Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping_G
_Specs.dw
g Layout N
am
e: IN
DEX Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:30:17 AM
Last edit on: 1/12/2018 11:12 AM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
IN
DE
X, A
BB
RE
VIA
TIO
NS
, A
ND
N
OT
ES
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
G02
2 13
DESIGNED BY:
CONST PROJ:
SCALE:
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
INDEX
SHEET NO. DRAWING NO. DESCRIPTION
1 G01 COVER
2 G02
INDEX, ABBREVIATIONS, AND NOTES
3 G03
CONSTRUCTION NOTES AND SPECIFICATIONS
(1 OF 2)
4 G04
CONSTRUCTION NOTES AND SPECIFICATIONS
(2 OF 2)
5 C21
TEMPORARY PUMP AND PIPING PLAN (1 OF 2)
6 C22
TEMPORARY PUMP AND PIPING PLAN (2 OF 2)
7 D11 EXISTING RAS PIPING PLAN AND SECTION
8 D12 CORRECTED RAS PIPING PLAN AND SECTION
9 D21 EXISTING RAS PIPING SECTIONS
10 D22 CORRECTED RAS PIPING SECTIONS
11 D31 RAS METER VAULT ENLARGED PLAN
12 D41 AIR PIPING MODIFICATIONS
13 D91 PHOTOS
4" RW (1)
PIPE SIZE PIPE MATERIAL TYPE
USE
SECTION NUMBER
DRAWING ON WHICH
NUMBER DESCRIPTION SPEC. SECTION
SECTION APPEARS
FIRST LETTER
MEASURED OR INITIATING VARIABLE MODIFIER
SUCCEEDING-LETTERS
READOUT OR PASSIVE FUNCTION OUTPUT FUNCTION MODIFIER
A
B
C
D
E
F
G
H
I
J
K
L
M
N
O
P
Q
R
S
T
U
V
W
X
Y
Z
ISA TABLE 1 - IDENTIFICATION LETTERS
ANALYSIS ALARM
BURNER, COMBUSTION
USER'S CHOICE USER'S CHOICE USER'S CHOICE
USER'S CHOICE CONTROL
USER'S CHOICE DIFFERENTIAL
VOLTAGE
SENSOR (PRIMARY ELEMENT)
FLOW RATE
RATIO (FRACTION)
USER'S CHOICE
GLASS, VIEWING DEVICE
HAND HIGH
CURRENT (ELECTRICAL)
INDICATE
POWER SCAN
TIME, TIME SCHEDULE
TIME RATE OF CHANGE CONTROL STATION
LEVEL LIGHT LOW
MOMENT, TORQUE
MOMENTARY
MIDDLE, INTERMEDIATE
USER'S CHOICE USER'S CHOICE USER'S CHOICE USER'S CHOICE
OPERATING, ON ORIFICE, RESTRICTION
PRESSURE, VACUUM POINT (TEST) CONNECTION
QUANTITY INTEGRATE, TOTALIZE
RADIATION RECORD
SPEED, FREQUENCY
SAFETY SWITCH
TEMPERATURE TRANSMIT
MULTIVARIABLE MULTIFUNCTION MULTIFUNCTION MULTIFUNCTION
VIBRATION, MECHANICAL ANALYSIS VALVE, DAMPER, LOUVER
WEIGHT FORCE WELL
UNCLASSIFIED X AXIS UNCLASSIFIED UNCLASSIFIED UNCLASSIFIED
EVENT, STATE OR PRESENCE
Y AXIS
RELAY, COMPUTE, CONVERT
POSITION, DIMENSION
Z AXIS
DRIVER, ACTUATOR, UNCLASSIFIED FINAL CONTROL ELEMENT
ABBREVIATIONS PIPE MATERIAL TYPES
PIPE DESIGNATION SYSTEM
SECTION & DETAIL REFERENCE SYSTEM
EQUIPMENT TAG ABBREVIATIONS
PIPE MATERIALS NOTES:
BFV - BUTTERFLY VALVE
GV - GATE VALVE
KGV - KNIFE GATE VALVE
PA - PROCESS ANALYZER
M - FLOW METER
FD - CHEMICAL FEEDER
HSP - HIGH SERVICE PUMP
CV - CHECK VALVE
BV - BALL VALVE
PV - PLUG VALVE
ME - MISC. EQUIPMENT
SV or SOV - SOLENOID VALVE
VFD - VARIABLE FREQUENCY DRIVE
HV - HAND VALVE
DP - DIAPHRAGM PUMP
AV - ACTUATED VALVE
1.
2.
3.
4.
4D.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
DUCTILE IRON
WELDED STEEL, CEMENT LINED
PLASTIC PVC AWWA C900/C905
PLASTIC, PVC SCH. 80
PLASTIC, PVC SCH. 80 DOUBLE-WALL
PLASTIC, PVC DWV
PLASTIC, PVC CLASS 160 (SDR 26)
STAINLESS STEEL (<3" DIAMETER)
PVC GRAVITY SEWER PIPE
BLACK STEEL, SCH. 80 (<3" DIAMETER)
GALVANIZED IRON, SCH. 40 (<3" DIAMETER)
COPPER, TYPE 'L' OR 'K'
PLASTIC, CPVC SCH. 80
CORRUGATED METAL (CULVERT)
CAST IRON SOIL PIPE
POLYPROPYLENE PIPE
ASBESTOS CEMENT
316 STAINLESS STEEL
304 STAINLESS STEEL
CORRUGATED PE, PERFORATED DRAIN
CORRUGATED PE, NON-PERFORATED DRAIN
BLACK STEEL, SCH. 40
POLYETHYLENE TUBING*
NYLON REINFORCED RUBBER
402040
402066
402092
402090/402091
NOT USED
221316
402092
402076
333100
231126
NOT USED
221116
402094
NOT USED
221116
NOT USED
NOT USED
402076
402076
SEE PLANS
SEE PLANS
231126
SEE EQUIPMENT SPEC
SEE EQUIPMENT SPEC
1. ALL PIPE MATERIALS LISTED MAY NOT BE USED ON THIS PROJECT.
2. STAINLESS STEEL PIPE CAN BE USED AS AN ALTERNATE TO DIP AT INTERIOR LOCATIONS.
BURIED PIPE SHALL REMAIN DIP, UNLESS OTHERWISE INDICATED ON THE DRAWINGS.
* INSTALL POLYETHYLENE TUBING IN SCH 80 PVC CARRIER PIPE.
