING DEPARTMENT BID DOCUMENTS Request for Quotation B100165-1 WPCF Headwork’s Screening and Grit Washing Project PREPARED BY: Philip Lang Purchasing Agent I 3 NORTH HILLSIDE ROAD UNIT 6076 STORRS, CONNECTICUT, 06269-6076 PROJECT BID DATE PRE-BID MEETING DATE TELEPHONE # CONTACT NAME 5-4-2007 2:00pm Contact Mike Pacholski @ 860-486-0041 860-486-2626 Philip Lang Purchasing Agent I

Upload: others

Post on 15-Apr-2022

13 views

Category:

Documents


0 download

TRANSCRIPT

_Scan in University SealBID DOCUMENTS
PREPARED BY:
3 NORTH HILLSIDE ROAD UNIT 6076 STORRS, CONNECTICUT, 06269-6076
PROJECT BID DATE PRE-BID MEETING DATE TELEPHONE # CONTACT NAME
5-4-2007 2:00pm Contact Mike Pacholski @ 860-486-0041
860-486-2626 Philip Lang Purchasing Agent I
2 TABLE OF CONTENTS Section Title Page Section 1 Request for Quotation 3 Section 2 Description of Requirements & Specifications 4 Section 3 General Terms and Conditions 15 Section 4 Form of Bid 23 Section 5 Statement of Bidders Qualifications 25 Attachments SEEC Form 11 CHRO Documents Mandatory Affidavits
3 Section 1
UNIVERSITY OF CONNECTICUT Request for Quotation
The University of Connecticut, herein after referred to as “the University”, will accept sealed Quotations from interested, qualified firms to provide renovations to the Water Pollution Control Facility at the UConn Storrs campus. Per the specifications, terms and conditions set forth herein.
Bids will be accepted until 2:00 p.m. eastern standard time on 5-4-2007 at which time they will be publicly opened and read aloud. Bids, amendments to, or requests for withdrawal received after the time and date set for receipt will not be accepted. Bids must be submitted on the forms supplied and in the manner prescribed. No bidder may withdraw their Bid within (60) sixty days from the date of the Bid opening. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the University and the respondent. A non-mandatory site visit is suggested, to schedule a visit contact: Mike Pacholski @ 860-486-0041 Definition of Terms: “Bidder”, “Proposer”, “Vendor”, and “Respondent”, refer to a company or individual responding to this Request for Quotation. The word “University”, or “UCONN”, or a pronoun used in its place shall mean the University of Connecticut main campus at Storrs, Connecticut, as well as it’s five satellite campuses. Dated: Philip Lang Purchasing Agent I University of Connecticut Purchasing Department
SECTION 2. Description of Requirements: Water Pollution Control Facility Headwork’s Screening and Grit Washing Project. The specifications herein are based on Huber Technology equipment recommended by the State of Connecticut DEP. Alternate equipment which meets or exceeds these specifications will be considered. 2.2 TECHNICAL SPECIFICATIONS: The Vendor shall furnish and install one (1) Grit Washer, one (1) self-cleaning fine screen, one (1) Wash and Press (WAP) screenings washer and one sewer grinder to be mounted horizontally between the screen and press. The screen and screenings washer shall be manufactured from AISI 304 stainless steel shapes and sheets and shall both be produced by the same manufacturer to ensure compatibility, reliability and minimization of spare parts inventory. The step screen shall not operate on a continuous basis (thus ensuring longevity and economical operation), but rather, screen controls shall enable the screen to be operated based upon the differential between the water levels upstream and downstream of the screen. An optional time mode shall be included as well, where the screen will operate by timed intervals regardless of differential levels. Ultrasonic level detectors shall be located upstream and downstream of the step screen to monitor water levels in the channel and initiate an operating cycle through the Plant’s standard Allen Bradley PLC. The step screen shall discharge the screenings to a combination grinder and wash press screenings washer. The grinder/washer press shall reduce the putrescible organic content of the screenings and shall dewater, grind, compact and transport the screenings to a container furnished by the Owner. Several screens have been evaluated by the University’s WPCF staff and due to the nature of the waste treated at the UCONN facility, a screen of the “step type” shall be the only screen acceptable for this application. The step screen is widely accepted and successful due to its function and easy to follow operation principle as well as the simple cleaning method without any aids (self-cleaning effect according to the counter current principle). It is furthermore easy to maintain and able to handle extremely big screenings volume while it offers a high operational reliability. Controls for the screen and screenings washer shall be incorporated into a single duplex control panel consisting of a NEMA 4X Stainless Steel Enclosure with an Allen Bradley Micrologix PLC, an Operator interface (Microview), Surge Arrestor to protect the PLC, transformer, three (3) current sensing relays, one (1) NEMA NON-reversing motor starter, Two (2) NEMA reversing motor starters, intrinsically safe circuit for screen mounted proximity switches, UL 508 label, Run/Off/Auto selector switches as required, Pilot Lights as required, Emergency Stop and Screen Reset Push Button. The control panel shall be able to communicate (MODBUS) with a future SCADA system currently in the design stage. The Owner shall furnish services for integration of the control panel and SCADA. 2.2 REFERENCES Where reference is made to standards, the revision in effect at the time of bid opening shall apply. A. American Society for Testing and Materials (ASTM) Publications: Section A36: Structural Steel Specifications. Section A48: Gray Iron Casting Specifications. Section A322: Carbon and Alloy Steel Bar Specifications. Section A532: Abrasion Resistant Cast Irons B. Anti-Friction Bearing Manufacturers Association (AFBMA): Standard 9-90 Load Ratings and Fatigue Life for Ball Bearings. Standard 11-90 Load Ratings and Fatigue Life for Roller Bearings. C. American National Standards Institute (ANSI): 1. ANSI 9-90 Load Ratings and Fatigue Life for Ball Bearings. 2. ANSI 11-90 Load Ratings and Fatigue Life for Roller Bearings D. American Institute of Steel Construction (AISC): 1. Specification for the Design Fabrication and Erection of Structural Steel for Buildings. E. American Welding Society (AWS) F. The Society for Protective Coatings (SSPC) G. National Electrical Manufacturers Association (NEMA) H. Underwriters Laboratories (UL) I. American Iron And Steel Institute(AISI)
5 2.3 SUBMITTALS The following information shall be submitted with the bid. Failure to include all drawings applicable to the equipment specified will result in rejection of the entire submittal with no further review Submittals shall include the following: A. Project list (references) with at least five (5) operating installations of the size specified and in the same service as specified that have been in successful operation for not less than five (5) years. B. Product Data: Include the following: C. Descriptive literature, brochures, and/or catalogs of the equipment. D. Motor characteristics and performance information. E. Gear reducer data including service factor, efficiency, torque rating, and materials. F. Parts list including a list of recommended spare parts. G. Shop Drawings: Include the following: 1. Manufacturer’s installation drawings. 2. Wiring and schematic diagrams. 3. Operations and maintenance manuals. 4. Installation reference list. 5. Equipment weights and lifting points. H. Recommendations for short and long term storage. I. A copy of the manufacturer’s warranty J. A copy of documents proving certification of the Manufacturer’s Quality Management System according to ISO 9001 and Environmental Protection Management System according to ISO 14001. 2.4 QUALITY ASSURANCE: To ensure quality, conformance, and reliability with regard to the manufacturing and production of the machinery described in this section, the equipment manufacturer shall meet the requirements listed in this section: A. Manufacturer shall have established an ISO 9001 certified quality management system. B. Manufacturer shall have established an ISO 14001 certified environmental protection management system. C. All stainless steel products shall be manufactured and assembled in a stainless-steel-only factory to prevent contamination with rusty dust. D. Screen(s) and Wash Press(es) shall be the product of one manufacturer to establish “system responsibility”. E. Screens and Wash Presses shall be Manufacturer’s standard product and only modified as necessary to comply with the drawings, specifications, and specified service conditions. F. All welding is performed in accordance with American Welding Society (AWS) D1.1 Structural Welding Code, or equivalent. G. Manufacturer shall provide screen, wash press, motors, gear reducers, controls, control panels, and lifting attachments as a complete integrated package to ensure proper coordination, compatibility, and operation of the system.
