city of laredo, texas...2020/04/23 · 40 05 59.23 stainless steel slide gates 40 05 71.33...
TRANSCRIPT
CITY OF LAREDO, TEXAS UNITEC WWTP – PHASE I EXPANSION – FY 2020
ADDENDUM NO. 4 May 4, 2020
BID DUE DATE: May 7, 2020 by 4:00 PM BID OPENING: May 8, 2020 at 10:00 AM The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form.
I. General Notice
A. Reminder: Bids are due on Thursday May 7, 2020 at 4:00 PM. Instruction for Manual Bid Drop-Offs can be found in the following link: https://www.cityoflaredo.com/assets/manual_bid_dropoff_procedures.pdf
B. The City will be holding the bid opening via live video stream. Live stream can be accessed via the following link: http://laredotx.swagit.com/live
C. A video of the Unitec WWTP project site can be downloaded via the following link: https://share.lnvinc.com/index.php/s/B8BkeKFx4BKZkj2
D. A list of prospective bidders is available for viewing on the City’s website.
II. Contract Documents
A. Division A
1. Section A-02 Table of Contents
Delete: The document in its entirety.
ADD: The revised document (see Attachment No. 1), in lieu thereof.
2. Section A-05 Bid Proposal, Affidavit and Bid Schedule; Bid Bond; and Certificate of Interested Parties
Delete: The document in its entirety.
ADD: The revised document (see Attachment No. 2), in lieu thereof.
III. Construction Documents and Technical Specifications
A. Specification Section 40 05 59.23 Stainless Steel Slide Gates
ADD: The Stainless Steel Slide Gate specification SECTION 40 05 59.23 (see Attachment No. 3), in lieu thereof.
Unitec WWTP – Phase I Expansion – FY 2020 Addendum No. 4
Page 2 of 4
6010 McPherson, Ste. 110 | Laredo, TX 78041 | 956.462.5511 | www.ardurra.com
B. Specification Section 40 05 71.33 Telescoping Valve
ADD: The Telescoping Valve specification SECTION 40 05 71.33 (see Attachment No. 4), in lieu thereof.
C. Specification Section 46 02 01 Circular Spiral Scraper Clarifier
Delete: The section 1.4 Design Criteria in the specification Section 46 02 01 in its entirety.
ADD: The following Table in the section1.4 Design Criteria in the Section 46 02 01, in lieu thereof.
1.4 DESIGN CRITERIA Average daily Influent flow rates per clarifier 0.18 MGD Peak Influent flow rates per clarifier 0.72 (4Q) MGD Tank diameter (ft.): 35 feet Side water depth (ft.): 12 feet (Total depth 15.9 feet) Freeboard (ft.): 1.0 foot min. Bottom slope (in./ft.): 2:12 Minimum Continuous Torque (ft-lb): 8,000 ft-lb Minimum Momentary Peak Torque (ft-lb): 18,000 ft-lb
D. Specification Section 33 32 16 Wastewater Lift Station
Delete: The section 1.1.B in the specification 33 32 16 in its entirety.
ADD: The following section 1.1.B in the specification 33 32 16, in lieu thereof.
B. The two pumps together shall be designed to pump 2% abrasive slurries of wastewater grit, debris and organics solids without clogging at a minimum flow rate of 150 gpm for 2 two equal sized pumps operating simultaneously @ 45-feet of Total Dynamic Head (TDH).
Note: When future third (3rd) Pump is installed – 225 US gpm 59’ TDH.
All guide rails, brackets, anchors, and supports to be 316 stainless steel (including base elbow and rails for future 3rd pump). The pump(s) shall be manufactured by a company regularly engaged in the manufacture and assembly of similar units for a minimum of twenty-five (25) years.
Unitec WWTP – Phase I Expansion – FY 2020 Addendum No. 4
Page 3 of 4
6010 McPherson, Ste. 110 | Laredo, TX 78041 | 956.462.5511 | www.ardurra.com
E. Specification Section 33 32 17 MLSS Lift Station (ALT#2)
Delete: The 1.1.B in the specification 33 32 17 in its entirety.
ADD: The following section 1.1.B in the specification 33 32 17, in lieu thereof.
B. The two (2) equal sized pumps together shall be designed to pump 2% abrasiveslurries of wastewater grit, debris and organics solids without clogging. Eachpump should be designed for a flow rate of 306 gpm @ 33-feet of total head. Thepump shall be capable of passing 3” solids.
F. Specification Section 33 32 17 MLSS Lift Station (ALT#2)
Delete: The 1.1.B in the specification 33 32 17 in its entirety.
ADD: The following section 1.1.B in the specification 33 32 17, in lieu thereof.
IV. Bidder Questions
Q1 : The spec Section 33 32 16 is asking for submersible grinders but it also reads that the pump shall pass 3” solids. Can you please clarify if you are expecting a true grinder pump or a non-clog pump?
A1: The section 33 32 16 refers to grinder type pumps. Refer to the above revision in section D of this addendum.
Q2: On C16 there is a note on the lifting system to see sect 151620, where is that?
A2: Please disregard the note “see sect 151620” on plan sheet C16.
Q3 : How will the pumps be lowered and raised specified under the spec Section 33 32 16? Will there be an overhead hoist structure? Is there any requirement for any base and guide rails for the 3rd future pump? Is there any upper or lower brackets to be provided for the 3rd future pump?
A3: No hoist structure to be provided for the pumps specified in the section 33 32 16. The pumps will be lowered or raised via city’s mobile hoist(truckmounted equipment). No upper or lower brackets to be provided for the 3rd
future pump specified in the section 33 32 16. Guiderails and base to beprovided for the two pumps, not for the 3rd Future pump.
Unitec WWTP – Phase I Expansion – FY 2020 Addendum No. 4
Page 4 of 4
6010 McPherson, Ste. 110 | Laredo, TX 78041 | 956.462.5511 | www.ardurra.com
Q4: Following are queries on Section 33 32 17 MLSS LS (Alt2). How many pumps to be provided? Do only want the base and guide rails for the 3rd future pump? No
upper or lower brackets? How will the pumps be lowered and raised? Will there be an
overhead hoist structure?
A4: Section 33 32 17 MLSS LS (Alt2) requires two (2) pumps. No 3rd pump to be provided. No guiderail, base, and brackets to be provided for the 3rd future pump. No overhead hoist structures. Guiderails and base to be provided for the two pumps, not for the 3rd Future pump. The pumps will be lowered or raised via city’s mobile hoist (truck mounted equipment).