AB ANCHOR BOLT
AC ASPHALTIC CONCRETE
AFF ABOVE FINISH FLOOR
AFF AGGREGATE
AL ALUMINUM
APPROX APPROXIMATE
ARV AIR RELEASE VALVE
AVRV AIR/VACUUM RELIEF VALVE
BETW BETWEEN
BF BLIND FLANGE
BFV BUTTERFLY VALVE
BLDG BUILDING
BLK BLOCK
BSP BLACK STEEL PIPE
BTM BOTTOM
CFM CUBIC FEET PER MINUTE
CFP CHEMICAL FEED PUMP
CFS CUBIC FEET PER SECOND
CIP CAST IRON PIPE, CLEAN IN PLACE
CISP CAST IRON SOIL PIPE
CL CLASS
C CENTER LINE
CLR CLEAR
CMLC-STL CEMENT MORTAR LINED AND
COATED STEEL
CO CLEAN OUT
COL COLUMN
CONC CONCRETE
CONN CONNECTION
CONT CONTINUOUS
CORP CORPORATION
CPLG COUPLING
CSP CORRUGATED STEEL PIPE
CTR CENTER
DIP DUCTILE IRON PIPE
DIA DIAMETER
DIM DIMENSION
DISCH DISCHARGE
DN DOWN
DR DRAIN
DT DOUBLE TEE PRECAST CONCRETE
ROOF PANEL
DTL DETAIL
DWG DRAWING
EA EACH
E.C. ELECTRICAL CONTRACTOR
ECC ECCENTRIC
EF EACH FACE
EJ EXPANSION JOINT
ELEV ELEVATION
ELB ELBOW
ELC-STL EPOXY LINED & COATED STEEL
ELEC ELECTRIC
ENC ENCASEMENT
EP EDGE OF PAYMENT
EW EACH WAY
EXIST EXISTING
EXP EXPANSION
FAB FABRICATE
FCO FLOOR CLEANOUT
FD FLOOR DRAIN
FDR FEEDER
FDN FOUNDATION
FDP FEED PUMP
FE FLANGE END
FF FINISH FLOOR
FG FINISH GRADE
FH FIRE HYDRANT
FIG FIGURE
FL FLOWLINE
FLG FLANGE
FPM FEET PER MINUTE
FS FAR SIDE
FT FEET, FLOW TRANSMITTER,
FITTING
FTG FOOTING
FUT FUTURE
GA GAUGE
GAL GALLON
GALV GALVANIZED
GB GRADE BREAK
G.C. GENERAL CONTRACTOR
GIP GALVANIZED IRON PIPE
GPM GALLONS PER MINUTE
GR GRADE
GRTG GRATING
GRVD GROOVED END
HB HOSE BIBB
HGT HEIGHT
HOA HAND-OFF-AUTOMATIC
HORIZ HORIZONTAL
HP HORSEPOWER
HPHB HIGH PRESSURE HOSE BIBB
HSP HIGH SERVICE PUMP
HWL HIGHWATER LEVEL
ID INSIDE DIAMETER
IN INCHES
INT INTERIOR
INV INVERT
IPS IRON PIPE SIZE
JT JOINT
L LITER
LB POUND
LSP LOW SERVICE PUMP
LT LEFT
LWL LOW WATER LEVEL
MATL MATERIAL
MAX MAXIMUM
MB MACHINE BOLT
M.C. MECHANICAL CONTRACTOR
MFR MANUFACTURER
MG MILLIGRAM
MGD MILLION GALLONS PER DAY
MH MANHOLE
MIN MINIMUM
MJ MECHANICAL JOINT
MTR MOTOR
NC NORMALLY CLOSED
NIC NOT IN CONTRACT
NO NUMBER, NORMALLY OPEN
NOM NOMINAL
NPT NATIONAL PIPE THREAD
NS NEAR SIDE
NTS NOT TO SCALE
NWL NORMAL WATER LEVEL
OC ON CENTER
OD OUTSIDE DIAMETER
OPNG OPENING
OPP OPPOSITE
PL PROPERTY LINE
PE PLAIN END
PL PLATE
PI POINT OF INTERSECTION /
PRESSURE INDICATOR
PRFV PRESSURE RELIEF VALVE
PRV PRESSURE REDUCING VALVE
PSIG (PSI) POUNDS PER SQUARE INCH
GAUGE
PT PRESSURE TRANSMITTER
PVC POLYVINYLCHLORIDE
PVMT PAVEMENT
R RADIUS
RCP REINFORCED CONCRETE PIPE
RD ROUND
RECM RECOMMEND
RELOC RELOCATE
REQD REQUIRED
RJ RESTRAINED JOINT
RO REVERSE OSMOSIS
RT RIGHT
RPBP REDUCED PRESSURE BACKFLOW
PREVENTER
R/W RIGHT OF WAY
SCH SCHEDULE
SECT SECTION
SHT SHEET
SIM SIMILAR
SL SLOPE
SLG SLUDGE
SOV SOLENOID VALVE
SP SPACE, SPOOL, SAMPLE POINT
SPEC SPECIFICATION
SQ SQUARE
SST STAINLESS STEEL
STA STATION
STD STANDARD
STL STEEL
SYMM SYMMETRICAL
TB TURBIDIMETER
T&B TOP & BOTTOM
TC THRUST COLLAR
TEMP TEMPERATURE
TF TOP OF FOOTING
THD THREAD
THK THICK
THKNS THICKNESS
TOC TOP OF CONCRETE OR CURB
TOP TOP OF PIPE
TOT TOTAL
TOS TOP OF SLAB
TOW TOP OF WALL
TYP TYPICAL
UF ULTRA-FILTRATION
UG UNDERGROUND
V VALVE
VB VALVE BOX
VERT VERTICAL
VTR VENT THROUGH ROOF
W/ WITH
W/O WITH OUT
WCO WALL CLEANOUT
WS WATER STOP
WT WEIGHT
WTR WATER
WWF WELDED WIRE FABRIC
PROCESS PIPE IDENTIFICATION
AIR AERATION AIR
ABE AERATION BASIN EFFLUENT
ABI AERATION BASIN INFLUENT
AQA AQUA AMMONIA
BWW BACKWASH WATER SUPPLY
C CONDENSATE PIPING
CA COMPRESSED AIR
CW COLD WATER, CITY WATER
D, DR DRAIN LINE
DF DIESEL FUEL
DG DIGESTER GAS
DS DIGESTED SLUDGE
DW DOMESTIC WATER
DWRSL 18% THICKENED SLUDGE
EFF EFFLUENT
EW EMERGENCY WATER
EX EXHAUST
FCE FINAL CLARIFIER EFFLUENT
FCI FINAL CLARIFIER INFLUENT
FDW FLOATED WATER CHEMICAL
FILL FILL LINE
FINW FINISHED WATER (POST STORAGE TANK)
FLW FILTERED WATER
FM FORCEMAIN
FR FLOATED RESIDUALS
FTW FILTER TO WASTE
FW FINISHED WATER
GS GAS
GTSY GRIT SLURRY
HW HOT WATER
HWS HOT WATER SUPPLY
INF INFLUENT
IRR IRRIGATION
LPA LOW PRESSURE AIR (FROM BLOWERS)
LS LIME SLURRY
MLSS MIXED LIQUOR SUSPENDED SOLIDS
NG NATURAL GAS
NPW NON-POTABLE WATER
OC ODOR CONTROL
OF, OVF OVERFLOW
OG OFF GAS
OZ OZONE
PCE PRIMARY CLARIFIER EFFLUENT
PLY POLYMER
POT POTABLE
PW PROTECTED WATER
RAR REDUCING AGENT RETURN
RAS RETURN ACTIVATED SLUDGE
RAW, RW RAW WATER
RAW-BYP RAW WATER BYPASS
RBP RESIDUAL BYPASS
REC RECYCLE
RL RAIN WATER LEADER
SA SUPPLEMENTAL AIR
SAM SAMPLE
SAN, SSW SANITARY SEWER
SAS SODA ASH SOLUTION
SBI SODIUM BISULPHITE
SBIS SODIUM BISULPHITE SOLUTION
SC, SM SCUM
SHC SODIUM HYPOCHLORITE
SHCS SODIUM HYPOCHLORITE SOLUTION
SHD SODIUM HYDROXIDE
SLD SLUDGE DRAIN
SLG SLUDGE
SMP SCUM PUMP DISCHARGE
SMW SOLUTION MAKE-UP WATER