6 H. Supplier shall provide services by a factory-trained Service Engineer, specifically trained on the type of equipment specified. Service Engineer requirements include, but are not limited to the following: I. Contractors Service Engineer shall be present during initial energizing of equipment to determine directional testing as described in Installation Section. J. Contractors Service Engineer shall inspect and verify location of anchor bolts, placement, leveling, alignment and field erection of equipment, as well as control panel operation and electrical connections. K. Contractors Service Engineer shall provide classroom and/or field training on the Operation and Maintenance of the equipment to operator personnel. These instructions may include the use of slides, videos, literature, and/or oral presentations. L. Manufacturer shall state field service rates for a Service Engineer to Owner and Contractor. In the event that the field service time required by this section should not be sufficient to properly place the equipment into operation, additional time shall be purchased by Contractor to correct deficiencies in installation, equipment, or material without additional cost to Owner. 2.5 DELIVERY, STORAGE, AND HANDLING OF EQUIPMENT A. All equipment shall be shipped and delivered fully assembled, except where partial disassembly is required in order to conform to transportation regulations or for the protection of components. B. The Contractor shall be responsible for unloading of the machinery and shall have equipment on-site available at the time of delivery permitting proper hoisting of the equipment. C. Contractor shall store and handle all equipment according to the Manufacturer’s instructions and recommendations. Contractor is responsible for any damage during storage after delivery. 2.6 UNIVERSITY APPROVAL OF ALTERNATE EQUIPMENT Offers for alternate equipment shall include the following information and supporting documentation: A. Standard equipment drawings showing the equipment meeting the specifications in this section. Drawings shall show details of the screen’s linkage system. If the proposed equipment does not meet these specifications, any deviation from the specification must be expressly noted. All deviations shall be listed on a single document. B. Detailed installation drawings illustrating how the proposed screen fits in the channel and where the proposed wash press will be installed. The drawings shall include plan, elevation, and sectional views of the installation. Drawings shall include details of chute between step screen and wash press, details of the seal between screen and side walls of the channel, and details of anchor bolt locations. C. Hydraulic calculations and flow curves for the proposed screen verifying that the screen is capable of processing the peak flow. D. Screens including chains and sprockets shall not be permitted. E. Motor characteristics and performance information. F. Reference list of all installations of same and similar equipment including contact names and phone numbers G. Complete bill of materials for all equipment H. Certification by the manufacturer that all stainless steel equipment will be manufactured in a stainless- steel-only factory. I. Certification that the entire equipment will be passivated by submersion in an acid bath as specified. J. Copy of Manufacturer’s latest ISO 9001 and ISO 14001 compliance certificates. K. Details of the torque overload protection for up and down movement..
7 L. Documentation of required maintenance for all equipment including an approved list of lubricants and the required quantities. 2.7 STEP SCREEN The screen shall be capable of processing a peak flow of 8 Million Gallons per Day (MGD) of domestic wastewater with no less than one (1) foot of freeboard when installed in a 36” (thirty-six inch) wide channel 5’8” (five feet, eight inches) deep. The effective screen area shall have a minimum of 75% (seventy-five percent) free open-area water flow. The open space between the screening blades shall be 1/4” (one-quarter inch) (6 mm). The step screen shall lift and transport screenings at an elevation 3’10” (three feet, ten inches) above the base of the channel floor and discharge the screenings to an intermediate discharge chute without the use of brushes or spray washers. The discharge chute shall direct the screenings into the wash and press hopper. The maximum upstream water level shall not exceed 4’8’ (four feet, eight inches). The step screen shall be capable of processing peak flow without exceeding the maximum upstream water level based on a 35 % (thirty- five percent) reduction of the screen’s free open area. The Wash And Press screenings washer shall be capable of processing 35 ft3/hr (thirty-five cubic feet per hour) of screenings. The dewatered screenings shall contain less than 60% (sixty percent) moisture content and shall be discharged at an elevation 4’ (four feet) above the base of the channel floor. The equipment specified herein shall be standard equipment manufactured for use in a municipal wastewater treatment plant, specifically to separate suspended debris (screenings) from the raw effluent and subsequently reduce the amount of fecal matter associated with the screenings. The screen, screenings washer and grit washer shall be fabricated by the same manufacturer to ensure compatibility and provide system reliability and minimization of spare parts inventory. 2.7.1 SCREEN DESIGN SPECIFICATIONS A. MATERIALS The step screen shall be manufactured from AISI_304 austenitic stainless steel shapes (rods, angles and channels), pipes and sheets. Welded fabrications involving plates thicker than 5/8” (five-eighths inch) thick shall be manufactured from AISI 304L stainless steel. All mechanical parts shall be designed to handle forces that may be exerted on the screen during fabrication, shipping, erection and operation. All stainless steel parts shall be manufactured in a facility that manufactures stainless steel parts only to prevent contamination of the stainless steel with rusty dust. The screen shall undergo a pickling and passivation process to ensure maximum resistance to corrosion. All stainless steel components and structures shall be “pickled” or soaked in a chemical bath of nitric acid and hydrofluoric acid maintained at a temperature of 120 (one hundred-twenty) degrees Celsius to remove any residues that may be present on the material as a result of forming, manufacture or handling. After removal from the pickling bath, the equipment must be washed with a high pressure wash of cold water to remove any remaining surface debris and promote the formation of an oxidized passive layer which is critical to the long life of the stainless steel. B. FRAME The frame shall be fabricated from 1/5” (one-fifths inch) (5 mm thick) AISI 304 stainless steel. The screen frame shall accommodate the step blade packages, blade cross pieces, slewing bracket unit, eccentrics and drive unit including gear, shaft and motor. The frame shall be accurately set into position in the channel and shall be capable of supporting the entire screening assembly when suspended from the pivot shaft attached to the support legs fabricated from stainless steel (304). The screen shall be set an angle of 70 – 75 (seventy to seventy-five) degrees from the horizontal. The frame sides shall be fully welded to the base sole plate, the stationary step blade cross member brackets and the drive console and sealed to the channel walls with rubber seals. The drive console shall be designed to accommodate 8 (eight) adjusting bolts made from stainless steel (304). Four (4) adjustment bolts shall be located parallel to the screen angle and four (4) shall be perpendicular to the screen angle. The parallel bolts shall adjust the horizontal position of the movable step blades. The perpendicular bolts shall adjust the vertical position of the movable step blades. The frame sides shall form the supports for cover panels at the sides, the front and the back of the screen.
8 C. SCREEN BLADES The movable blades shall be cut from 1/12” (one-twelfth inch) (2 mm) thick cold rolled stainless steel sheets. The blades shall be step shaped: the steps shall have equal dimensions from the lower portion to the discharge point. The upper portion of the steps shall be designed with a radius to prevent screenings falling back at this steep installation angle. The horizontal length of one step shall be 2.0” (two inches): the vertical height shall be 4 1/8” (four and one-eighth inches) from step to step. The rear face of the movable step blade shall have a series of saw-tooth patterns cut into the straight edge of the step blade to slice through any debris that may accumulate on the cross member supports for the stationary step blades. Each saw-tooth pattern shall consist of ten (10) angular cuts in succession, resulting in a 7 7/8” (seven and seven-eighths inch) (200 mm) long serrated edge along the rear face of the step blade. Each cut shall consist of a 13/16” (thirteen-sixteenths inch) (20 mm) straight length angled 14 fourteen) degrees off the rear step blade straight edge followed by a 1/5” (one-fifths inch) (5 MM) cut perpendicular to the straight edge. The upper discharge end of the movable step blade shall be fitted with a two (2) piece plastic jacket to provide additional support to the screenings to be discharged. The resulting tolerance between the plastic jacket and the adjacent stationary step blade shall be 0.04” (zero point zero four inch) (1 mm). The movable step blades shall be mounted in a series of cross member brackets anchored to the movable side plate. The stationary step blades shall be manufactured from 1/12” (one-twelfths inch) (2 mm) thick cold rolled stainless steel sheets. The stationary step blades shall be mounted in a series of cross member brackets anchored to the step screen frame and shall have the exact same shape and contour as that of the movable step blades. The effective screening area of the step screen shall be produced by alternating stationary step blades with movable step blades and spacing the step blades ¼” (one-fourths inch) (6 mm) apart. The open space between the lamina is maintained by 3 (three) inch long HDPE inserts mounted along the length of the movable step blades at a distance of not less than 2’ (two feet) apart. The resulting effective screening area shall have a minimum of 75% (seventy-five percent) free open-area. The movable step blades lift the screenings to the next higher stationary step with each rotation cycle of the gear motor. The number of rotation cycles performed in each operating cycle is dependant upon the hydraulic conditions in the channel. After completion of an operating cycle, the step blades shall come to rest in the home position such that the horizontal surface of the step blades are aligned across the width of the channel. A proximity sensor shall send a signal to the PLC when the movable step blades are in their home position causing the gear motor to stop and hold the step blades in alignment. C. BOTTOM STEP FACE AND FLUSHING PIPE The step screen shall be designed with a blind face plate as the bottom step to prevent grit deposits from accumulating below the step blades. The blind plate shall be manufactured from AISI 304 stainless steel plate 1/12” (one-twelfth inch) (2 mm) thick and shall be approximately 10” (ten inches) (250 mm) tall covering the width of the effective screening area. The base of the face plate shall bolt on to the screen sole plate. The top of the face plate shall bolt on to a 5/32” (five-thirty-seconds inch) (4 mm) thick cross member support comb for the stationary step blades. A lower grit flap or movable plate is NOT acceptable. A stainless steel flushing pipe 1 ¼” (one and one-quarter inch) in diameter shall be mounted parallel to the back of the face plate along the width of the channel to prevent heavy material from accumulating below the step blades. This flushing pipe shall have ½” (one-half inch) diameter perforations every 8” (eight inches). The flushing pipe will be fed with non-potable plant effluent through a 1 ¼” (one and one-quarter inch) reinforced rubber hose. This flushing pipe shall be fitted with a 1 ¼” (one and one-quarter inch) diameter Burkert solenoid valve controlling the feed water to the flushing pipe. Screes with effective screening areas greater than 3’-4’ (three feet to four feet) shall be equipped with dual flushing pipes and dual feed water connections. D. HOME-POSITION PROXIMITY SENSOR The home position proximity sensor shall send a signal to the PLC that shall cause the gear motor to stop the rotation of the movable step blade package when it is aligned with the stationary step blade package. The signal shall be generated when the metal flag attached to the eccentrically rotated stainless steel block passes the frame mounted sensor. The mounting mechanism of the sensor shall be adjustable to ensure that the movable step screen package stops in the proper location. The proximity sensor shall be a normally open inductive proximity sensor with voltage limits ranging from 20 (twenty) to 264 (two-hundred-sixty-four) volts.