END OF ADDENDUM NO. 4
Dan S. Leyendecker, PE Managing Principal LNV, LLC
Enclosures: Attachment No. 1 – Contract Documents – Division A Section A02 Table Of
Contents Attachment No. 2 – Contract Documents – Division A Section A-05 Bid
Proposal, Affidavit and Bid Schedule; Bid Bond; and Certificate of Interested Parties
Attachment No. 3 – Technical Specifications – Section 40 05 59.23 Stainless Steel Slide Gates
Attachment No. 4 – Technical Specification – Section 40 05 71.33 Telescoping Valve
Attachment No. 1- Contract Documents -
Division A- Section A-02 Table of Contents
3/18/2020
Rev: 5/4/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Table of Contents Page 1 of 4
Table of Contents
DIVISION A
Section A-1 Notice to Bidders
Section A-2 Information to Bidders
Section A-2.1 Summary of Work
Section A-3 Advice to Bidders
Section A-4 Information to Contractors
Section A-5 Bid Proposal, Affidavit and Bid Schedule; Bid Bond; and Certificate of Interested
Parties
Section A-6 Checklist for Bidders
Section A-7 Construction Contract
Section A-8 Performance Bond/Payment Bond
Section A-9 Contractors/Subcontractors Certificate of Insurance
Section A-10 Notice of Award
Section A-11 Notice to Proceed
Section A-12 Certificate of Owner's Attorney
Section A-13 Notice from the Texas Ethics Commission
DIVISION B
Section B-1 Contract Time & Liquidated Damages
Section B-2 Equal Opportunity Clause
Section B-3 HUD Wages
Section B-4 Inspection by City
Section B-5 Project Sign
Section B-7 Illegal Dumping
DIVISION C
Section C-l Definition of Terms
Section C-2 Definition of Abbreviations
Section C-3 Instruction to Bidders
Section C-4 Award and Execution of Contract
Section C-5 Scope of Work
Section C-6 Control of Work and Materials
Section C-7 Legal Relations and Responsibilities to the Public
Section C-8 Prosecution and Progress
Section C-9 Measurement and Payment
Section C-10 Warranty Statement Form
3/18/2020
Rev: 5/4/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Table of Contents Page 2 of 4
DIVISION D - TECHNICAL PROVISIONS
I. WATER Section 102 Excavation and Backfill for Utilities
Section 104 PVC Water Pipe
Section 106 Ductile Iron Pipe
Section 108 Butterfly Valve
Section 110 Water Valves
Section 116 Hydrostatic Tests for Pressure Mains
Section 120 Concrete Encasement, Cradles, Saddles, and Collars
Section 122 Adjusting Valve Boxes to Grade
Section 128 Disposal of Waste Material and Salvageable Material
Section 130 Ductile Iron Fittings
Section 132 Pipe Joint Restraint Systems
Section 134 Flowable Backfill
Section 136 Cement Stabilized backfill
II. WASTEWATER
Section 202 PVC Sewer Pipe
Section 208 Fiberglass Reinforced Plastic Manholes
Section 214 Sanitary Sewer Cleanouts
Section 216 Adjusting Manholes, and Cleanouts
Section 218 Testing Sewer System
III. SITE
Section 402 Clearing and Grubbing
Section 404 General Construction and Preparation of Site Specifications
Section 410 Reinforcing Steel
Section 412 Welded Wire Fabric
Section 416 Expansion Joint Materials
Section 418 Membrane Curing
Section 422 Conduits
Section 430 Concrete Sidewalks
Section 510 Flexible Base Course
IV. ENVIRONMENTAL
Section 602 Silt Fence
Section 604 Erosion Control Blankets
Section 606 NPDES Requirements
V. MISCELLANEOUS
Section 802 Sheeting and Bracing
Section 804 Work Performed on Non-Working Days
3/18/2020
Rev: 5/4/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Table of Contents Page 3 of 4
VI. TECHNICAL SPECIFICATIONS
CIVIL/MECHANICAL
01 75 60 Commissioning and Facility Start-Up
09 90 20 Painting
11 00 02 Chlorination Equipment
15 10 20 Check Valves
15 10 30 Plug Valves
15 43 00 Emergency Eye Wash and Shower
15 95 60 Piping Systems Testing
22 32 19 Return Activated Sludge Pumps for Bid allowance
33 32 11 Non-Potable Water Pump Station
33 32 16 Wastewater Lift Station
33 32 17 MLSS Lift Station Pumps
40 00 00 Positive Displacement Blower for Bid Allowance
40 05 23.01 Stainless Steel Pipe and Tubing
40 05 59.23 Stainless Steel Slide Gates
40 05 71.33 Stainless Steel Telescoping Valve
40 71 13 Magnetic Flow Meters
46 01 00 Headworks System (Spiral Screen, Compactor/Bagger, Degritter)
46 02 01 Circular Spiral Scraper Clarifier
46 51 46 Fine and Coarse Bubble Aeration System (Alt #1)
46 51 47 Old Package Plant Coarse Bubble Aeration (Alt #2)
STRUCTURAL
03 01 30 Concrete Restoration and Coatings for Repurposed Plant
03 10 00 Concrete Forming and Accessories
03 20 00 Concrete Reinforcing
03 30 00 Cast-In-Place Concrete
05 12 00 Structural Steel Framing
05 50 00 Metal Fabrications
05 72 10 Ornamental Aluminum Railings
07 90 00 Joint Protection
31 23 16 Excavation
31 23 23 Fill
ELECTRICAL
16000 General Electrical Requirements
16030 Electrical Power System Testing and Coordination
16060 Grounding and Bonding
16070 Hangers and Supports
16075 Electrical Identification
16123 600 Volt or Less Wires and Cables
16134 Boxes
16140 Wiring Devices
16272 Dry Type Transformers
16285 Surge Protective Devices
16411 Disconnect Switches
16444 Low Voltage Motor Control Centers
16600 Electrical Acceptance Testing
16610 Chart Recorder
3/18/2020
Rev: 5/4/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Table of Contents Page 4 of 4
16620 Multi-Functional Level Control System
16630 Dissolved Oxygen Sensor
VII. REFERENCE DOCUMENTS
Geotechnical Report
Attachment No. 2- Contract Documents -
Division A- Section A-05 Bid Proposal,
Affidavit and Bid Schedule; Bid Bond; and Certificate of
Interested Parties
Proposal and Bid Schedule A05 - 1
BID PROPOSAL
To: The City of Laredo, Texas
Honorable Pete Saenz, Mayor
From: Contractor
Address:
Phone:
Fax: ________________________
Project: Unitec Wastewater Treatment Plant – Phase I Expansion Project – FY 2020
Pursuant to Notice to Bidders, the undersigned bidder hereby proposes to furnish the labor, materials, and equipment in accordance with the plans and specifications, general conditions of the agreement, special provisions of the Agreement, and Addenda, if any. The bidder binds himself upon acceptance of his proposal to execute a contract and bonds accompanying form of performing and completing the said work within the time stated as required by the detailed specifications at the following unit prices. The quantities shown below are based on the Engineer’s estimate of quantities and it is agreed that the quantities may be increased or diminished, and may be considered necessary in the opinion of the City of Laredo, Texas to complete the work fully as planned and contemplated, and that all quantities of work, either increased or decreased, are to be performed at the unit prices set forth below (except as provided in the General Conditions of the Agreement or the specifications, the contract documents).