SNT SUPERNATANT
SPL SAMPLE LINE
SPT SEPTAGE
SRCW SATURATED RECYCLE WATER
STW STORM WATER
SW SPECIAL WASTE
SUC SUCTION
TDS, TKSL THICKENED DIGESTED SLUDGE
TIW TRUCKED IN WASTE
TKD TANK DRAIN
TRD THICKENED RESIDUALS DISCHARGE
TSO THICKENED SLUDGE OUTLET
V, VNT VENT
WAW WASHWATER
WAS WASTE ACTIVATED SLUDGE
WBW WASTE BACKWASH
WT WASTE
WWR WASHWATER RECYCLE
NOTE:
ALL PIPE ABBREVIATIONS LISTED MAY NOT BE USED ON THIS PROJECT.
D21
B
GENERAL PROCESS NOTES
1. FLOORS, WALLS, DOORS, WINDOWS, ETC., SHOWN IN PROCESS
DRAWINGS ARE FOR REFERENCE ONLY. FIELD VERIFY FOR SPECIFIC
LOCATIONS.
2. DIMENSIONS AND ELEVATIONS ARE FOR BIDDING PURPOSES.
CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFICATIONS OF
DIMENSIONS AND ELEVATIONS PRIOR TO CONSTRUCTION.
3. NOT ALL PIPE SUPPORTS, HANGERS, TAPS, AND EQUIPMENT ARE
SHOWN ON THE DRAWINGS. CONTRACTOR SHALL COORDINATE
LOCATION AND MODIFY IN ACCORDANCE WITH SPECIFICATIONS
AND DETAILS.
PIPE JOINTS
FLG FLANGE
PE PLAIN END
MJ MECHANICAL JOINT
BUILDING DESIGNATIONS (AREA NUMBER)
AB AERATION BASINS
AD ANAEROBIC DIGESTERS
ADW ANAEROBIC DIGESTER WEST COMPLEX
AM ADMINISTRATION BUILDING
BB BLOWER BUILDING
CC SODIUM HYPOCHLORITE BUILDING
FC FINAL CLARIFIERS
HD HEADWORKS BUILDING
PC PRIMARY CLARIFIERS
O ODOR CONTROL
HD-SLG-123
INDIVIDUAL EQUIPMENT OR
LOOP NUMBER
EQUIPMENT TYPE DESIGNATION
BUILDING / FACILITY LOCATION
(I.E. HEADWORKS BUILDING)
EQUIPMENT TAG
HD-BFV-123
INDIVIDUAL VALVE OR LOOP
NUMBER
VALVE TYPE
(I.E. BUTTERFLY VALVE)
BUILDING / FACILITY LOCATION
(I.E. HEADWORKS BUILDING)
VALVE TAG
6" - DS - DIGL - FC5
PIPE MATERIAL
PIPE SERVICE
PIPE SIZE
PIPE DESIGNATION
STRUCTURE
REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: W
:\Proj\18000\18291\18291.002\AutoCad\RAS Piping Plan Set\Plan Set\RAS Piping_G
_Specs.dw
g Layout N
am
e: SPECS Plotted By: D
LZ00974 Plotted on: 1/17/2018 2:52:14 PM
Last edit on: 1/17/2018 2:50 PM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
CO
NS
TR
UC
TIO
N N
OT
ES
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
G03
3 13
DESIGNED BY:
CONST PROJ:
SCALE:
AN
D S
PE
CIF
IC
AT
IO
NS
(1
O
F 2
)
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
THESE ABBREVIATED SPECIFICATIONS WORK IN CONJUNCTION WITH THE FRONT END
DOCUMENTS ASSOCIATED WITH THIS PROJECT.
MEASUREMENT AND PAYMENT
1. METHODS OF MEASUREMENTS AND BASIS FOR PAYMENTS.
A. All work to be performed under this contract shall be paid for at the lump sum prices
stated in the Bid Form. Lump sum payments will be based upon completed and
accepted items in accordance with its description in this section and as related to the
work specified and as shown on the Drawings.
B. Payment for the items set forth herein, as further specified herein, shall include full
compensation to be received by the Contractor for furnishing all tools, equipment,
supplies, and manufactured articles, and for all labor, mobilization and demobilization,
utilities, coordination, taxes, materials, commissions, transportation and handling,
traffic control, barricades, signs, lights, and other traffic control devices, bonds, permit
fees, insurance, overhead and profit, incidentals appurtenant to the items of work
being described and performing all operations as necessary to complete the various
items of the work all in accordance with the requirements of the Contract Documents,
including all appurtenances thereto, and including all costs of compliance with the
regulations of public agencies having jurisdiction, including Safety and Health
Requirements of the Occupational Safety and Health Administration of the U.S.
Department of Labor (OSHA). Such compensation shall also include payment for
any loss or damages arising directly or indirectly from the work, or from any
unforeseen difficulties, which may be encountered during the prosecution of the work
until the final acceptance by the Owner. Any material, equipment or operation not
specifically mentioned shall be considered to be incidental to the lump sum prices.
Final payment will only be made for completed and accepted work.
2. PAYMENT ITEMS
A. Mobilization / Demobilization - Bid Item No. 1
Payment will be made at the lump sum price bid for mobilization / demobilization,
which price shall be deemed full compensation for furnishing and installing all
materials, equipment, transportation, and labor required for mobilization /
demobilization on the project. This price shall include the contractor's field office, all
insurance and bonding for the project, and any other items incidental to the
completion of the overall project.