9 The proximity sensor shall be an inductive Telemecanique Model XS2-M18MA230, NAMUR or approved equal. The sensor shall be isolated in the main control panel through an intrinsically safe relay and shall have a sensing distance of 5/64” (five-sixty-fourths inch) (2 mm). E. LINKAGE SYSTEM ASSEMBLY The screen system shall be designed with a linkage system on each side of the unit that transfers the rotation of the gear motor to the movable step blade package. Each linkage system shall consist of an eccentrically rotated rectangular eccentric block, an eccentric crankshaft, a flange bearing, movable side plate, slewing bracket, rocker arm assembly, lateral linkage rod and linkage arms with bushings. Chain or cable drives are NOT acceptable. The eccentrically rotated rectangular stainless block shall be approximately 6” (six inches) long by 3 ½” (three and one/half inches) high by 2” (two inches) thick with two (2) 2” (two inch) diameter clamping connections and associated keyways bored through the stainless steel block. One connection shall be clamped to the drive shaft of the gear motor thereby causing the rectangular stainless steel block to eccentrically rotate around the drive shaft. The other connection shall be clamped to the eccentric crankshaft to convert the circular motion to an elliptical pattern. The eccentric stub shaft on the opposite side of the crank connects to the movable side plate through the flange bearing. The movable side plate shall carry the step blade support brackets that secure the movable step blade package. The elliptical path of motion that the movable side plate follows shall be controlled and stabilized by the linkage arms and lateral linkage rods. Each side of the screen shall be fitted with 1 (one) set of 2 (two) lower and 2 (two) upper linkage arms to connect the movable side plate to the screen frame through the lateral linkage rod. Each end of the linkage arms shall be free to rotate around stainless steel stub shafts. The upper and lower linkage assemblies shall be arranged such that one linkage arm rotates around a stub shaft connected to the frame and the other end rotates around a stub shaft connected to the lateral linkage rod. Similarly, one end of the second linkage arm rotates around a stub shaft connected to the lateral linkage rod, and the other end rotates around a stub shaft connected to the movable side plate. Chain or cable drives shall NOT be accepted. F. GEAR MOTOR DRIVE MECHANISM The drive unit shall be a gear motor rated for continuous duty and shall be selected to match the requirements of the particular screen. The drive motor shall be a 3 (three) phase, 3 (three) horsepower electric brake motor, Totally Enclosed Fan Cooled (TEFC), designed for application in a Class 1 (one) Division 1 (one) explosion proof area, constant speed unit rotating at 1,680 (one-thousand-six-hundred-eighty) revolutions per minute (RPM) and shall operate at 230/460 (two-hundred thirty/four-hundred-sixty) VAC (volts alternating current), 60 (sixty) hertz (Hz). The drive unit shall be direct coupled to the screen drive shaft through the gearbox. The gearbox housing shall be constructed from ASTM A-48 (forty-eight), Class 30 (thirty) cast iron. The drive unit shall be sealed from the screenings transport area with a stainless steel plate which is welded to the frame and forms the drive console. Nominal and minimum motor efficiencies shall comply with NEMA MG 1 (one). The gearbox shall be designed for AGMA Class II, 24 hour duty. The screen shall be equipped with electronic overload protection to stop the screen and initiate an alarm in the event of a current overload. A true power monitor shall be used for this protection. Units that incorporate shear pins for overload protection are NOT acceptable. G. COVERS The step screen shall include AISI 304 stainless steel covers for odor control and general plant safety. The covers shall extend from the deck to the top of the screen. The covers on the front of the screen shall be easily removable and shall include a keyed locking mechanism. The covers on the sides and back of the screen shall be fastened in place by stainless steel screws. 2.7.2 SCREENINGS WASHER DESIGN SPECIFICATIONS A. MATERIALS The Wash And Press screenings washer shall be manufactured from AISI_304 austenitic stainless steel shapes (rods, angles and channels), pipes and sheets. Welded fabrications involving plates thicker than 5/8” (five- eighths inch) (16 mm) thick shall be manufactured from AISI 304 L stainless steel. All mechanical parts shall be
10 designed to handle the forces that may be exerted on the screenings washer during fabrication, shipping, erection and operation. All stainless steel parts shall be manufactured in a facility that manufactures stainless steel parts only to prevent contamination of the stainless steel with rusty dust. The screenings washer shall undergo a pickling and passivation process to ensure maximum resistance to corrosion. All stainless steel components and structures shall be “pickled” or soaked in a chemical bath of nitric acid and hydrofluoric acid maintained at a temperature of 120 (one-hundred-twenty) degrees Celsius to remove any residues that may be present on the material as a result of forming, manufacture or handling. After removal from the pickling bath the equipment must be washed with a high pressure wash of cold water to remove any remaining surface debris and promote the formation of an oxidized passive layer which is critical to the long life and durability of the stainless steel. B. SCREENINGS WASHER BODY The screenings washer body shall be fabricated from 1/8” (one-eighth inch) (3 mm) thick AISI 304 stainless steel. The 6 1/2” (six and one-half inch) diameter screenings washer body shall include a nominal 2’ x 8” (two foot by eight inch) (600 mm x 200 mm) trough opening for screenings deposit. A level mounting flange shall be provided around the trough for the transitional hopper that directs the screenings into the trough of the screenings washer. The hopper shall be fabricated from 1/10” (one-tenth inch) thick stainless steel. The screenings washer body shall house the center washing shafted screw, shall include 2 (two) ¾” (three-quarter inch) diameter wash water connections in the washing zone, one (1) 3/8” (three-eighths inch) diameter connection in the screenings trough and shall include connections to mount the drain pan to collect the spent wash water. The screenings washer body shall include 1/5” (one-fifths inch) (5 mm) diameter perforations spaced 2/7” (two- sevenths inches) (18 mm) center to center in a vertical alignment in the washing and compaction zones to drain excess wash water and filtrate water processed from the screenings to the drain pan. The screenings washer body shall be equipped with not less than 6 (six) guide bars made of Hardox 400 Abrasion resistant plant. The guide bars shall be bolted from the outside of the tube for easy access and removal. The guide bars shall be at least 6 (six) inches long and the thickness shall not be less than 3/8” (three-eighths) inch. Welded guide bars shall NOT be allowed. C. SHAFTED SCREW The shafted screw shall transport the screenings from the trough area into the main washing zone and shall force the compacted screenings out the discharge pipe. The shafted screw shall be fabricated from 1/8” (one-eighth inch) (3 mm) thick AISI 304 stainless steel. The 2 1/3” (two and one-third inch) diameter shaft shall accept wash water from the manifold and shall discharge into the washing zone through four (4) 1/5” (one-fifths inch) (5 mm) diameter openings. The screw flights shall have a minimum thickness of 1/5” (one-fifth inch) (5 mm) in the trough area, a thickness of 2/5” (two-fifths inch) (10 mm) in the perforated washing zone and a thickness of 2/5” (two-fifths inch) (10 mm) in the compression zone. The outside diameter of the screw shall be 6 1/2” (six and one-half inch) and shall include a 5” (five inch) flight pitch in the trough area and washing zone and a 4” (four inch) pitch in the compaction zone. The last flight of the screw shall have a 10 mm thick flight made from Hardox 400 Abrasion resistance plate welded to the surface of the 10 mm thick stainless steel flight to reduce wear resulting from compaction of the screenings. A stainless steel backed brush with nylon bristles shall be attached to the shafted screw with stainless steel holder clips and fasteners for the full length of the perforated washing zone. A shaft less screw shall NOT be acceptable. A screw made of carbon steel shall NOT be acceptable. D. WATER MANIFOLD AND WASH WATER CONNECTIONS The screenings washer shall be equipped with a manifold to supply wash water to the different washing inlet locations and shall be provided with not less than three (3) separate connections for injecting wash water into the screenings and. One of the three injection locations must be from the center shaft of the screw to ensure that the wash water penetrates the entire screenings plug. The unit shall be designed to accept wash water from the facility’s non-potable water system which is sourced from final plant effluent. Wash water connections shall be sized and positioned by the unit manufacturer. Maximum water consumption for the unit shall be 25 gallons per minute. Water pressure required at the connection to the unit for proper operation shall be not less than 50 (fifty) PSIG. The main wash water supply line to the wash and press unit shall be provided with three (3) 1” (one inch) diameter ASCO or Burkert Type 5282 or equal, normally closed solenoid valves with a maximum operating pressure of 125 PSIG. The solenoid valves shall be independently controlled by the PLC in the control panel. One solenoid valve shall supply wash water directed against the rotation of the screw flights in the inlet hopper. The second solenoid valve shall direct wash water into the wash press manifold and the third shall supply wash water to the drain pan.