Acknowledgment of Addenda: (Please initial and date):
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Addendum No. 5:
Acknowledgment of other documents: (Please initial and date):
Wage Determination:
Labor Provisions:
Affirmative Action Program:
Proposal and Bid Schedule A05 - 2
Project: Unitec Wastewater Treatment Plant – Phase I Expansion – FY 2020
Form of Non-Collusive Affidavit A F F I D A V I T
STATE OF TEXAS {}
COUNTY OF WEBB {}
being first duly sworn, deposes and says That he is (a Partner of Officer of the firm of, etc.) the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any Bidder or Person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or of any other Bidder or to fix any overhead, profit or cost element of said bid price, or of that of any other Bidder, or to secure any advantage against the City of Laredo or any person interested in the proposed Contract; and that all statements in said proposal or bid are true. Signature of Bidder, if the Bidder is an individual Partner, if the Bidder is a Partnership Officer, if the Bidder is a Corporation Subscribed and sworn before me this day of , 20 . Notary Public My Commission expires
Proposal and Bid Schedule A05 - 3
STATEMENT OF MATERIALS AND OTHER CHARGES PROJECT: Unitec Wastewater Treatment Plant – Phase I Expansion Project – FY 2020 MATERIALS INCORPORATED INTO THE PROJECT - BASE BID: $ MATERIALS INCORPORATED INTO THE PROJECT - ALT. # 1: $ MATERIALS INCORPORATED INTO THE PROJECT - ALT. # 2: $ ALL OTHER CHARGES: $ *TOTAL: $ *This total must agree with the total figure shown in the Item and Quantity Sheets in the bound contract. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE: ONLY THE COPY OF THIS FORM IN THE BOUND CONTRACTS IS TO BE
FILLED OUT.
Proposal and Bid Schedule A05 - 4
INFORMATION FROM BIDDERS MUST BE COMPLETED AND SUBMITTED WITH BID PROPOSAL
Project: Unitec Wastewater Treatment Plant – Phase I Expansion Project – FY 2020
Statement of Qualifications: (Similar Projects Completed by Bidder)
1. Name of Project:
Value of Contract:
Date Completed:
2. Name of Project:
Value of Contract:
Date Completed:
3. Name of Project:
Value of Contract:
Date Completed:
Experience Data: (Include name and experience record of the Superintendent)
Financial Status: A confidential financial statement will be submitted by the apparent successful low Bidder only if the Owner deems it necessary.
NOTE: TO BE SUBMITTED UPON REQUEST
IS NOT AN ACCEPTABLE ANSWER.
Project: Unitec Wastewater Treatment Plant – Phase I Expansion Project – FY 2020
Proposal and Bid Schedule A05 - 5
Proposed Progress Schedules:
Data on Equipment to be used on the Work: (Include the number of machines, the type, capacity, age and conditions and location)
Subcontractors: (Submit a list of proposed Subcontractors. List sources, types and manufacturers of proposed materials)
NOTE: TO BE SUBMITTED UPON REQUEST
IS NOT AN ACCEPTABLE ANSWER.
Proposal and Bid Schedule A05 - 6
CITY OF LAREDO UTILITIES DEPARTMENT
BID SCHEDULE
PROJECT: Unitec Wastewater Treatment Plant – Phase I Expansion Project – FY 2020
BASE BID
Item No.
Description of item with Lump Sum Price Written in Words
Unit Amount
1
Mobilization, Bonds, Storm Water Pollution Prevention Plan (SWPPP) and
Compliance with National Pollutant Discharge Elimination System (NPDES)
Permit; complete, in place, ready to use for the lump sum of:
______________________________________dollars and
____________________________________cents.
LS $
2
Miscellaneous site civil work including all clearing, grubbing, concrete flatwork,
sidewalks, steps, handrails, access road improvements, trench safety protection,
subsurface utility excavation (SUE), all yard piping; complete, in place, tested,
ready to use for the lump sum of:
______________________________________dollars and
____________________________________cents
LS $
3
Installation of new factory-built Headworks. Structure to be welded 316 (L)
Stainless Steel, 3/8” wall thickness (min.); all required equipment including
concrete foundation, mechanical bar screen with passive bypass system,
compactor-bagger/classifier/de-gritter; concrete or 316 (L) S.S. splitter box, all
piping, fittings, reducers, measuring devices, electrical, controls, metering,
restraints, tie-ins to existing 8” diameter force main (FM) and existing Aeration
basin A; meeting all TCEQ requirements; all work complete, in place, tested,
ready to use for the lump sum of:
_____________________________________dollars and
____________________________________cents.
LS $
Proposal and Bid Schedule A05 - 7
BASE BID
Item No.
Description of item with Lump Sum Price Written in Words
Unit Amount
4
Provide and install 3HP RAS pump - Hidrostal Model D3K-S; including all
equipment for a complete Pump Assembly; all work to include all,
appurtenances, fittings, reducers, header, valves, electrical and controls, air relief
valves, VFD, meter, and all other items for a complete installation; all work
complete, in-place, tested; ready to use for lump sum of
_____________________________________ dollars and
_______________________________ cents.
LS BID ALLOWANCE
$22,000.00
5
Provide and install 60 HP Blower - Gardner Denver Model Helifow 616;
including all equipment for a complete Blower Assembly; all work to include all,
appurtenances, fittings, reducers, header, valves, electrical and controls, VFD,
meter, and all other items for a complete installation; all work complete, in-
place, tested; ready to use for lump sum of
_____________________________________ dollars and
_______________________________ cents.
LS BID ALLOWANCE
$60,000.00
6
Construction and installation of New Bridge Supported Concrete Clarifier
including all equipment, access stairs/walkway; spray bar; bridge and structure
assembly; electrical and controls, all piping and tie-ins; all work complete, in-
place, tested, and ready to use per lump sum of:
_____________________________________ dollars and
_______________________________ cents.
LS $
7
Construction and installation of New Lift Station with two (2) pumps; 8’
diameter FRP wetwell; all connections, valves, fittings; controls; Air release
valves, alarms, electrical; all work complete, in place, tested, and ready to use
per lump sum cost of:
_____________________________________ dollars and
_______________________________ cents.
LS $
8
Construction and installation of New Non-Potable Plant Water Supply
(NPW) with two (2) pumps; including concrete foundation, strainers, pneumatic
tank, valves, all piping/connections, reducers, metering, controls, fittings and
appurtenances; complete, in-place, tested, and ready to use per lump sum of:
____________________________________ dollars and
_______________________________ cents.
LS $
Proposal and Bid Schedule A05 - 8
BASE BID
Item No.