B. Bypass Pumping System Installation and Removal, Complete - Bid Item No. 2:
This item includes the furnishing and installation of all materials, equipment, labor,
testing, startup, operation, coordination with Owner's staff, removal or equipment and
materials, and all elements and appurtenances required for the temporary bypass
pumping system, and all other items of work necessary for a complete operational
system as described in and in accordance with the Contract Documents.
C. RAS Discharge Header Piping Modifications, Complete - Bid Item No. 3:
Included in this item is the complete furnishing and installation of all materials, labor
and equipment for the modifications to the RAS pumping system discharge header,
installation of additional pipe supports, and all other items of work necessary to
complete the work in accordance with the Contract Documents. The restrained
flange coupling adapters and pipe gaskets required for the completion of the work
shall be provided as part of the Owner Furnished Equipment as specified on Sheet 3
of the Contract Drawings.
D. Knife Gate Valve Replacement, Complete - Bid Item No. 4:
Included in this item is the complete furnishing and installation of all materials, labor
and equipment for the installation of four (4) knife gate valves, and all other items of
work necessary to complete the work in accordance with the Contract Documents.
The knife gate valves, flange gaskets, and flange coupling adapters required for the
completion of the work shall be provided as part of the Owner Furnished Equipment
as specified on Sheet 3 of the Contract Drawings. All piping required for the
completion of the work shall be provided by the Contractor.
E. Air Piping Removal, Complete - Bid Item No. 5:
Included in this item is the complete furnishing of all materials, labor and equipment
for the demolition and abandonment of the 4-inch ductile iron air piping, and all other
items of work necessary to complete the work in accordance with the Contract
Documents.
SUMMARY OF WORK
1. The work to be performed under this Contract shall consist of furnishing all equipment,
materials, supplies, and manufactured articles and for furnishing all transportation and
services, including fuel, power, water, and essential communications, and for the
performance of all labor, work, or other operations required for the fulfillment of the
Contract in strict accordance with the Contract Documents. The Work shall be complete,
and all work, materials, and services not expressly shown or called for in the Contract
Documents which may be necessary for the complete and proper construction of the
Work in good faith shall be performed, furnished, and installed by the Contractor as
though originally so specified or shown, at no increase in cost to the Owner.
2. The Owner is furnishing materials and equipment for portions of the Project as specified
in the Owner Furnished Equipment section.
3. Wherever the Contract Documents address a third party, i.e. subcontractor, manufacturer,
supplier or vendor, it is to be considered as the Contractor through a third party.
4. Wherever a reference to number of days is noted, it shall be construed to mean working
days.
SEQUENCE OF CONSTRUCTION
1. The facilities will be maintained in continuous operation by the Owner during the entire
construction period of this contract. Work under this Contract shall be so scheduled and
coordinated by the Contractor that such work will not impede the wastewater treatment
plant operation or cause odor or other nuisance. In performing the work shown and
specified, the Contractor shall plan and schedule his work to meet the operating
requirements and all additional restrictions.
2. The following sequence of construction describes simplistically, the major events required
to complete the work in the preferred order of completion.
3. The order of events is designed to minimize disruption to the ongoing operation of the
existing treatment facility. Any proposed deviation from the schedule order must be
submitted in writing to the Engineer and approved by the Engineer.
A. Installation, testing, and approval of the temporary bypass pumping system .
B. RAS discharge piping modifications.
C. RAS discharge piping testing and approval. (three day operational test).
D. Demobilization of the temporary bypass pumping system.
E. Isolation of knife gate valves serving final clarifiers 3 and 4 from flow. This item shall
be coordinated with City staff. It is not anticipated that temporary bypass pumping
will be required for this portion of the Work. It is estimated that isolation from flow will
take approximately 2 days to accomplish.
F. Installation of the isolated knife gate valve (total of 2).
G. Isolation of knife gate valves serving final clarifiers 1 and 2. This item shall be
coordinated with City staff. It is not anticipated that temporary bypass pumping will
be required for this portion of the Work. It is estimated that isolation from flow will
take approximately 3 to 7 days to accomplish depending on the operating condition
of the WWTP.
H. Installation of the isolated knife gate valve (total of 2).
4. Coordination with Owner Personnel. The Contractor shall notify the Owner before
commencing work involving removing or placing in operation existing or new facilities.
A. Only the Owner can authorize the shutdown of any portions of the facility or system.
The Contractor shall, under no circumstances, interfere with any existing component
without the Owner's authorization.
OWNER USE OF THE PROJECT SITE
1. The Owner may utilize all or part of the existing facilities during the entire period of
construction for the conduct of the Owner's normal operations. The Contractor shall
cooperate with the Owner to minimize interference with the Contractor's operations and to
facilitate the Owner's operations.
PROJECT MEETINGS
1. Preconstruction Conference: Prior to the commencement of work at the site, a
preconstruction conference will be held at a mutually agreed time and place which shall
be attended by the Contractor, its superintendent, and its subcontractors as appropriate.
Other attendees will be:
A. Engineer.
B. Representatives of Owner.
C. Others as requested by Contractor, Owner, or Engineer.
2. Unless previously submitted to the Engineer, the Contractor shall bring to the conference
one copy each of the following:
A. Preliminary schedule.
B. Preliminary Shop Drawing/Sample/Substitute or “Or Equal” submittal schedule.
3. Progress Meetings: The Engineer shall schedule and hold regular on-site progress
meetings at least daily and at other times as requested by Engineer. The Contractor,
Engineer, and all subcontractors active on the site shall be represented at each meeting.
Contractor may at its discretion request attendance by representatives of its suppliers,
manufacturers, and other subcontractors. At a minimum, the Contractors Superintendent
shall be present at each meeting. The Contractor's Project Manager shall be required to
attend the meetings if so requested by the Engineer.
4. The purpose of the meetings will be to review the progress of the Work, maintain
coordination of efforts, discuss changes in scheduling, and resolve other problems, which
may develop.
DIMENSIONS OF EXISTING STRUCTURES
1. Where the dimensions and locations of existing structures are of critical importance in the
installation or connection of new work, the Contractor shall verify such dimensions and
locations in the field before the fabrication of any materials or equipment which is
dependent on the correctness of such information.
SUBMITTALS
1. This section specifies the means of all submittals. All submittals, whether their final
destination is to the Owner, Engineer, architect, electrical engineer, landscape architect
or other representative of the Owner, shall be submitted to the Engineer. A general
summary of the types of submittals and the number of copies required is as follows:
Copies to
Engineer Type of Submittal Submittal Format
1 Construction schedule Electronic PDF, excel or other readable
scheduling file format
1 Shop drawings Electronic PDF
2 Warranties Original Paper
The construction schedule shall be prepared in the form of a horizontal bar chart showing in
detail the proposed sequence of the work and identifying construction activities for each major
component, structure or facility. The schedule shall be time scaled, identifying the first day of
each week, with the estimated date of starting and completion of each stage of the work in order
to complete the project within the Contract time. An electronic copy of the schedule shall be
submitted at the Pre-Construction meeting.