11 E. DRAIN PAN The drain pan shall collect wash water filtrate and shall be manufactured from 1/8” (one-eighth inch) (3 mm) thick stainless steel plate and shall be attached to the screenings washer body with stainless steel clasps for easy removal. The drain pan shall include a ¾” (three-quarter inch) threaded inlet connection for wash water from the manifold for flushing on one end. A 3” (three inch) drain connection shall be provided at the lowest section of the drain pan at the opposite end. F. SCREENINGS DISCHARGE PIPE The screenings discharge pipe shall be made of stainless steel and shall be connected via a 6” (six inch) diameter flange to the screenings washer body. The diameter of the straight section of the discharge pipe shall increase in size to facilitate the transport of the screenings in an easier fashion. The conical discharge pipe’s straight section diameter shall increase in size to 10” (ten inches). A maximum of 45 (forty-five) degrees shall be maintained for bends in the discharge pipe and the radius shall be 3 (three) times the pipe diameter. G. GEAR MOTOR DRIVE MECHANISM The drive unit shall be a gear motor rated for continuous duty and shall be selected to match the requirements of the associated screen. The motor shall be a 2 (two) HP (horsepower), totally enclosed fan cooled (TEFC) unit designed for use in a Class 1 (one), Division 1 (one) area, shall be a constant speed unit which rotates at 1680 (one-thousand-six-hundred-eighty) RPM and shall be powered by 230/460 VAC (two-hundred-thirty/four-hundred- sixty volts alternating current), 60 (sixty) Hz (Hertz), 3 (three) phase power. The drive unit shall be direct-coupled to the screen drive motor through the gear box which shall be constructed from ASTM A-48 (forty-eight), Class 30 (thirty) cast iron. The shaft mounted geared motor shall have a torque support bolted to the body of the screenings washer. Units without a torque support shall NOT be acceptable. Nominal and minimum motor efficiencies shall comply with NEMA MG 1 (one). The gear box shall be designed for AGMA Class II, 24 (twenty-four) hour duty. F. GRINDER Each grinder shall include cutters, spacers, bearings and seats, side rails, end housings, covers, reducer and motor. The grinder shall be of a 2 (two) shaft design and be capable of continuous operation, processing wet or dry single shaft devices utilizing a single rotating cutter bar with stationary cutters shall NOT be acceptable. A 2 (two) shaft design shall consist of 2 (two) parallel shafts alternately stacked with individual intermeshing cutters and spacers positioned on the shaft to form a helical pattern. The 2 (two) shafts shall counter rotate. The individual cutter s and spacers shall be 4130 (forty-one-thirty) or 4140 (forty-one-forty) heat treated alloy steel, surface ground for uniformity and through-hardened to a minimum 45-50 (forty-five to fifty) Rockwell C. The inside configuration of both the individual cutters and the individual spacers shall be hexagonal so as to minimize the wear on the cutters and increase the compressive strength of the spacers. The grinder drive and driven shafts shall be made of 4140 (forty-one-forty) heat treated hexagonal steel. The shaft bearings and seals shall have the radial and axial loads of the cutter shafts borne by sealed, oversized, deep-grooved ball bearings at each end and shall be protected by a combination of a replaceable and independent mechanical seals. The face materials shall be of tungsten carbide to tungsten carbide and O-rings shall be made of Buna-N elastomers. The reducer shall be a Sumitomo SM-Cyclo Speed Reducer with a 60 (sixty) RPM output speed. The motor shall be a minimum 5 (five) HP (horsepower), totally enclosed fan cooled (TEFC), 1,800 (one-thousand- eight-hundred) RPM, 230/460 VAC (two-hundred-thirty/four-hundred-sixty volts alternating current), 3 (three) phase, 60 (sixty) Hz (Hertz) rated for a Class 1 (one) Division 1 (one) area. 2.7.3 GRIT WASHER SPECIFICATIONS The vendor shall furnish and install 1 (one) grit washing classifier as detailed in the technical specifications that follow. The scope of work includes the removal and storage of the currently installed grit washer and the furnishing of all labor and materials required to install the new grit washing classifier. The grit washer shall be a standard and catalogued item by the manufacturer and shall be fabricated by the same manufacturer as the self-cleaning fine screen, the wash and press (WAP) screenings washer and the sewer grinder to ensure compatibility and reliability and minimization of spare parts inventory. Please note: Due to the nature of the grit treated at the UCONN WPCF, only the type of grit washer described herein shall be acceptable. The grit washer includes a grit washer tank, a central inlet vortex chamber and a Coanda tulip for directing inflowing grit slurry in a radial direction to a circumferential overflow weir, a conical stratification tank with cover, a stirring device with gear motor, a fluidized grit bed at the bottom of the stratification tank for intensive grit washing and separation of particles dependent on their specific gravity difference, a grit conveying and dewatering screw, controls and appurtenances.
12 Grit containing water from a grit chamber shall be introduced through the vortex chamber, creating a rotating flow pattern, and through the Coanda tulip into the grit washer tank. The water flow is directed by the Coanda from an axial flow to a radial flow towards the overflow weir that is provided at the circumference of the grit washer tank. This change of the flow direction leads to effective sedimentation of the grit towards the bottom of the grit washer tank. A fluidized grit bed shall be maintained in the bottom portion of the grit washer tank. Within this fluidized bed, the grit is intensively washed and organic material is effectively removed from mineral particles. Wash water shall be introduced into the bottom of the grit washer and dispersed through a perforated diaphragm to generate the fluidized bed in the bottom portion of the grit washer. This wash water shall also effectively flush the organic components out of the fluidized bed towards the overflow weir. Effective stratification of particles, depending on their specific density, but not depending on their particle size and weight, shall be achieved within the conical portion of the grit washer tank. A connection with an automatically operated ball valve shall be provided for removal of organic material out of the conical section of the tank. The stirrer shall move organic matter toward this connection. Washed grit shall be removed through a central tube at the bottom of the grit washer. The stirrer shall move washed grit to the central tube. The grit to be removed shall drop into an inclined auger. This auger shall dewater and convey the grit above the level of the overflow weir. The washed and dewatered grit is discharged at the upper end of the auger. A. DESIGN AND PERFORMANCE DATA: The number of units required is 1 (one) and the unit shall have a design flow of the grit slurry from the grit trap per unit of 100 GPM (one-hundred gallons per minute), shall have a maximum flow of grit slurry from the grit trap per unit of 125 GPM (one-hundred-twenty-five gallons per minute), shall have a grit processing capacity per unit of 1 (one) ton/hr, shall have a maximum water content in the washed grit product of 10 % (ten percent), shall have a maximum volatile solids content in the dried grit product of 5 % (five percent) and shall have a minimum capture rate of 200 (two-hundred) micron quartz sand at the design flow of 95 % (ninety-five percent). B. MATERIALS All structural components with the exception of motors or gears shall be manufactured of stainless steel SS 304. Material thickness shall be minimum 1/8” (one-eighth inch) (3 mm) unless otherwise noted. All components, after their fabrication, shall be passivated (pickled) by submergence in an acid bath as previously indicated with other components of this system. C. GRIT WASHER All parts of the grit washing plant shall be designed and appropriate for the service specified and indicated and for continuous operation. Sufficient room-for inspection, repair and adjustment shall be provided. The contractor shall also provide and connect a 4” (four inch) diameter, SS 304, grit/ slurry feed pipe with a 6” X 3” (six inch by 3 inch) reducer to the grit washer’s feed connection, provide and connect a ½” (one-half inch) diameter service water feed pipe to the grit washer’s wash water connection, provide and connect a 6’ (six inch) diameter drain pipe to the grit washer’s drain connection, and provide and connect a 4” (four inch) diameter organic slurry removal pipe to the grit washer’s organic removal ball valve. An inclined grit conveyor screw (auger) shall be provided and its inlet hopper shall be flange-connected to the grit discharge tube. The auger shall have a discharge height of 94” (ninety-four) inches above the floor. Its inlet hopper shall be provided with a 3” (three inch) diameter (DN 80) drain connection that is provided with a ball valve. The drain connection shall also be provided with a 1” (one inch) flush connection with ball valve. The screw conveyor trough shall be made of a minimum of 10/64” (ten-sixty-fourths inch) (4 mm) thick stainless steel. The screw shall be shafted and shall be made of stainless steel. A shaft-less screw is NOT acceptable. The lower end of the screw shaft shall be supported by a maintenance-free ceramic bearing. Wear strips are NOT acceptable. A screw drive shall be provided at the upper end of the auger. The motor shall be continuous duty rated and shall be selected to match the duty of the particular grit conveying screw. The drive unit shall be directly coupled to the grit conveying screw drive shaft. D. MOTORS The motor shall have a maximum motor speed of 1,800 (one-thousand-eight-hundred revolutions per minute), shall have a service factor of 1.00 (one) and shall have sufficient torque to start and operate the grit washer without exceeding nameplate ratings for current and power. The motors shall have a rating of 230/460 VAC (two-hundred-thirty/four-hundred-sixty volts alternating current), 3 (three) phase, 60 (sixty) Hz (Hertz) and be suitable for installation in a Class 1 (one), Division 1