Description of item with Lump Sum Price Written in Words
Unit Amount
9
Complete upgrade of the existing Gas Chlorine Disinfection System in existing
building; all required demolition and new equipment, improvements, all
piping/connections, all connections to chlorine contact chamber (CCC); meeting
TCEQ and OSHA requirements for disinfection and safety; all work complete
in-place, tested, and ready to use per lump sum of:
__________________________________________ dollars and
__________________________________________cents.
LS $
10
All Electrical items and materials for a complete and working electrical system.
For the installation of, but not limited to, Headworks, Clarifier, Blower, Lift
Station, Non-Potable Water Supply, Control Panels, Dissolved Oxygen Sensors
and Controls, Flow Meters, Chart Recorder and area lighting, required
conduits/piping, and other items detailed in the plans and specifications.
All complete and in place for the lump sum of:
_____________________________________ dollars and
____________________________________ cents.
LS $
11
Utility Allowance. This allowance is to be used at the Owner's discretion
for unanticipated adjustment of a utility or unknown structure, which
warrants the use of the Allowance. Should use of the Allowance become
necessary, the Owner will provide written authorization at a cost to be
negotiated between the Owner and the Contractor and based on the
Contractor’s actual cost. No work is to be performed under this Item
without written approval and authorization from the Owner. Work
performed without written authorization will not be paid. There is no
guarantee that any of these funds will be used. If approved, an authorization
shall be measured by complete and functioning adjustment of the unanticipated
work. Payment shall be made for work complete, in place, tested, and ready to
use.
All complete and in place for the lump sum of:
_____________________________________ dollars and
____________________________________ cents.
LS $ 200,000.00
TOTAL BASE BID AMOUNT (Bid Items No. 1-11) $_____________________________________
TOTAL BASE BID WRITTEN IN WORDS: __________________________________________________________
________________________________________________________________________________________________
Proposal and Bid Schedule A05 - 9
ALTERNATE #1 – New Aeration Basin (TRAIN B) Item No.
Description of item with Lump Sum Price Written in Words
Unit Amount
Alt# 1
Construction and installation of New 0.18 MGD Aeration and Digester Concrete
Basin (TRAIN B) including all equipment; access stairs, landings, concrete
walkways and handrails; all RAS/WAS and MLSS piping and tie-ins; all
stainless steel Aeration piping: including all Header/Fine Bubble Aeration and
Digester Coarse Bubble air drops; valves and fittings; all drains and connections
to lift station; NPW piping and connections; telescoping valves; D.O. equipment;
provide yard piping/valves/fittings/connections to splitter box, NPW Station and
Blower/RAS pump; concrete flatwork; work to be complete, in place, tested, and
ready to use for the lump sum of: _____________________________________
dollars and _______________________________ cents.
LS $
TOTAL ALTERNATE #1 AMOUNT $_____________________________________
TOTAL BASE BID WRITTEN IN WORDS: __________________________________________________________
________________________________________________________________________________________________
Proposal and Bid Schedule A05 - 10
ALTERNATE #2 – Old Package (Pkg) Plant
Item No.
Description of item with Lump Sum Price Written in Words
Unit Amount
Alt# 2
Upgrade existing 0.11 MGD concrete Package Plant including demolition of all
existing mechanical equipment, access stairs, landings, handrails and air piping;
provide concrete repair and interior coating system; provide New Coarse Bubble
Air Diffuser System to existing Aeration Basins; provide stainless steel headers
with air drops and all tie-ins to Blower; provide yard piping/valves/fittings/
connections to splitter box, NPW Station and Blower/RAS pump; provide new
MLSS Lift Station including two (2) pumps and weir with piping connection to
MLSS Lift Station; new access stairs, handrails, and landings; all work complete,
in place, tested, and ready to use for the lump sum of:
_____________________________________ dollars and
_______________________________ cents.
LS $
TOTAL ALTERNATE #2 AMOUNT $_____________________________________
TOTAL BASE BID WRITTEN IN WORDS: __________________________________________________________
________________________________________________________________________________________________
NOTE: 1) Items of work or requirements not shown nor specifically listed for payment in the Bid
Proposal and for work, scope, requirements in the plans, contract documents or specifications, if not listed, shall be considered necessary and subsidiary to the other items in the Bid Schedule and shall be required under the Contract. Meet All Local, State, Federal, AWWA, TCEQ, and OSHA Codes and Regulations; complete, in-place, tested, and ready to use.
2) All Bid Items listed are approximate and are for reference only. See plans and
specifications.
Proposal and Bid Schedule A05 - 11
3) Manufacturer’s Authorized Factory Representative(s) shall be present for equipment,installation, testing, and start-up to successful operation and acceptance by the City.Manufacturer shall supply a written Certification when equipment installation iscomplete meets all manufacturer’s requirements and is ready for operation.
Note: For any conflict for measurement and payment items shown in the plans, standard or technical specifications, or drawings of this project the items shown in the “Bid Proposal/Schedule of Values” will prevail and be the only items to be used for project payment; complete, tested, in place and ready to use.
Contractor
Signature Title
Address City/State Zip Code
Telephone Number:( ) _____
Fax Number:( ) _____
Date:
NOTE: FINAL PAYMENT FOR BID ITEMS SHOWN IN BID PROPOSAL/SCHEDULE WILL BE PAID FOR WHEN COMPLETE IN PLACE, TESTED, AND ACCEPTED BY THE OWNER.
Proposal and Bid Schedule A05 - 12
BID BOND Project: Unitec Wastewater Treatment Plant – Phase I Expansion Project – FY 2020 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned
as Principal, and as
Surety, are hereby held and firmly bound unto
as Owner in the penal sum of 5% of greatest amount bid for payment of which, well and
truly to be made, we hereby jointly an severally bid ourselves, our heirs, executors,
administrations, successors and assigns. Signed, this day of , 20 . The condition of the above obligation is such that whereas the Principal has submitted to a certain Bid, attached hereto and hereby made a part hereof to enter into a Contract in writing for the NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a
Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid,
then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that he obligations of said Surety, and its bonds shall be in no way impaired or affected by any extension of the
Proposal and Bid Schedule A05 - 13
time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set fourth herein. (L.S.) Principal Surety By:
Attachment No. 3- Technical Specifications -
Section 40 05 59.23 Stainless Steel Slide Gates
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 1 of 8
SECTION 40 05 59.23
STAINLESS STEEL SLIDE GATES
PART 1 GENERAL
1.01 SCOPE OF WORK
A. The CONTRACTOR shall furnish all labor, materials, equipment and incidentals required to
install, ready for operation and field test stainless steel gates and appurtenances as shown on the
Contract Drawings and as specified herein.