SHOP DRAWINGS
1. General: The Contractor shall submit for review shop drawings for concrete
reinforcement, structural details, piping layout and appurtenances, wiring, color selection
charts, all equipment, fabricated items and materials, materials and equipment fabricated
especially for this Contract, and materials and equipment for which such Drawings are
specified or specifically requested by the Engineer. Shop Drawing submittals shall
include, but not be limited to:
A. Restrained flange adapters provided by the Contractor.
B. Ductile iron pipe and fittings.
C. Temporary bypass pumping system. (See Temporary Bypass Pumping System for
additional submittal requirements associated with this item of Work.
D. Pipe supports.
E. Paint (if paint system and manufacturer differ from that specified).
F. Any appurtenant items associated with the project (bolts, hardware, ect.).
2. Shop drawings shall show performance characteristics, the principal dimensions, weight,
structural and operating features, space required, clearances, dimensions needed for
installation and correlation with other equipment and materials, external connections,
anchorages, supports required, type and/or brand of finish or shop coat, grease fittings,
etc. depending on the subject of the Drawings.
3. The Contractor shall be responsible for the prompt submittal of all shop drawings so that
there shall be no delay to the Work due to the absence of such Drawings. The Engineer
will review the shop drawings within 24 hours of receipt of such Drawings. This review
time will commence starting the next working day following receipt of the shop drawing.
4. Time delays caused by rejection of submittals are not cause for extra charges to the
Owner or time extensions.
5. All deviations from the Contract Documents shall be identified on each submittal and shall
be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the
deviation, indicate essential details of all changes proposed by Contractor (including
modifications to other facilities that may be a result of the deviation) and all required
piping and wiring diagrams.
6. The Contractor shall not proceed with any portion of the Work for which the design and
details are dependent upon the design and details of equipment for which submittal
review has not been completed.
OWNER FURNISHED EQUIPMENT
1. The Contractor shall furnish all the necessary materials, equipment, supervision, tools
and labor required to unload all Owner furnished equipment from common carriers or load
from the Owner's storage area, transport to site of installation, set on the foundations
and/or anchor bolts, shim, grout, align, connect piping and electrical connections, and in
general, mount and install equipment so as to be tested and ready for operation.
2. The Contractor shall provide new gaskets, bolts, nuts, washers, and any additional
hardware required for proper installation of the equipment.
3. The equipment to be provided by the Owner under this section shall include the following:
A. Four (4) 16-inch diameter knife gate valves
B. Three (3) 16-inch diameter Romac RFCA Restrained Flange Coupling Adapter
C. Eleven (11) Victaulic Style 31 grooved end pipe joint gaskets for us in correcting the
RAS discharge piping in 16, 24, and 30-inch diameters.
D. 16-inch diameter Garlock style 300 FF 1/8-inch gaskets required to replace the knife
gate valves.
E. Eight (8) 16-inch diameter Megaflange flange coupling adapters required to replace
the knife gate valves.
4. The Contractor shall be responsible for reviewing and coordinating all equipment,
materials including lengths of wiring and cables, layout, dimensions and all other items
necessary for the proper installation and connections as shown on the Contract
Documents.
5. The equipment is to be completely installed as noted on the Drawings and/or as directed
by the Engineer.
PIPING, GENERAL
1. All piping shall be furnished and installed as indicated on the Drawings and as specified.
Each system shall be complete with all necessary fittings, hangers, supports, anchors,
expansion joints, flexible connectors, valves, accessories, lining and coating, testing,
disinfection, excavation, and backfill, to provide a functional installation.
2. All products shall be new and unused except as may be requested for testing and shall be
the product of a reputable manufacturer regularly engaged in the manufacture of the
product. Where two or more units of the same class are required, these units shall be
products of a single manufacturer; however, the component parts of equipment need not
be the products of the same manufacturer.
3. Flanges: Flanges shall conform to either ANSI/AWWA C115/A21.15 Class D or ANSI
B16.1 125-lb class, unless otherwise specified in the applicable piping sections. Flanges
shall have flat faces and shall be attached with bolt holes straddling the vertical axis of the
pipe unless otherwise shown. Attachment of the flanges to the pipe shall conform to the
applicable requirements of ANSI/AWWA C115/A21.15. Flanges for miscellaneous small
pipes shall be in accordance with the standards specified for these pipes.
4. Flange Bolts: If studs are required, they shall be in accordance with ASTM A 307,
Grade B, with heavy hex nuts. Machine bolts, nuts, washers used on all flanged
connections exposed to wastewater shall be AISI Type 304 stainless steel and shall
conform to the requirements of ASTM F593 and F594, respectively. All other flange bolts
and nuts shall be plain carbon steel and shall conform to ASTM A307. Nuts shall be
hexagonal, heavy semi finished pattern in accordance with ANSI/ASME B18.2.2. Flange
bolts and studs shall extend through the nuts a minimum of 1/4-inch.
5. Flange Gaskets: Gaskets for flanged joints shall be of materials as specified in
applicable piping sections. Blind flanges shall have gaskets covering the entire inside
face of the blind flange and shall be cemented to the blind flange. Ring gaskets shall not
be permitted.
6. The Contractor shall furnish all labor, tools, materials, and equipment necessary for
installation and jointing of the pipe. All piping shall be installed in accordance with the
Drawings in a neat workmanlike manner and shall be set for accurate line and elevation.
All piping shall be thoroughly cleaned before installation, and care shall be taken to keep
the piping clean throughout the installation.
7. The Contractor shall investigate all conditions affecting his work, arrange the work
accordingly, and have such fittings and accessories as required on hand to meet the
condition and provide a complete installation. The pipelines shall be installed by qualified
and competent workmen in strict accordance with the manufacturers instructions and
recommendations.
8. Aligning Pipe: Pipe runs intended to be straight shall be laid straight. When horizontal
or vertical deflections are required, the angular divergence of the axis of any two adjacent
lengths of pipe shall not exceed one-half of the manufacturer's recommended allowable
deflection.
9. Flanged joints shall be made up with full face gaskets as specified in the piping
paragraphs. Flange faces shall have a uniform bearing on the gaskets. Flanges shall be
drawn together uniformly until the joint is tight. The length of the bolts shall be uniform
and in accordance with the requirements specified herein. The bolt's maximum projection
beyond the end of the nut shall be ½-inch maximum and ¼-inch minimum
10. Grooved couplings shall be installed so that the coupling is firmly and completely seated
against the seating faces of the grooves. Expansion of the grooved coupling when
subjected to pressure shall not be permitted. The responsibility of repairing any damage
caused by the expansion of the grooved coupling shall be born by the Contactor.