13 (one) location. The screw drive motor shall have a maximum horsepower of 1.5 hp (one and one-half horsepower) and the stirrer motor shall have a maximum horsepower of 0.75 (three-quarters). E. CONTROLS Controls shall consist of a pressure sensor for control of grit discharge, and a flow meter for wash water consumption. The control panel shall consist of a 460 VAC (four-hundred-sixty volts alternating current) primary control and shall be provided in a NEMA 4X rated enclosure. The enclosure shall be suitable for wall mounting, shall have hinged covers which swing horizontally and shall be held closed with mechanical spring loaded fasteners, and shall include the following: Main power disconnect switch, control power transformer, surge arrester, H-O-A (Hand-Off-Auto) control switch and an over-current sensor for the screw drive motor and stirrer motor. The control panel shall also consist of an Allen Bradley Programmable logic controller (PLC), a running time meter, operating and warning lights for power on, grit washer running, over-current indication, lamp test button and laminated plastic nametags shall be provided for the name of the control panel and all disconnects, switches, lights, and meters. A local operator station for installation in the headworks building shall be supplied and include as a minimum an Emergency Stop, H-O-A (Hand-Off-Auto) Grit Auger, H-O-A (Hand-Off-Auto) Organics Valve and shall be provided in a Class 1 (one), Division 1 (one) enclosure. The control panel shall be factory wired and tested. F. GRIT PUMP A Gorman Rupp Model T3A71S-B Self Priming Grit Pump shall be provided with the following design conditions: 1. 200 (two-hundred gallons per minute) GPM @ 20’ (twenty feet) TDH & 930 Pump Speed 2. Inlet / Outlet 3” X 3” (three inch by three inch) 3. Materials a. Casing, Cast Iron b Impeller, Hardened 400 (four-hundred) BHN ductile iron c. shaft, alloy steel 4140 (forty-one-forty) d Oil lubricated mechanical seal with silicon carbide faces e. flanged suction and discharge spool pieces f. Fabricated steel vertical V-belt base g. Maximum horsepower: 2 (two) h. Maximum RPM: 1,800 (one-thousand-eight-hundred revolutions per minute) I Electrical Service: 460 VAC (four-hundred-sixty volts alternating current, 3 (three) phase, 60 (sixty) Hz (Hertz) j. Enclosure: Class 1 (one), Division 1 (one) Provide controls in NEMA 4 X enclosure. 1. At a minimum controls shall include NEMA rated starters, lockable, door mounted disconnect, motor overload, 460/120 VAC (four-hundred-sixty/one-hundred-twenty volts alternating current) transformer, H-O-A (Hand-Off-Auto) selector switch with dry contacts as necessary for the interface with Grit Washer Control Panel, pilot lights. 2. Provide dry contacts to signal when grit washer pump has activated 3. Provide dry contacts to shut down pump upon grit washer alarm Controls shall include local NEMA 7 operator station with E-Stop (Emergency Stop) and H-O-A (Hand- Off-Auto) selector switches. G. INSTALLATION The contractor shall install the equipment in accordance with Manufacturer's instructions and as indicated and specified and shall be responsible for the removal and temporary storage of currently installed grit classifer. Repair of damage to the grit classifer during removal or storage shall be the sole responsibility of the contractor. 2.7.4 SCREEN GRINDER AND SCREENINGS WASHER CONTROLS DESIGN SPECIFICATIONS The controls for the step screen grinder and screenings washer shall be incorporated into a single control panel. The main controls shall be housed in a NEMA 4X enclosure. All components required for automated operation shall be provided and at minimum include the following parts. The controls shall include an Allen Bradley Micrologix programmable controller (PLC). The panel shall include AC
14 input modules with a minimum of 16 (sixteen) inputs, 4 (four) channel 4-20 (four to twenty) mA (milli-amp) analog current input modules, relay output modules and an operator interface that includes pushbuttons with LED’s, control pushbuttons and an LCD display. The operator interface shall be an Allen Bradley Microview. The operator interface shall allow the plant personnel to change certain parameters of the screening system such as screen start point (level), number of step rotations per cycle, bottom step wash duration, screen run time (time mode), grinder run time, wash and press run time, number of step rotations to activate wash and press. The control panel shall include a 3 (three) –pole non-reversing contactor with overload relays with screw clamp terminals for the screenings washer and grinder. The panel shall also include a 460-120 VAC (four-hundred-sixty to one-hundred-twenty volts alternating current) control power transformer. The panel shall include 3 (three) non-illuminated 3 (three) position selector switch operators, Hand-Off-Auto (H-O- A). One operator shall be for the step screen, one for the screenings washer and one fro the grinder. A 3 (three) position selector switch shall be provided for the selection of forward-off-reverse movement by the screw. The panel shall also include a non-illuminated alarm reset pushbutton manufactured by Allen Bradley, Square D or an approved equal. The panel shall include pilot lights with protected LED’s. 3 (three) pilot lights shall be red and shall signal when the screen, grinder or the screenings washer are operating. 3 (three) amber pilot lights shall signal an overload condition for the screen, grinder or the screenings washer, and 3 (three) amber pilot lights shall signal a jam in the step screen or grinder. The control panel shall also include 3 (three) current sensing relays. A local operator station with 3 (three) Hand-Off-Auto (H-O-A) selector switches and an Emergency Stop (E-Stop) shall be provided, shall meet Class 1 (one) Division 1 (one) requirements and the control panel shall include a UL 508 label. A. ULTRASONIC LEVEL MONITOR In the automatic mode, the step screen shall operate based upon the water level differential from upstream to downstream of the screen. These ultrasonic level monitors shall be a Milltronics Multiranger or an approved equal. B. SPARE PARTS Spare parts that shall be included and supplied together with the equipment are 5 (five) movable blades or lower sections thereof (if applicable), 3 (three) fixed blades or lower sections thereof (if applicable), 50 (fifty) plastic lamina spacers and 3 (three) flange bearings. C. INSTALLATION The contractor shall verify all dimensions in the field to ensure compliance of equipment dimensions with the drawings. The contractor shall notify the engineer of any significant deviations. The installation of the equipment shall be in strict accordance with the contract documents and the manufacturers’ instructions, shop drawings and all applicable local building codes and regulations. The manufacturer shall also supply anchor bolts for the equipment and the contractor shall install the anchor bolts in strict accordance with the manufacturers’ instructions or recommendations. The supplier/distributor of the equipment shall furnish the services of a factory trained representative or Service Engineer for 3 (three) days to inspect the installation, observe start-up and provide operator training. The equipment shall NOT be energized, “bumped” or otherwise set into motion to check the electrical connections for motor rotation WITHOUT the factory trained representative or Service Engineer present. The factory trained representative or Service Engineer shall make all necessary adjustments and setting to the controls. In particular the factory representative or Service Engineer shall verify the measurement relay setting and the initial water level differential setting for the step screen. The factory trained representative or Service Engineer shall demonstrate the proper and sequential operation of the step screen and screenings washer. The step screen shall operate automatically based on the water level differential. The screenings washer shall operate automatically after a certain number of screen cycles, the number being determined by the factory trained representative or Service Engineer. D. FIELD TOUCH-UP PAINTING AND FIELD WELDS After installation touch-up paint shall be applied to all scratched, abraded and damaged shop painted surfaces. Coating type and color shall match shop painting. Contractor shall passivate all field welds with pickling acid.
15 SECTION 3 -General Terms & Conditions
Bidders interested in providing the required products/services should submit pricing based on the specifications and terms and conditions contained in this Request for Quotation.
3.1 By submitting a Bid, each vendor represents that the vendor has: 3.1.1 Read and completely understands the Request for Quotation document and attachments
thereto. 3.1.2 Is familiar with the conditions under which the products/services will be provided, including
availability and cost of materials and labor. 3.2 Receipt of Bids 3.2.1 The University will receive bids at the Purchasing Department, 3 North Hillside Road, Unit 6076,
Storrs, CT 06269-6076, until 2:00 P.M. (EST), on 5-4-2007 3.2.2 Any bid received after the time and date specified for the receipt of quotation(s) shall not be
considered and shall be kept on file unopened. 3.2.3 Each bidder shall be solely responsible for the delivery of their bid to the University at the place
and before the time as specified in 3.2.1 above. 3.2.4 Unless otherwise noted elsewhere in this document, all materials submitted in response to this Request for Quotation shall become the property of the University of Connecticut upon delivery and are to be appended to any formal documentation, which would further define or expand the contractual relationship between the University and the respondent. 3.2.5 The University reserves the right to reject any or all bids received or any part thereof. Non- acceptance of a bid shall mean that another bid was deemed more advantageous to the University, or that all Bids were rejected. Firms whose bids are not accepted shall be notified after a binding contractual agreement between the University and the selected firm exists, or after the University has rejected all bids. 3.2.6 It is the vendor’s responsibility to bring to the attention of the University's Purchasing
Department any inconsistencies in these specifications, including but not limited to, incorrect description(s) of materials or services required to correctly meet the University’s needs. Notification of such inconsistencies must be documented in writing and clarified prior to submission of bids.