B. The gates and appurtenances shall be supplied in accordance with the latest edition of
AWWA C561 Standard for Fabricated Stainless Steel Slide Gates as modified herein. The
allowable leakage rate for the stainless steel gates in this specification shall be 1/2 the allowable
leakage listed in the latest revision of AWWA C561.
1.02 SUBMITTALS
A. Provide the following information to confirm compliance with the specification:
1. Complete description of all materials including the material thickness of all structural
components of the frame and slide.
2. Installation drawings showing all details of construction, details required for installation,
dimensions and anchor bolt locations.
3. Maximum bending stress and deflection of the slide under the maximum design head.
4. The location of the company headquarters and the location of the principle manufacturing
facility. Provide the name of the company that manufactures the equipment if the supplier
utilizes an outside source.
1.03 QUALITY ASSURANCE
A. Qualifications
1. All of the equipment specified under this Section shall be furnished by a single
manufacturer with a minimum of 20 years experience designing and manufacturing water
control gates. The manufacturer shall have manufactured water control gates for a
minimum of 100 projects.
2. Any gate imported into the United States must be fully shop tested at a test location within
the US and shall be witnessed by a representative of the engineer. The cost of travel for the
Engineer’s representative shall be borne by the gate manufacturer.
1.04 APPROVED MANUFACTURERS
A. Fontaine-Aquanox
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 2 of 8
B. -Hydro Gate -
C. -Rodney Hunt
D. -Whipps
E. -Waterman
F. Engineer Approved Equal
PART 2 EQUIPMENT
2.01 GENERAL
A. Gates shall be as specified herein and have the characteristics and dimensions shown on the
Contract Drawings.
B. Leakage shall not exceed 0.05 gpm/ft of wetted seal perimeter in seating head and unseating
head conditions.
C. The gate shall utilize self-adjusting seals. Due to the difficulty of accessing gates when they are
in service, gates that utilize adjustable wedges, wedging devices or pressure pads are not
acceptable.
D. All structural components of the frame and slide shall be fabricated of stainless steel having a
minimum thickness of 1/4-inch and shall have adequate strength to prevent distortion during
normal handling, during installation and while in service.
E. Slide gate frames shall be shipped fully assembled with the invert member welded to the side
frames and the slide installed in the frame unless the overall width of the slide gate exceeds 96
inches or the overall height of the slide gate exceed 25 feet.
F. All welds shall be performed by welders with AWS D1.6 certification.
G. Finish: Mill finish on stainless steel. Welds shall be sandblasted to remove weld burn and scale.
All iron and steel components shall be properly prepared and shop coated with a primer.
H. Materials:
Components Materials
Frame Assembly and Retainers Stainless Steel, Type 316L, ASTM A240
Slide and Stiffeners Stainless Steel, Type 316L, ASTM A240
Stem Stainless Steel, Type 316, ASTM A276
Anchor Studs Stainless Steel, Type 316, ASTM A276
Fasteners and Nuts Stainless Steel, Type 316, ASTM F593/F594
Invert Seal (Upward Opening Gates Only) Neoprene or EPDM ASTM D-2000
Seat/Seals and Facing Ultra-High Molecular Weight Polyethylene ASTM
D4020
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 3 of 8
Pedestals and Wall Brackets Stainless Steel, Type 316L, ASTM A240
Operator Housing Cast aluminum
2.02 FRAME
A. The frame assembly, including the guide members, invert member and yoke members, shall be
constructed of formed stainless steel plate with a minimum thickness of 1/4-inch.
1. Frame design shall allow for embedded mounting, mounting directly to a wall with stainless
steel anchor bolts and grout or mounting to a wall thimble with stainless steel mounting studs
and a mastic gasket material. Mounting style shall be as shown on the Contract Drawings.
2. All wall mounted or wall thimble mounted gates shall have a flange frame. Flat frame gates are
not acceptable.
3. The structural portion of the frame that incorporates the seat/seals shall be formed into a one-
piece shape for rigidity. Guide members that consist of two or more bolted structural members
are not acceptable. Guide member designs where water loads are transferred through the
assembly bolts are specifically not acceptable.
4. Gussets shall be provided as necessary to support the guide members in an unseating head
condition. The gussets shall extend to support the outer portion of the guide assembly and shall
be positioned to ensure that the load is transferred to the anchor bolts or the wall thimble studs.
5. The frame shall extend to accommodate the entire height of the slide when the slide is in the
fully opened position on upward opening gates or downward opening weir gates.
6. On self-contained gates, a yoke shall be provided across the top of the frame. The yoke shall
be formed by two structural members affixed to the top of the side frame members to provide
a one-piece rigid assembly. The yoke shall be designed to allow removal of the slide. The
Yoke shall be sized to withstand normal operating loads as well as the maximum hoist output.
The Yoke deflection shall not exceed 1/360 of the gate width or a maximum of ¼” whichever
is less at maximum operating load.
7. A rigid stainless steel invert member shall be provided across the bottom of the opening. The
invert member shall be of the flushbottom type on upward opening gates.
8. A rigid stainless steel top seal member shall be provided across the top of the opening on gates
designed to cover submerged openings.
9. A rigid stainless steel member shall be provided across the invert of the opening on downward
opening weir gates.
2.03 SLIDE
A. The slide and reinforcing stiffeners shall be constructed of stainless steel plate. All structural
components shall have a minimum thickness of 1/4-inch.
1. The slide shall not deflect more than 1/720 of the span or 1/16 inch, whichever is smaller,
under the maximum design head.
2. When the width of the gate opening in feet multiplied by the maximum design head in feet is
greater than 80 square feet the portion of the slide member that engages the guide shall be
1/2” thick. When the width of the gate opening in feet multiplied by the maximum design
head in feet is greater than 120 square feet, the portion of the slide that engages the guide
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 4 of 8
members shall be of a “thick edge” design. The thick edge portion of the slide shall have a
minimum thickness of 2.5 inches.
3. Reinforcing stiffeners shall be welded to the slide and mounted horizontally. Vertical
stiffeners shall be welded on the outside of the horizontal stiffeners for additional
reinforcement. When required to maintain proper plate stress and deflection intermediate
vertical gussets shall be provided. Appropriate safety factors shall be applied to the ultimate
tensile and yield strength of the material.
4. The stem connector shall be constructed of two angles or plates. The stem connector shall be
welded to the slide. A minimum of two bolts shall connect the stem to the stem connector.
