_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