3.2.7 The University is not liable for any cost incurred by the vendor in the preparation of this bid. 3.3 Preparation of Bids 3.3.1 The bid shall include an exact copy of the "Form of Bid” included with these documents. All applicable blank spaces shall be filled in, typewritten or in ink and amounts shall be shown in both words and figures. If there is a discrepancy between the prices shown in words and figures, the amount shown in words shall be deemed correct. 3.3.2 Bids shall indicate the full name of the firm submitting the proposal and shall bear the signature of the principal duly authorized to execute contracts for the firm. The name of each person signing the proposal shall be typed or printed below the signature. 3.3.3 All erasures or corrections shall be initialed by the person(s) signing the bid.
16 3.3.4 The terms and provisions of this Request for Quotation and any contract resulting from this Request for Quotation shall be governed by and construed in accordance with the laws of the State of Connecticut. 3.3.5 Ethical Considerations: The University of Connecticut, as a public institution, is bound by legislated and mandated procurement guidelines to protect the public interest. Recent additions to these guidelines require that the majority of contracts in excess of $50,000.00 be supported by Affidavits regarding; Consulting Agreements, Gifts to State Employees, Agency Certification and Campaign Contributions. In addition contracts in excess of $500,000.00 must also be supported by an Affidavit regarding Evidence of Receipt of the Summary of State Ethics Guidelines. Information regarding these requirements can be found at the following web site: http://www.opm.state.ct.us/secr/forms/ContractAffidavitRequirements.htm All required forms must be filled out and notarized prior to the signing of contracts or the issuance of agency purchase orders. 3.3.6 Executive Orders of the Governor: This Agreement is subject to the provisions of Executive Order No. 7C of Governor M. Jodi Rell, promulgated July 13, 2006, concerning contracting reforms, Executive Order No. 3 of Governor Thomas J. Meskill, promulgated June 16, 1971, concerning labor employment practices, Executive Order No. 17 of Governor Thomas J. Meskill, promulgated February 15, 1973, concerning the listing of employment openings and Executive Order No. 16 of Governor John G. Rowland promulgated August 4, 1999, concerning violence in the workplace, all of which are incorporated into and are made a part of this agreement as if they had been fully set forth in it. For complete text of said documents, please go to: http://www.ct.gov/governorrell/cwp/browse.asp?a=1719&bc=0&c=18433&governorrellNav=|41880 3.3.7 Whistle Blower Protection: In accordance with the University’s compliance program, the University has in place an anonymous ethics and compliance reporting hotline service – 1-888-685- 2637. Any person who is aware of unethical practices, fraud, violation of state laws or regulations or other concerns relating to University policies and procedures can report such matters anonymously. Such persons may also directly contact the University’s compliance office at: Office of Audit, Compliance, and Ethics, 9 Walters Avenue, Unit 5084, Storrs, CT 06269-5084; Phone 860-486-4526; Fax 860-486-4527. In addition you are hereby required to notify your employees, as well as any subcontractors, who are involved in the implementation of this contract, of this reporting mechanism. 3.3.8 For all State contracts as defined in P.A. 07-1 having a value in a calendar year of $50,000 or more or a combination or series of such agreements or contracts having a value of $100,000 or more, the authorized signatory to this Agreement expressly acknowledges receipt of the State Elections Enforcement Commission's notice advising state contractors of state campaign contribution and solicitation prohibitions, and will inform its principals of the contents of the notice. See SEEC Form 11 3.3.9 Any bidder requiring clarification or interpretation of the bid shall make a written request to the University to be received at least seven (7) days prior to the date established for receipt of bids. 3.3.10 Bidders shall provide a written itemized list of exceptions to this Request for Quotation to:
Philip Lang Purchasing Agent I
University of Connecticut 3 North Hillside Road, Unit 6076
Storrs, CT 06269-6076 Fax (860) 486-5051 * Telephone (860) 486-2626
[email protected]
3.4 Addenda and Clarifications - Requests for clarification may be sent via facsimile, or email, to the
address indicated. Any and all interpretations, corrections, revisions, and amendments shall be issued by the University of Connecticut Purchasing Department in the form of a written addenda providing clarification to all holders of the documents. All addenda so issued, shall become a permanent part of the contract documents and shall be acknowledged by the bidder on the Form of Bid.
• An exact copy of the "Form of Bid" • Bidders Qualification Statements • List of References (5) • Specifications and Documentation for product offered • Contract Compliance Monitoring Report (CHRO Documents) • Insurance Cerificates • Required Bonds • Mandatory Affidavits • Warranty Information
3.5.3 No oral, telephonic, telegraphic, or facsimile bids will be accepted. If a bid is sent by mail,
allowance should be made for the time required for such transmission. The officer whose duty is to open the bids shall decide when the specified time has arrived and no bids received thereafter will by considered.
3.5.4 No responsibility will be attached to any person for the premature opening of any bid, which is
not properly identified. 3.6 Modification or withdrawal of bids will be executed as follows: 3.6.1 A bid shall not be modified, withdrawn or canceled by the bidder for a sixty (60) day period from the time and date set for the receipt of bids as specified in paragraph 3.2.1 above, and the bidder so agrees in submitting a bid.
3.6.2 Prior to the time and date assigned for receipt, bids submitted early shall be securely kept sealed. Modification or withdrawal of same shall be permitted upon written notice to the University only. Such notice shall be received by the University’s Purchasing Department prior to the time and date set for receipt of bids as provided in paragraph 3.2.1. 3.6.3 Withdrawn bids may be resubmitted up to the time designated for receipt of bids provided they
are submitted in full conformance with these terms and conditions. 3.7 Severability 3.7.1 The parties understand and agree that if a court holds any part term or provision of the Request
for Quotation and resulting agreement to be illegal or invalid, in whole or in part, the validity of the remaining provisions shall not be affected, and parties’ right and obligations shall be construed and enforced as if the Request for Quotation or agreement did not contain the particular invalid provision.
3.8 Substitute Products/Services and Approved Equals 3.8.1 No substitutions on products or services will be accepted without the written consent of the
using party.
18 3.9 Form of Agreement 3.9.1 The University will accept a bid as written by one or both of the following methods: (1) Issuing a
written "Notice of Award" to the selected bidder incorporating this Request for Quotation and the bid of the successful bidder by reference. (2) Issuing a Purchasing Order to the selected bidder incorporating this Request for Quotation and the bid of the successful bidder by reference.
3.9.2 The selected bidder shall, within ten (10) calendar days after receipt of a "Notice of Award,"
enter into a written contract with the University. 3.9.3 The purchase order, the bid of the successful bidder and the contents of this Request for
Quotation shall form the entire agreement between these parties as if fully stated herein. 3.10 Qualification of Vendors 3.10.1 Bids will only be considered from bidders with a demonstrated history of experience in
successfully providing products/services as listed to Institutions of higher education or other entities whose requirements are similar in size and scope to those of the University as outlined in this Request for Quotation. Bidders should include within their response information that will demonstrate their overall ability to supply product/services as detailed within this document. Preference will be given to those firms with such confirmed experience.
3.10.2 The bidder submitting the bid shall have the proper equipment and experienced employees to provide the products/services as listed within the Request for Quotation. The successful bidder must have provided products/services of this type for a minimum of five years. Bidders should document their compliance to this requirement within their bid. 3.10.3 The University will reject the bid of any vendor and void any award resulting from this solicitation
to any vendor who makes any material misrepresentation in their bid. 3.11 Assignment 3.11.1 Any contract resulting from this Request for Quotation may not be assigned or transferred without the prior written consent of both parties
3.12 Non-Appropriation of Funds
Notwithstanding any other provision of this Request for Quotation or any ensuing contract, if funds anticipated for the continued fulfillment of the contract are at any time not forthcoming or insufficient, either through the failure of the Connecticut Legislature to provide funds or alteration of the program under which funds were provided, then the University shall have the right to terminate the contract without penalty by giving not less than thirty (30) days advance written notice documenting this lack of funding. Unless otherwise agreed to, the contract shall become null and void on the last day of the fiscal year for which appropriations were received; except that if an appropriation to cover the costs of this contract becomes available within sixty (60) days subsequent to termination under this clause, the University agrees to re-establish a contract with the vendor whose contract was terminated under the same provisions, terms and conditions of the original contract.
3.13 Indemnification 3.13.1 The successful bidder agrees to jointly and severally indemnify and hold the University, its
successors and assigns harmless from and against all liability, loss, damage or expense, including reasonable attorney's fees which the University may incur or sustain by reason of the failure of the bidder to fully perform and comply with the terms and conditions of any contract resulting from this Request for Quotation.
19 3.14 Contract Termination for Cause
The University may terminate any resulting contract for cause by providing a Notice to Cure to the Supplier citing the Instances of noncompliance with the contract.
a) The firm shall have ten (10) days to reply to the Notice to Cure and indicate why the
contract should not be terminated and recommend remedies to be taken. b) If the firm and the University reach an agreed upon solution, the Supplier shall then have
thirty (30) days after such agreement is reached to cure the noncompliance cited in the Notice to Cure.
c) If a mutually agreed upon solution cannot be reached within ten (10) days after receipt of Notice to Cure by firm, the University reserves the right to terminate the agreement.
d) If the mutually agreed upon solution is not implemented within thirty (30) days form the date of agreement, the University reserves the right to terminate the contract.