2.04 SEALS
A. All gates shall be provided with a self-adjusting seal system to restrict leakage in accordance
with the requirements listed in this specification.
1. All gates shall be equipped with UHMW polyethylene seat/seals to restrict leakage and
to prevent metal to metal contact between the frame and slide. Seat contact pressure
shall not exceed 600 psi at the design head.
2. The seat/seals shall extend to accommodate the 1-1/2 x the height of the slide when the
slide is in the fully closed or fully opened position.
3. All upward opening gates shall be provided with a resilient seal to seal the bottom
portion of the gate. The seal shall be attached to the invert member or the bottom of the
slide and it shall be held in place with stainless steel attachment hardware.
4. All downward opening weir gates shall be provided with UHMW polyethylene
seat/seals across the invert member.
5. The seal system shall be durable and shall be designed to accommodate high velocities
and frequent cycling without loosening or suffering damage.
6. All seals must be bolted or otherwise mechanically fastened to the frame or slide.
Arrangement with seals that are force fit or held in place with adhesives are
unacceptable.
7. The seals shall be mounted so as not to obstruct the water way opening.
8. Gates that utilize rubber “J” seals or “P” seals are not acceptable.
9. The seal system shall have been factory tested to confirm negligible wear (less than
0.01”) and proper sealing. The factory testing shall consist of an accelerated wear test
comprised of a minimum of 25,000 open-close cycles using a well-agitated sand/water
mixture to simulate fluidized grit.
2.05 STEM
A. A threaded operating stem shall be utilized to connect the operating mechanism to the slide.
On rising stem gates, the threaded portion shall engage the operating nut in the manual
operator or motor actuator. On non-rising stem gates, the threaded portion shall engage
the nut on the slide.
1. The threaded portion of the stem shall have a minimum outside diameter of 1-1/2
inches.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 5 of 8
2. The stem shall be constructed of solid stainless steel bar for the entire length, the metal
having a tensile strength of not less than 75,000 psi. Stem extension pipes are not
acceptable.
3. The stem shall be threaded to allow full travel of the slide unless the travel distance is
otherwise shown on the Contract Drawings.
4. Maximum L/R ratio for the unsupported part of the stem shall not exceed 200.
5. The operating stem shall be designed to transmit in compression at least 2 times the
rated hoist output with an effort of 40 lb on the crank or handwheel. The Euler column
formula shall be utilized. Where a hydraulic or electric actuator is used, the stem
design load shall not be less than 1.25 times the output thrust of the hydraulic cylinder
with a pressure equal to the maximum working pressure of the fluid supply or 1.25
times the output thrust of the electric actuator at the stalled condition..
6. The stem shall be designed to withstand the tension load caused by the application of
a 40 lb effort on the crank or handwheel without exceeding 1/5 of the ultimate tensile
strength of the stem material.
7. The threaded portion of the stem shall have machine rolled threads of the full Acme
type with a 16 microinch finish or better. Stub threads are not acceptable.
8. Stems of more than one section shall be joined by stainless steel or bronze couplings.
The coupling shall be bolted to the stems.
9. Stems, on manually operated gates, shall be provided with adjustable stop collars to
prevent over closing of the slide.
2.06 STEM GUIDES
A. Stem guide shall be provided when necessary to ensure that the maximum L/R ratio for the
unsupported part of the stem is 200 or less.
1. Stem guide brackets shall be fabricated of stainless steel and shall be outfitted with
UHMW or bronze bushings.
2. Adjustable in two directions.
2.07 WALL THIMBLES
A. Wall thimbles shall be provided when shown on the Contract Drawings.
1. The wall thimble depth shall be equal to the thickness of the concrete wall in which
the thimble is to be mounted.
2. Wall thimbles shall be fabricated stainless steel construction of adequate section to
withstand all operational and reasonable installation stresses.
3. Wall thimbles shall be constructed of 1/4-inch minimum thickness stainless steel and
the front face shall have a minimum thickness of 1/4–inch.
4. The fabrication process shall ensure that the wall thimble is square and plumb and the
front face is sufficiently flat to provide a proper mounting surface for the gate frame.
5. The face of the wall thimble shall only be machined if recommended by the gate
manufacturer. If the wall thimble is to be machined, the front face shall have a
minimum thickness of 1/4-inch after machining.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 6 of 8
6. A water stop shall be welded around the periphery of the thimble. Wall thimbles shall
be designed to allow thorough and uniform concrete placement during installation.
7. Studs and nuts shall be stainless steel. Water stop may be stitch welded.
8. A suitable gasket or mastic shall be provided to seal between the gate frame and the
wall thimble.
2.08 MANUAL OPERATORS
A. Unless otherwise shown on the Drawings, gates shall be operated by a manual handwheel or a
manual crank-operated gearbox. The operator shall be mounted on the yoke of self contained
gates or on the pedestal of non-self contained gates.
1. The gate manufacturer shall select the proper gear ratio to ensure that the gate can be
operated with no more than a 40 lb effort when the gate is in the closed position and
experiencing the maximum operating head.
2. An arrow with the word "OPEN" shall be permanently attached or cast onto the operator to
indicate the direction or rotation to open the gate.
3. Handwheel operators shall be fully enclosed and shall have a cast aluminum housing.
a. Handwheel operators shall be provided with a threaded cast bronze lift nut to engage
the operating stem.
b. Handwheel operators shall be equipped with roller bearings above and below the
operating nut.
c. Positive mechanical seals shall be provided above and below the operating nut to
exclude moisture and dirt and prevent leakage of lubricant out of the hoist.
d. The handwheel shall be removable and shall have a minimum diameter of 15 inches.
4. Crank-operated gearboxes shall be fully enclosed and shall have a cast aluminum or ductile
iron housing.
a. Gearboxes shall have either single or double gear reduction depending upon the lifting
capacity required.
b. Gearboxes shall be provided with a threaded cast bronze lift nut to engage the operating
stem.
c. Bearings shall be provided above and below the flange on the operating nut to support
both opening and closing thrusts.
d. Gears shall be steel with machined cut teeth designed for smooth operation.
e. The pinion shaft shall be stainless steel and shall be supported on ball or tapered roller
bearings.
f. Positive mechanical seals shall be provided on the operating nut and the pinion shafts
to exclude moisture and dirt and prevent leakage of lubricant out of the hoist.
g. The crank shall be cast aluminum or cast iron with a revolving nylon grip.
h. The crank shall be removable.
5. All gates having widths in excess of 72 inches and widths greater than twice their height
shall be provided with two gearboxes connected by an interconnecting shaft for
simultaneous operation.
a. Interconnecting shafting shall be constructed of aluminum or stainless steel.
b. Flexible couplings shall be provided at each end of the interconnecting shaft.