11. In general, all valves and fittings shall be restrained in an acceptable manner such that
the unbalanced force developed at them shall be supported independent of the piping
system.
12. On all piping, where sleeve-type couplings and flanged adaptors are located near fittings
or valves, tie rods shall span across the coupling as specified herein to restrain
movements of the pipe along its axial direction. Such restraints can be deleted if both
ends of the pipe are anchored in a concrete structure with no fitting or valve occurring
within the span length, in the suction piping to a pump where the coupling is between the
pump and valve, or when the water pressure measured at the crown of the pipe is less
than five feet.
13. Where indicated on the Drawings, restrained flange adapters shall be used in lieu of
threaded, or welded, flanged spool pieces. Flange adapters shall be made of ductile iron
conforming to ASTM A536 and have flange bolt circles that are compatible with
ANSI/AWWA C110/A21.10.
A. Restraint for the flange adapter shall consist of set screws.
B. The flange adapter shall be shop coated with fusion bonded epoxy in accordance
with AWWA C213-01 and NSF 61.
C. The flange adapter shall be the Model 400 by Star Pipe Products, Inc., Series 1000
E-Z Flange by EBAA Iron Inc., or approved equal.
DUCTILE IRON PIPE
1. The Contractor shall furnish and install ductile iron pipe and all appurtenant work,
complete in place, all in accordance with the requirements of the Contract Documents.
2. All ductile-iron pipe shall conform to the requirements of ANSI/AWWA C151/A21.51. The
wall thickness and outside diameter of the pipe shall conform to Tables 51.4 and 51.5 of
AWWA C151. All ductile iron pipe shall be Thickness Class 53, except as noted
otherwise.
3. The thickness classes indicated herein are the minimum permitted unless otherwise
specified. Each pipe shall be cast with the year of manufacture, the class and the letters
"DI" for ductile iron.
4. Fittings for use with the ductile iron pipe specified herein, shall be ductile iron. Cast
ductile-iron fittings shall be pressure rated for at least 250 psi. All fittings with mechanical
joints, flange joints and push-on joints shall conform to ANSI/AWWA C110/A21.10. The
fitting manufacturer shall furnish the proper gaskets, nuts, bolts, glands, for each type of
joint. Compact fittings are not acceptable. All fittings shall be American made with
uniform flange/gland thickness.
5. Flanges shall be ductile iron conforming to ANSI/AWWA C115/A21.15, flat faced. The
use of hollowback or cavitated flanges will not be acceptable. Joint gaskets shall be full
face gaskets.
6. The interior of all ductile iron pipe and fittings shall be lined with polyethylene or coated
with Protecto 401 Ceramic Epoxy or Coropipe II WasteLiner as manufactured by Madison
Chemical Industries, Inc.
7. All ductile iron pipe and fittings shall be checked for dry film thickness (DFT) in
accordance with the SSPCA-PA2. Each pipe and fitting shall be marked with the date of
application of the lining system and with its numerical sequence of application on that
date. The pipe supplier shall furnish a certificate stating that the lining applicator has
complied with all specification requirements relative to the material, its application and
inspection.
8. All ductile iron pipe and fittings intended for interior use and for use above grade shall
receive a prime coat of universal primer as specified in the Painting Section that is
compatible with the specified coating system.
CONTINUED ON G04
REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: W
:\Proj\18000\18291\18291.002\AutoCad\RAS Piping Plan Set\Plan Set\RAS Piping_G
_Specs.dw
g Layout N
am
e: SPECS (2) Plotted By: D
LZ00974 Plotted on: 1/17/2018 2:51:09 PM
Last edit on: 1/17/2018 2:50 PM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
CO
NS
TR
UC
TIO
N N
OT
ES
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
G04
4 13
DESIGNED BY:
CONST PROJ:
SCALE:
AN
D S
PE
CIF
IC
AT
IO
NS
(2
O
F 2
)
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
NO. PREPARATION
SERIE
S
MIN.
DFT
SERIE
S
MIN.
DFT
SERIE
S
DFT
1
INTERIOR PIPE AND
EQUIPMENT (1)
SSPC SP6, SEE NOTE 1 FOR DIP
135 5.0 - 6 N69
3.0 to
4.0
N69
3.0 to
4.0
Notes:
1. Surface prep shall be in compliance with Tnemec Technical Bulletin No.
07-52. If surface profile is less than 1.5 mils then brush-off blast clean, if
surface profile is more than 1.5 mils then hand or power tool clean. Shop
primed items to receive intermediate and final coats only.
CONTINUED ON G03
10. Restrained joints shall be made in accordance with the manufacturer's standards except
as otherwise specified herein. Joints between mechanical joint pipe and/or fittings shall
be made in accordance with the manufacturers recommendations, except that deflection
at joints shall not exceed one-half of the manufacturer's recommended allowable
deflection. Grooved joints shall be fully “extended” to eliminate expansion and pipe
movement .
11. Bolts and nuts in thrust restrained, mechanical and flanged joints shall be tightened in
accordance with the recommendations for the pipe manufacturer for a leak-free joint. The
mechanics shall exercise caution to prevent overstress. Torque wrenches shall be used
until, in the opinion of the Engineer, the mechanics have become accustomed to the
proper amount of pressure to apply on standard wrenches.
12. Cutting of the ductile iron pipe for inserting valves, and fittings shall be done by the
Contractor in a neat and workmanlike manner without damage to the pipe, the lining, or
the coating. Pipe 16 inches and larger in diameter shall be cut with a mechanical pipe
saw. After cutting the pipe, the plain end shall be beveled with a file or grinder to remove
all sharp edges.
13. Areas of loose or damaged lining associated with field cutting shall be replaced as
recommended by the pipe manufacturer and required by the Engineer. Repair methods
shall be as recommended by the manufacturer and shall be submitted to the Engineer for
approval.
14. Any work within the pipe shall be performed with care to prevent damage to the lining.
NO cable, lifting arms or other devices shall be inserted into the pipe. All lifting, pulling or
pushing mechanisms shall be applied to the exterior of the pipe barrel.
TEMPORARY BYPASS PUMPING SYSTEM
1. Contractor is required to furnish all materials, labor, equipment, power, and maintenance
to install and properly operate a temporary pumping system while performing the
following work:
A. RAS piping header realignment
2. The temporary pumping system will divert the existing sewage flow around the work area.
3. The design, installation, and operation of the temporary pumping system shall be the
Contractor's responsibility. The temporary pumping system shall comply with the
requirements of all codes and regulatory agencies having jurisdiction. Contractor shall
employ the services of a vendor regularly engaged in the design and operation of
temporary bypass pumping systems.