3.15 Responsibility of Those Performing the Work 3.15.1 The successful bidder shall be responsible for the acts and omissions of all the vendor's employees and all subcontractors, their agents and employees and all other persons performing any of the work pursuant to this contract. 3.15.2 The vendor shall at all times enforce strict discipline and good order among the vendor’s
employees and shall not employ any unfit person or anyone not skilled in the task assigned. 3.15.3 Incompetent or incorrigible employees shall be dismissed from the project by the vendor when
so determined by the University, and such persons shall be prohibited from returning to the project without written consent of the University.
3.16 Payment Terms 3.16.1 Terms shall be 2% 15 / Net 45 days; exceptions shall be noted on the Form of Bid. 3.17. References 3.17.1 The bidder shall include the minimum of 3 references for higher education institutions, or similar
entities where they have provided similar contracts of this size and scope. These references shall include the client name, telephone number, and contact person responsible for the contract. References shall be provided on the Bidders Qualification Form furnished with the Request for Quotation document.
3.18 Contract Provisions by Reference 3.18.1 It Is mutually agreed by and between the University and the vendor that acceptance of the
vendor's offer by the issuance of a purchase order shall create a contract between the parties thereto containing all specifications, terms and conditions in this Request for Quotation except as amended in the purchase order or attachments thereto.
3.19 Wage Rates - _ Yes or X No
(The following provision applies to this contract if marked yes above.) 3.19.1 The wages paid on an hourly basis to any mechanic, laborer or workman employed upon the
work herein contracted to be done and the amount of payment or contribution paid or payable on behalf of each such employee welfare fund as defined in Subsection (h) of Section 31-53 and 31-57F of the Connecticut General Statutes, shall be at a rate equal to the rate customary or prevailing for the same work in the same trade or occupation in the town in which such project is being constructed. Wage rates, establishing the minimum rates, issued by the State of Connecticut Labor Department and Contractor’s Wage Certification Form, a copy of which is attached, is made a part of this Contract. The bidder shall submit with his/her proposal a completed, notarized Wage Certification form. Pursuant to
20 State of Connecticut General Statues 31-53 and 31-57F, the bidder shall submit a certified payroll record, utilizing the form furnished within these specifications. The certified payroll shall be submitted on a weekly basis with Statement of Compliance to the contracting agency
3.20 Advertisements
Unless specifically authorized in writing by the University on a case by case basis, the firm shall have no right to use, and shall not use, the name of the University of Connecticut, it’s officials or employees, or the seal of the University: (A) in any advertising, publicity, promotion, nor (B) to express or to imply any endorsement of contractor’s products or services: nor (C) to use the name of the State, it’s officials or employees or the University seal; in any manner except only to manufacture and deliver in accordance with this agreement such items as are hereby contracted by the University.
3.21 Mandatory Pre-Bid Conference - _Yes or X No
(The following provision applies to this contract if marked yes above.) 3.21.1 A mandatory pre-bid conference has been scheduled for ( ) at 10:00AM and will be held at the
University of Connecticut Purchasing Department, 3 North Hillside Road, Storrs, Connecticut. Attendance at this meeting is mandatory, as this will be the only opportunity for interested vendors to familiarize themselves with the scope of the project. Failure to attend this conference will disqualify the bidder from participating in this bid solicitation.
3.21.2 The purpose of this meeting will be to review the project scope and to afford vendors the opportunity to identify any inconsistencies in the contract documents. Should vendor(s) fail to identify inconsistencies at this time it shall be assumed that they have completed a thorough review of the documents, have a clear understanding of the requirements of the contract and have submitted their bid accordingly.
3.21.3 Any and all amendments, clarifications or additions to the contract documents identified at this
meeting shall be included in a written addendum to be issued to all of those who attended this meeting. 3.21.4 Failure to attend this conference shall not relieve bidders of this responsibility nor entitle them to
any additional consideration or compensation with respect to this contract. 3.22 Insurance Requirements 3.22.1 The successful bidder will be required to submit to the Purchasing Department at Storrs,
Connecticut, prior to the award of the contract, a Certificate of Insurance executed by an insurance company licensed to do business in the state of Connecticut, for the requirements marked yes below. The University should be named as additional insured.
Workman's compensation insurance XYes or _ No In accordance with the statutory requirements of the laws of the State of Connecticut and any additional requirements of the University of Connecticut. A statutory exemption from the Worker’s compensation shall not be deemed a satisfactory alternate to meeting this requirement. In no event shall an award be made to any firm failing to provide such evidence in a form satisfactory to the University. Coverage shall include Employer’s liability with minimum limits of $100,000 each accident, $500.000 Disease – Policy limit, $100,000 each employee.
Commercial Public liability insurance XYes or _No $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage Automobile Liability: XYes or _ No $1,000,000 combined single limit per accident for bodily injury. Coverage extends to owned, hired and non-owned automobile. If no vehicle is used in the execution of this contract then no automobile coverage is required.
21 3.23 Invoices/Acknowledgments/Packing Slips: 3.23.1 Each of these documents must be itemized, showing the purchase order number. 3.24 Waste Materials: 3.24.1 The bidder shall at all times keep the premises free from accumulation of waste materials or rubbish
caused by their operation and shall be responsible for the collection, removal and disposal of such waste and packaging from the site, and for the proper recycling of same when required.
3.25 Remedies upon Default: 3.25.1 In any case where the bidder has failed to deliver or has delivered nonconforming goods or
services, the University shall provide a "Notice to Cure". If after the notice the bidder continues to be in default, the University may procure goods or services as substitution from another source and charge the cost difference to the defaulting bidder.
3.26 Collection for Default: 3.26.1 The attorney general shall be requested to make collection from any defaulting bidder pursuant
to the proceeding paragraph. 3.27 Excise Tax: 3.27.1 The University of Connecticut is exempt from Federal excise taxes, and no payment will be
made for any taxes levied on the bidder's employee's wages. The University is exempt from state/local sale tax.
3.28 Safety: 3.28.1 The materials/services which the bidder proposes to furnish must comply in all respects with the
appropriate safety regulations of all regulatory commissions of the Federal Government, State of Connecticut, and local jurisdiction.
3.29 Acts of Subcontractors: 3.29.1 The bidder shall be responsible for all acts and performances of any subcontractor or secondary
supplier that the bidder may engage for the completion of any contract with the University. The bidder shall be responsible for payment to all subcontractors or secondary suppliers.
3.30 Acts of God: 3.30.1 Whenever a bidder's place of business, mode of delivery, or source of supply has been
disrupted by strike, or act of god, or any other disruption, it shall be the bidder's responsibility to promptly advise the University. The University may elect to cancel all orders on file with the bidder and place-said orders with another bidder.
3.31 Modifications to Requirements: 3.31.1 It is the bidder's responsibility to coordinate any requirements to modify standard products in
order to accommodate these specifications. This shall extend to the submission of shop drawings, samples, and the coordination of a multi-jurisdictional installation if required. Any conflicts, production difficulties or lack of sufficient information are to be brought to the University’s immediate attention.
3.32 Regulatory Compliance:
22 3.32.1 It is the responsibility of the bidder to confirm that all equipment and supplies shipped to the
University meet all local and jurisdictional fire codes. 3.33. Bonding The following bonds shall be required when marked yes. 3.33.1 Bid Bond: X Yes or No The proposal must be accompanied by a Bid Bond which shall not be less than ten percent (10%) of the total bid amount. The Bid Bond shall be prepared on the forms attached to these documents and issued through a bonding company licensed to transact business in the State of Connecticut. Premiums shall be paid by the bidder. The Bid Bond shall be made to the University of Connecticut.
Certified checks in an amount of not less than ten percent (10%) of the total bid as stated above, made payable to the University of Connecticut, will be accepted in lieu of a bid bond.
3.33.2 Guarantee by Surety: _Yes or X No The proposal shall be accompanied by a written guarantee submitted, on the form furnished for that purpose by a Surety authorized to do business in Connecticut, that it will provide the 100% Performance Bond required by the contract documents if the bidder’s proposal is accepted. 3.33.3 Performance Bond: _Yes or X No The successful bidder shall furnish a Surety Bond in an amount equal to three months of the contract value as security for faithful performance of the contract and for payment of all persons performing labor on the project under the contract, prior to the execution of the contract. Surety on such bond shall be provided by a duly authorized Surety company licensed to do business in the State of Connecticut and named on the current list of insurance companies acceptable for Federal Bonds as published in the “Treasury Department Circular 570,” and shall meet the approval of the University. Premiums shall be paid by the bidder. All bonds shall be made out to the University of Connecticut 3.33.4 Labor and Materials Payment Bond: X Yes or _ No At this same time, the Bidder shall submit a
University of Connecticut Labor and Material Payment Bond in the sum of not less than 100 per cent of the Contract Price, containing the condition that the Contractor will promptly pay for all material furnished and labor, supplied or performed in the prosecution of the work whether or not said material or labor is involved and/or becomes a component part of the structure or structures to be erected. Such additional bond shall be held for the use of each party who, as Subcontractor or otherwise, shall have furnished material or supplies or shall have performed labor in the prosecution of the work as herein provided and who has not been paid therefore. Such additional bond shall provide specifically that any person may bring suit thereon in the name of the person suing, prosecute the same to the final judgment and have execution thereon for such sum or sums as may be justly due. The State shall not be liable to furnish counsel for the payments of any costs or expenses of any such suit. This bond is to be furnished pursuant to Section 49-41 of the General Statutes of Connecticut, and claims thereon shall be subject to the provisions of Connecticut General Statutes Section 49-42.