Couplings shall be stainless steel or non-metallic.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 7 of 8
c. One crank shall be provided to mount on the pinion shaft of one of the gearboxes.
d. If the operating assembly is motorized, a stainless steel enclosure shall be provided
over the interconnecting shaft to comply with OSHA regulations.
6. An extended operator system utilizing chain and sprockets shall be furnished by the
manufacturer when the centerline of the crank or handwheel, on a non-geared operator, is
located over 48-in above the operating floor. Chain wheels are not acceptable.
a. A removable stainless steel or aluminum cover shall be provided to enclose chain and
sprockets.
b. The extended operator system shall lower the centerline of the pinion shaft to 36-in
above the operating floor.
c. A handwheel may be utilized in conjunction with a gearbox in lieu of the extended
operator system if the centerline of the pinion shaft is 60-in or less above the operating
floor.
7. Pedestals shall be constructed of stainless steel. Aluminum pedestals are not acceptable.
a. The pedestal height shall be such that the handwheel or pinion shaft on the crank-
operated gearbox is located approximately 36-in above the operating floor.
b. Wall brackets shall be used to support floor stands where shown on the Drawings and
shall be constructed of stainless steel.
c. Wall brackets shall be reinforced to withstand in compression at least two times the
rated output of the operator with a 40 lb effort on the crank or handwheel.
d. The design and detail of the brackets and anchor bolts shall be provided by the gate
manufacturer and shall be approved by the ENGINEER. The gate manufacturer shall
supply the bracket, anchor bolts and accessories as part of the gate assembly.
8. Operators shall be equipped with fracture-resistant clear butyrate or lexan plastic stem
covers.
a. The top of the stem cover shall be closed.
b. The bottom end of the stem cover shall be mounted in a housing or adapter for easy
field mounting.
c. Stem covers shall be complete with indicator markings to indicate gate position.
9. When shown on the Contract Drawings, provide 2 inch square nut, mounted in a floor box,
with a non-rising stem.
a. The square nut shall be constructed of bronze.
b. The floor box shall be constructed of stainless steel or cast iron and shall be set in the
concrete floor above the gate as shown.
c. Provide one aluminum or stainless steel T-handle wrench for operation.
2.10 ANCHOR BOLTS
A. Anchor bolts shall be provided by the gate manufacturer for mounting the gates and
appurtenances.
1. Quantity and location shall be determined by the gate manufacturer.
2. If epoxy type anchor bolts are provided, the gate manufacturer shall provide the studs and
nuts.
3. Anchor bolts shall have a minimum diameter of 1/2-inch.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Wastewater Lift Station 40 05 59.23
Page 8 of 8
PART 3 EXECUTION
3.01 INSTALLATION
A. Installation of the gates and appurtenances shall be done in a workmanlike manner. It shall be
the responsibility of the CONTRACTOR to handle, store and install the equipment specified in
this Section in strict accordance with the manufacturer's recommendations.
B. The CONTRACTOR shall review the installation drawings and installation instruction prior to
installing the gates.
C. The gate assemblies shall be installed in a true vertical plane, square and plumb.
D. The CONTRACTOR shall fill the void in between the gate frame and the wall with non-shrink
grout as shown on the installation drawing and in accordance with the manufacturer’s
recommendations.
E. The CONTRACTOR shall add a mastic gasket between the gate frame and wall thimble (when
applicable) in accordance with the manufacturer’s recommendations.
3.02 FIELD TESTING
A. After installation, all gates shall be field tested in the presence of the ENGINEER and OWNER
to ensure that all items of equipment are in full compliance with this Section. Each gate shall
be cycled to confirm that they operate without binding, scraping, or distorting. The effort to
open and close manual operators shall be measured, and shall not exceed the maximum
operating effort specified above. Electric motor actuators shall function smoothly and without
interruption. Each gate shall be water tested by the CONTRACTOR, at the discretion of the
ENGINEER and OWNER, to confirm that leakage does not exceed the specified allowable
leakage.
3.03 MANUFACTURERS FIELD SERVICE
END OF SECTION
Attachment No. 4- Technical Specifications:
Section 40 05 71.33 Telescoping Valve
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Telescoping Valve 40 05 71.33
Page 1 of 6
SECTION 40 05 71.33
TELESCOPING VALVE
PART 1 GENERAL
1.1 SCOPE OF WORK
A. Furnish all labor, materials, equipment and incidentals required to install and ready for operation
telescoping valves and appurtenances as shown on the Contract Drawings and as specified
herein.
1.2 SUBMITTALS
A. Provide the following information to confirm compliance with the specification.
1. Complete description of all materials including the material thickness.
2. Installation drawings showing all details of construction, details required for
installation, dimensions and anchor bolt locations.
3. The location of the company headquarters and the location of the principle
manufacturing facility. Provide the name of the company that manufactures the equipment
if the supplier utilizes an outside source.
1.3 QUALITY ASSURANCE
A. Qualifications
1. All of the equipment specified under this Section shall be furnished by a single
manufacturer with a minimum of 20 years experience designing and manufacturing
telescoping valves. The manufacturer shall have manufactured telescoping valves for a
minimum of 100 projects.
1.4 OPERATION AND MAINTENANCE MANUALS
A. Furnish operation and maintenance manuals for the equipment in accordance with the Contact
Documents. As a minimum, the following information shall be included:
1. Certified shop and erection drawings showing all important details of construction,
dimensions, and anchor bolts locations.
2. Descriptive literature, bulletins, and/or catalogs of the equipment.
3. The total weight of the valves.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Telescoping Valve 40 05 71.33
Page 2 of 6
4. Materials of construction of all parts.
5. A complete total bill of materials for all equipment.
6. A list of the manufacturer’s recommended spare parts.
1.5 MANUFACTURERS
A. Approved Manufacturers
1. Whipps
2. Waterman
3. JMS Equipment
4. Wawcon
5. Pentroy
6. Approved Equal
PART 2 PRODUCTS
2.1 GENERAL
A. Telescoping valves shall be as specified herein and have the characteristics and dimensions
shown on the Contract Drawings.
B. The valve shall utilize a low friction seal to mount to engage the slip tube and mount to the
flange of the receiving pipe.
C. All welds shall be performed by welders with AWS certification.
D. Finish: Mill finish on stainless steel. Welds shall be sandblasted to remove weld burn and scale.
E. Materials:
Components Materials
Slip Tube and Bail Stainless Steel, Type 304L, ASTM A240
Stem Stainless Steel, Type 304, ASTM A276
Anchor Studs, Fasteners and Nuts Stainless Steel, Type 316, ASTM A276
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Telescoping Valve 40 05 71.33
Page 3 of 6
Seal Urethane or Neoprene
Lift Nuts Bronze ASTM B584
Pedestals and Wall Brackets Stainless Steel, Type 304L, ASTM A276
Operator Housing Cast aluminum
2.2 SLIP TUBE AND BAIL
A. The slip tube shall be constructed of Schedule 10 minimum thickness stainless steel pipe. . V-
notched weirs, U-notched weirs, scum baffles and/or funnel tops shall be provided as shown on
the Contract Drawings.