4. The Contractor shall coordinate closely with City and WWTP operational staff to operate
the bypass system. Control of RAS flow will require constant attention and flow
adjustment to properly distribute flow to six separate locations through two separate
distribution systems. The Contractor shall provide personnel continuously at the bypass
pumping site seven days a week, 24 hours a day for the duration of the bypass pumping
operation.
A BYPASS PUMPING CONTRACTOR
1. The Owner may request the following from the apparent low bidder:
A. Documentation of experience of the firm performing the temporary bypass pumping.
Documentation shall include: 1) a summary of projects similar in size and complexity
in which the firm has successfully completed wastewater bypass pumping, 2) a
summary of the experience of operations staff on wastewater bypass pumping
projects, and 3) a summary of the experience of maintenance staff on wastewater
bypass pumping projects.
B SUBMITTALS
1. Contractor shall submit detailed plans and descriptions outlining all provisions and
precautions to be taken by Contractor regarding the handling of existing wastewater flows
to Engineer. This plan must be specific and complete, including such items as schedules,
locations, elevations, capacities of equipment, material and all other incidental item as
necessary and/or required to ensure proper protection of the facilities. No construction
shall begin until all provisions and requirements have been reviewed and approved by
Engineer. The plan shall include but not be limited to details of the following:
A. Staging areas for pumps.
B. Sewer plugging method(s), if required, types of plugs used, and proposed method of
bracing the plugs. The head capacity of the plug and the maximum head possible at
the plug location.
C. Number, size. material, location and method of installation of discharge piping.
D. Diversion pump sizes, capacity, number of each size to be on site, and fuel
requirements.
E. Calculations of static lift, friction losses, NPSHa, and flow velocity.
F. Manufacturer's pump performance curves for all pumping equipment.
G. Required fuel source and location.
H. Discharge plan.
I. Thrust and restraint block sizes and locations.
J. Method of noise control for each pump and/or generator.
K. Any temporary pipe supports and anchoring required.
L. Design plans and computation for access to diversion pumping locations indicated on
the Drawings.
M. Calculations for selection of diversion pumping pipe size.
N. Schedule for installation of and maintenance of diversion pumping lines.
O. Plan indicating selected location of diversion pumping line and air valve locations.
P. Overflow control contingency plan.
C QUALITY ASSURANCE
1. The design, installation, and operation of the temporary pumping system shall be
Contractor's responsibility. The diversion system shall meet the requirements of all codes
and regulatory agencies having jurisdiction. Contractor shall be responsible for any
spillage of raw sewage that results in civil or criminal charges from any local, state, or
federal agency and will bear all costs for these charges and any restoration required.
D OPERATION AND MAINTENANCE
1. Operation: Contractor shall insure that the flow diversion pumping system is properly
operated and shall provide responsible personnel (Operators) for the diversion pumping
system at all times. One operator shall be on duty at the pumping site at all times, 24
hours a day, 7 days a week for the entire duration of the bypass pumping operation.
2. Maintenance Service: Contractor shall insure that the flow diversion pumping system is
properly maintained and shall provide responsible personnel (Mechanics) for the diversion
pumping system at all times. Resume(s) shall be submitted to Engineer prior to the start
of work. One Mechanic shall be on duty at each flow diversion pumping or disinfection
site at all times.
3. Pumping System Extra Materials: Spare parts for pumps and piping shall be kept on site
at all times. Spare parts shall include, but not be limited to, the following: one (1) spare
pump(s) identical to the operating pumps, 20 feet of extra pipe for each pipe size in use,
and a fusion weld machine. For each diversion discharge line installed, including backup
lines, Contractor shall have available at the site repair clamps or necessary fittings for the
pipe system being used.
4. Adequate hoisting equipment for each pump and accessories shall be maintained on the
site.
E DESIGN REQUIREMENTS
1. Contractor shall provide all pipeline plugs, pumps of adequate size to handle peak flow,
and temporary discharge piping, to ensure that influent flows up to 10.8 MGD can be
safely diverted around the RAS pumping station. Diversion pumping system shall be
operated 24 hours per day 7 days per week, including holidays, for the duration of the
Work.
2. Contractor shall install as many pumps as needed to divert flow from the RAS pumps and
discharge piping. All pumps shall be of equal size and have a minimum capacity of 2500
GPM. At least one (1) standby pump(s) shall be provided for immediate use in the event
of an emergency or breakdown. Pump pipelines shall be readily isolated by individual
valves.
3. Contractor shall furnish and maintain portable lighting systems as needed, for his
activities at the bypass pumping site(s).
F PERFORMANCE REQUIREMENTS
1. It is essential to the operation of the existing treatment system that there be no
interruption in the flow of sewage throughout the duration of the Project. Contractor shall
provide, maintain, and operate all temporary facilities such as plugs, pumping equipment
(both primary and backup units as required), conduits, all necessary power or fuel source,
and all other labor and equipment necessary to handle the sewage by-pass flow.
2. The design installation and operation of the flow diversion pumping system shall be
Contractor's responsibility. The diversion system shall meet the requirements of all codes
and regulatory agencies having jurisdiction.
3. Contractor shall provide all necessary means to safely convey the sewage past the work
area. Contractor shall not stop or impede flows under any circumstances.
4. Contractor shall maintain sewage flow around the work area in a manner that will not
cause surcharging of sewers, damage to sewers, and that will protect public and private
property from damage and flooding.
5. Contractor shall protect water resources, wetlands, and other natural resources.
G DIVERSION PIPING MATERIALS
1. All discharge piping systems shall be constructed of rigid high-density polyethylene
(HDPE) pipe with fused or flanged leak proof connections. Discharge hose or PVC pipe
will not be accepted.
2. Pump suction piping: Each bypass pump shall have its own independent 12-inch Suction
pipeline. The suction piping shall be SDR 17 HDPE pipe with fused on flange leak-proof
connections and/or flanged heavy-duty suction hose rated for full vacuum. Hoses must be
vulcanized to the flange connections.
3. Pump discharge piping: Each pump shall have an independent HDPE discharge pipeline,
a flanged flapper check valve on the pump's discharge, and a second check valve and a
gate valve at the end of the discharge pipeline.
4. Manifold piping shall be used to connect pairs of pumps to the discharge piping. Each
manifold shall be constructed of rigid pipe with positive, restrained joints, with flanges for
discharge piping. Manifold piping shall be Godwin "QD" steel pipe as manufactured by
Godwin Pumps of America. Inc, or approved equal.
5. Discharge piping shall be HDPE pipelines. The discharge piping will convey the flow to
the locations shown on the Drawings. Each discharge pipeline will have a shutoff valves
where the pipelines connect to the main headers. The HDPE piping shall have
combination air and vacuum vents at each high point on the pipeline.