3.33.5 Amendments to Bonds: Any changes, modifications, amendments and/or alterations to any of the required bonds shall be
highlighted and the University shall be advised of same and consent to same prior to its acceptance of the bond as so changed, modified, amended and/or altered. Failure to advise the University of these Changes in accordance with this requirement shall make the bidder ineligible to bid on any future University contracts.
3.33.6 Power of Attorney:
Attorneys in fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their Power of Attorney.
3.34 Conditional/Qualified Proposals: 3.34.1 No conditional or qualified bids will be accepted by the University.
23
University of Connecticut - Purchasing Department SECTION 4 - Form of Bid
Request for Quotation B100165-1 Philip Lang Purchasing Agent I University of Connecticut Purchasing Department, Unit-6076 3 North Hillside Road Storrs, CT 06269-6076 The undersigned respondent, in response to your Request for Quotation for the above contract, having examined the Request for Quotation document and being familiar with the conditions surrounding the proposed contract, including the availability of labor and supplies, hereby propose to provide products/services in accordance with these documents and submit for your consideration the mark-up and prices as shown on attached Form of Bid. THE BELOW ITEMS MUST ACCOMPANY QUOTATION: (Please see below and attach to this form) (submit in duplicate)
Form of Bid/Price Schedule Bidders Qualifications Specifications and Documentation for product offered List of References (5) Contract Compliance Monitoring Report (CHRO Documents) Mandatory Affidavits Bid Bond Labor and Materials Bond Insurance Certificates Warranty Information
We hereby acknowledge receipt of the following addenda, which are made a part of the Request for Quotation document:
NO. 1 Dated NO. 2 Dated NO. 3 Dated
24
University of Connecticut - Purchasing Department SECTION 4 - Form of Bid
In submitting this Bid, We acknowledge that: • The various unit prices bid will control in any contract(s) which may be awarded arising from this Request for Quotation. • This Bid is made with the understanding that it cannot be withdrawn for sixty (60) days after the date set for the opening of bids. • Respondent understands that the University reserves the right to reject any and all bids, waive irregularities or technicalities in any
bid, and accept in whole or in part bids which it deems to be in its own best interest. The respondent also certifies that he totally understands the evaluation process and therefore agrees to accept any University’s contract award that is the result of this Request for Quotation.
• Respondent hereby certifies: a) that the bid is genuine and is not made in the interest of or on behalf of any undisclosed person, firm or corporation; b) the respondent has not directly or indirectly induced or solicited any other respondent to put in a false or sham bid; c: that the respondent has not solicited or induced any person, firm or corporation to refrain from bidding; and d) that the respondent has not sought by collusion to obtain any advantage over any other respondent or the University.
Pricing to include all appropriate controls, etc. Step Screen, Installed $_____________________________________ Wash Press. Installed $_____________________________________ Screenings Grinder, Installed $_____________________________________ Grit Washer, Installed $_____________________________________ Total project price $_____________________________________
Name of Firm _______________________________________________________________ Address _______________________________________________________________ Telephone _____________________________ Fax ____________________________ Signature _____________________________ Date___________________________ Firm has presented: ______ Complete Bid ______ Partial Bid (Check One)
Pricing Valid for: ______ Days Payment Terms for this contract are: 2% 15 Net 45 unless otherwise stated: ______________ 1099 Category: Incorporated___Sole Prop.___Partnership___LLC___Non Profit___Gov___ Vendor Type: Ct. Set-Aside__ Small Business___ Minority Owned___ Woman Owned___ FEI Number: ________________________ or, SS Number: ________________________
25
SECTION 5 – Statement of Bidders Qualifications (This Statement must accompany the response)
Name under which firm conduct business: __________________________________________ Business Address: __________________________________________ __________________________________________ __________________________________________ 1099 Category: Inc: ____Sole Prop: ____Partnership: ____LLC: ____Non Profit: ____Gov: ____Foreign:____ If Bidder is a joint venture, all questions must be answered by each vendor (attach additional pages if necessary). If a corporation, state: Date of incorporation: ____________________________________ State of incorporation: ____________________________________ Address of principal office: ____________________________________ ____________________________________ If a partnership, state: Date of organization: ____________________________________ Is partnership ? general_________ or limited____________ Names and addresses ____________________________________
of general partners ____________________________________ (attach additional pages if necessary) ____________________________________ ____________________________________ ____________________________________ ____________________________________
State the number of years during which the Bidder has engaged in business under the name set forth above: ____________________________________ If within the last five (5) years the Bidder has conducted business under another name, or if the Bidder was the successor to another business within the last five (5) years, state the former name and address and the period during which such business was operated: Name(s) Address(s) Date(s) _______________________________________________________________________________ _______________________________________________________________________________
26
SECTION 5 – Statement of Bidders Qualifications (This Statement must accompany the response)
Has the Bidder or any officer, director or partner hereof Been adjudicated a bankruptcy in the past ten (10) years? _______________________________ If so, give full details, including the names and address of such persons and his present position with the Bidder: _______________________________ (attach additional pages if necessary) _______________________________ _______________________________ List at least three (3) References. Contact information must be accurate and service must have been performed within the last five (5) years. Firm/Location Contact Phone _________________________________ ________________ _____ ______________ _________________________________ _____________________ ______________ _________________________________ _____________________ ______________ _________________________________ _____________________ ______________ _________________________________ _____________________ ______________ Has the Bidder or any predecessor thereof ever failed to complete any contract? ______________ If so, give full details: _________________________________________________________ (attach additional pages if necessary) _________________________________________________________ Has the Bidder or any predecessor thereof ever failed to execute any contract awarded to the Bidder or any predecessor? _________________________ If so, give full details: _________________________________________________________ (attach additional pages if necessary) _________________________________________________________ The bidder shall demonstrate, through the materials submitted in it’s Bid, that it possesses sufficient financial resources, stability and it otherwise financially responsible and able to satisfactorily perform and complete the contract for which it intends to submit a Bid The Undersigned hereby attests that all the information contained in this form are a true representation of the Bidder’s qualifications, and are sent as an accompaniment to the Proposal Form. Signature:___________________________________________Date:_______________________ Print Name:_________________________________ Title: ______________________________
BID or PROPOSAL #. CONTRACT #.
SEEC FORM SC 3 (Rev. 11/06) CAMPAIGN CONTRIBUTION RESTRICTION AFFIDAVIT STATE OF CONNECTICUT State Elections Enforcement Commission FOR CONTRACTORS AND PROSPECTIVE STATE CONTRACTORS
STATE CONTRACTOR OR PROSPECTIVE STATE CONTRACTOR AFFIDAVIT I am over 18 years of age and believe in and understand the obligation of an oath. My name is _______________________________________and I am the chief executive officer of Print Name ____________________________________________________________________________________________, Print Name of State Contractor or Prospective State Contractor which is a [ ] business entity, [ ] nonprofit organization or [ ] person, (select one) A. which [ ] currently holds a state contract as defined in Conn. Gen. Stat. §9- 333n(g)(1)(C), with the following agency:_____________________________________________________ or Print Name of Agency [ ] currently holds a prequalification certificate issued by the Commission of the Department of Administrative Services OR B. which is
[ ] seeking a state contract by submitting a bid in response to a bid solicitation to the following state agency or quasi public agency: _____________________________________________________ or Print Name of Agency
[ ] seeking a state contract by submitting a proposal in response to a request for proposal to the following state agency or quasi public agency:______________________________________________
or Print Name of Agency [ ] applying to the Commissioner of Administrative Services for a prequalification certificate
I hereby certify that: (1) I have informed all of the individuals within my company, entity or organization listed above who are defined as a “principal of a state contractor or prospective state contractor” in Conn. Gen. Stat. §9- 333n(g)(1)(F), of the contribution and solicitation ban described in Conn. Gen. Stat. §9-333n(g)(2)(A) and/or (B), as applicable; and have listed each such principal in the attached page(s) and submitted to the State Elections Enforcement Commission, (2) no individual who is a principal of a state contractor or prospective state contractor, as described in Conn. Gen. Stat. §9-333n(g)(1)(F), of my company, entity or organization will make or solicit a contribution in violation of Conn. Gen. Stat. §9-333n(g)(2)(A) and/or (B), as applicable, and (D), and (3) if any such contribution is made or solicited, my company, entity or organization listed above, shall be disqualified from being awarded the contract described in the bid solicitation or request for proposals or being awarded any other state contract for one year