B. The bail shall be constructed of stainless steel and shall be bolted to the stem and welded to the
slip tube.
2.3 SEAL
A. The telescoping valve shall be provided with a self-adjusting seal system to restrict leakage
between the slip tube and the receiving pipe.
1. The seal shall be a one–piece molded urethane seal with an upper lip type seal and an
integral companion flange.
2. If a neoprene seal and separate companion flange is provided, the neoprene seal shall
have a minimum thickness of 1/2-inch and the companion flange shall be stainless steel
and shall have a minimum thickness of 3/8-inch.
3. The companion flange shall be provided with a bolt pattern suitable for attachment to
the flange on the receiving pipe.
2.4 STEM
A. A threaded operating stem shall be utilized to connect the operating mechanism to the bail which
in turn is attached to the slip tube. On rising stem valves, the threaded portion shall engage the
operating nut in the manual operator or motor actuator. On non-rising stem valves, the threaded
portion shall engage the nut attached to the bail.
B. The threaded portion of the stem shall have a minimum outside diameter of 1-1/2 inches. Stem
extension pipes are not acceptable.
C. The stem shall be constructed of solid stainless steel bar for the entire length, the metal having a
tensile strength of not less than 75,000 psi.
D. Maximum L/R ratio for the unsupported part of the stem shall not exceed 200.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Telescoping Valve 40 05 71.33
Page 4 of 6
E. In compression, the stem shall be designed for a critical buckling load caused by a 40 lb effort on
the crank or handwheel with a safety factor of 2, using the Euler column formula.
F. The stem shall be designed to withstand the tension load caused by the application of a 40 lb effort
on the crank or handwheel without exceeding 1/5 of the ultimate tensile strength of the stem
material.
G. The threaded portion of the stem shall have machine rolled double lead threads of the full Acme
type with a 16 microinch finish or better. Stub threads are not acceptable.
H. Stems of more than one section shall be joined by stainless steel or bronze couplings. The coupling
shall be pinned and bolted to the stems.
I. Stems, on manually operated valves, shall be provided with adjustable stop collars to prevent over
travel.
2.5 STEM GUIDES
A. Stem guide shall be provided when necessary to ensure that the maximum L/R ratio for the
unsupported part of the stem is 200 or less.
B. Stem guide brackets shall be fabricated of stainless steel and shall be outfitted with UHMW or
bronze bushings. Adjustable in two directions.
2.6 MANUAL OPERATORS
A. Unless otherwise shown on the Drawings, valves shall be operated by a manual handwheel
or a manual crank-operated gearbox. The operator shall be mounted on a pedestal.
1. The valve manufacturer shall select the proper gear ratio to ensure that the valve can be
operated with no more than a 40 lb effort.
2. An arrow with the word "OPEN" shall be permanently attached or cast onto the operator
to indicate the direction or rotation to open the valve.
3. Handwheel operators shall be fully enclosed and shall have a cast aluminum housing.
B. Handwheel operators shall be provided with a threaded cast bronze lift nut to engage the
operating stem.
1. Handwheel operators shall be equipped with roller bearings above and below the
operating nut.
2. Positive mechanical seals shall be provided above and below the operating nut to exclude
moisture and dirt and prevent leakage of lubricant out of the hoist.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Telescoping Valve 40 05 71.33
Page 5 of 6
3. The handwheel shall be removable and shall have a minimum diameter of 15 inches.
4. Crank-operated gearboxes shall be fully enclosed and shall have a cast aluminum housing.
5. Gearboxes shall have either single or double gear reduction depending upon the lifting
capacity required.
6. Gearboxes shall be provided with a threaded cast bronze lift nut to engage the operating
stem.
7. Bearings shall be provided above and below the flange on the operating nut to support both
opening and closing thrusts.
8. Gears shall be steel with machined cut teeth designed for smooth operation.
9. The pinion shaft shall be stainless steel and shall be supported on ball or tapered roller
bearings.
10. Positive mechanical seals shall be provided on the operating nut and the pinion shafts to
exclude moisture and dirt and prevent leakage of lubricant out of the hoist.
11. The crank shall be cast aluminum with a revolving nylon grip.
12. The crank shall be removable.
13. Pedestals shall be constructed of stainless steel. Aluminum pedestals are not acceptable.
14. The pedestal height shall be such that the handwheel or pinion shaft on the crank-operated
gearbox is located approximately 36 in above the operating floor.
15. Wall brackets shall be used to support floor stands where shown on the Drawings and shall
be constructed of stainless steel.
16. Wall brackets shall be reinforced to withstand the maximum operating loads mentioned
herein.
17. The design and detail of the brackets and anchor bolts shall be provided by the valve
manufacturer and shall be approved by the ENGINEER. The valve manufacturer shall
supply the bracket, anchor bolts and accessories as part of the valve assembly.
18. Operators shall be equipped with fracture resistant clear butyrate or lexan plastic stem
covers.
19. The top of the stem cover shall be closed.
20. The bottom end of the stem cover shall be mounted in a housing or adapter for easy field
mounting.
5/04/2020
Unitec WWTP – Phase I Expansion – FY 2020 LNV Project # 150534.024
Laredo, Texas
Telescoping Valve 40 05 71.33
Page 6 of 6
21. Stem covers shall be complete with indicator markings to indicate valve position.
2.7 ANCHOR BOLTS
A. Anchor bolts shall be provided by the valve manufacturer for mounting the pedestal and
appurtenances. Quantity and location shall be determined by the valve manufacturer. If
epoxy type anchor bolts are provided, the valve manufacturer shall provide the studs and
nuts. Anchor bolts shall have a minimum diameter of 1/2-inch.
PART 3 EXECUTION
1.1 INSTALLATION
A. Installation of the valves and appurtenances shall be done in a workmanlike manner. It shall
be the responsibility of the CONTRACTOR to handle, store and install the equipment
specified in this Section in strict accordance with the manufacturer's recommendations.
B. The CONTRACTOR shall review the installation drawings and installation instruction prior
to installing the valves.
C. The valve assemblies shall be installed in a true vertical plane, square and plumb.
1.2 FIELD TESTING
A. After installation, all valves shall be field tested by the CONTRACTOR in the presence of
the ENGINEER and OWNER to ensure that all items of equipment are in full compliance
with this Section. Each valve shall be cycled to confirm that they operate without binding,
scraping, or distorting.
END OF SECTION