H EQUIPMENT
1. All pumps shall be centrifugal, end suction, fully automatic self-priming units that do not
require the use of foot-valves, diaphragm pumps, or vacuum pumps in the priming
system. The pumps must be diesel powered. Hydraulic submersible type and electric
submersible type pumps will not be acceptable for temporary bypass pumps. All pumps
shall be constructed to allow dry running for long periods of time to accommodate the
cyclical nature of sewage flows.
2. Contractor shall provide the necessary stop/start controls and a visual alarm indicating a
pump malfunction for each pump. Each pump shall have a 0-30 inch Hg vacuum gauge
on the inlet and a 0-30 PSI pressure gauge on the outlet.
3. All pumps shall be Godwin "Dri-Prime" automatic self-priming pumps as manufactured by
Godwin Pumps of America, Inc., GST Series by Global Pump, or approved equal.
4. Contractor shall incorporate noise prevention measures for any and all equipment used to
insure minimum noise impact on the surrounding areas. Such measures shall include but
not be limited to:
A. Hospital grade silencers or mufflers.
B. Equipment modifications.
I PREPARATION
1. Contractor is responsible for locating any conflicts in the area Contractor selects to locate
the diversion pipelines. The diversion pipelines shall be located to minimize any
disturbance to existing operations, utilities, traffic, and the Contractor shall obtain approval
of the pipeline locations from the Owner and Engineer prior to installation.
J INSTALLATION
1. Plugging or blocking of sewage flows shall incorporate primary and secondary plugging
devices. Plugging devices shall be braced and/or designed such that they are capable of
retaining the maximum head that could be produced at the plug location during maximum
surcharging of the sewer system. When plugging or blocking is no longer needed for
performance and acceptance of work, the plugs or blocks shall be removed in a manner
that permits the sewage flow to slowly return to normal, to prevent surcharging or causing
other major disturbances downstream.
2. When working inside structures, Contractor shall exercise caution and comply with OSHA
requirements when working in the presence of sewer gases, combustible
oxygen-deficient atmospheres, and confined spaces.
3. Contractor shall protect the diversion lines from damage in the areas of construction
operations. Protection shall be by either concrete Jersey Barriers or wood timbers.
4. Contractor shall confine the diversion pipelines to the limits of Work as defined by the
contract documents during diversion operations. Concrete barriers or timber deadman
posts may be used to confine the movement of the diversion pipeline during relocation.
5. The temporary pumping system shall be placed in operation a minimum of 24 hours
before any other work in the areas being bypassed may begin.
K FIELD QUALITY CONTROL
1. Contractor shall perform a hydrostatic pressure test for each section of discharge piping
using a pressure equal to 1.5 times the maximum operating pressure of the system to
ensure that there are no leaks in the discharge piping prior to actual operation. Engineer
shall witness the test.
2. The Operator shall inspect the diversion pumping system every 2 hours the diversion
system is in operation or on a schedule approved by Owner. An inspection log shall be
kept at the pumping site. Each inspection log shall be marked with a time clock stamp to
ensure the required maintenance and inspections are performed. Failure to perform these
inspections will result in immediate removal of the Operator from the site and Contractor
shall be assessed liquidated damages of $1,000.00 for each occurrence. Copies of the
maintenance and inspection logs shall be submitted to Engineer on a daily basis or as
directed by Engineer.
L BYPASS PUMPING OPERATION CLOSEOUT
1. The temporary pumping system shall remain operable for at least 72 hours after the work
in the area being bypassed is completed. Its removal shall be approved by Engineer in
writing. Once written permission is granted, Contractor shall remove all components of
the temporary pumping system.
2. Disturbed Areas: On completion of the diversion pumping operation, Contractor shall
clean all areas disturbed by these operations and restore all areas to equal or better
conditions that existed prior to the start of work.
Painting
1. All piping, couplings, hardware, and fittings provided by the Contractor shall be painted in
accordance with these requirements. Paints listed in the Application Schedule are
manufactured by Tnemec Company, Inc. Approved equal items of other manufacturers
may be furnished.
2. All paint used for intermediate and finish coats shall be guaranteed by the paint
manufacturer to be fume-proof and suitable for sewage plant atmosphere containing
hydrogen sulfide. Any paint that cannot be so guaranteed shall not be used. Paint shall
be lead-free and mercury-free if available, but in no case shall the lead or mercury
content cause discoloration in sewage plant atmosphere.
3. Contractor shall paint the following items as part of the project:
A. Valves and couplings provided by the Owner as listed in the Owner Furnished
Equipment Section.
B. Piping and couplings provided by the Contractor.
C. New pipe supports.
D. Any existing coating systems damaged by the Contractors Work. Existing piping
shall not be repainted unless the coating system has been damaged by the
Contractor.
A COLORS
1. Match existing color(s)
B FACTORY OR SHOP_PAINTED ITEMS
1. Surfaces of items finish_painted by the manufacturer, or specified to be finish_painted
under other sections of the specifications, are exempted from the requirements for
surface preparation and painting. Shop_primed items shall receive surface preparation
and finish painting as required by this section.
2. All factory prime painting shall be touched up for elimination of all abraded and scratched
areas, rendering surfaces suitable for finish painting. All factory finish painting shall be
touched up to provide acceptable finish painting. Mismatching of touch_up color and
surface or equipment painted with non_desirable colors shall be repainted.
3. Operating parts not to be painted include moving parts of operating equipment, such as
the following:
A. Valve and damper operators.
B. Linkages.
C. Packing glands and other adjustable parts of mechanical equipment.
C CLEANING
1. The Contractor shall protect at all times, in areas where painting is being done, floors,
materials of other crafts, equipment, vehicles, fixtures, and finished surfaces adjacent to
the paint work. Cover all electrical plates, surface hardware, nameplates, gauge glasses,
etc., before start of painting work.
2. Touch up and restore finish where damaged.
3. Remove spilled, splashed or splattered paint from all surfaces.
4. All damaged hardware and other items shall be replaced.
5. Cloths, cotton waste and other debris that might constitute a fire hazard shall be placed in
closed metal containers and removed at the end of each day. Upon completion of the
work, staging scaffolding and containers shall be removed from the site or destroyed in an
approved manner. Paint and other deposits upon adjacent surfaces shall be removed
and the entire job left clean and acceptable.
D PROTECTION OF MACHINERY, FLOORS AND EQUIPMENT
Drop cloths shall be used to protect machinery, finished floors and equipment.
THESE ABBREVIATED SPECIFICATIONS WORK IN CONJUNCTION WITH THE FRONT END
DOCUMENTS ASSOCIATED WITH THIS PROJECT.REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Tem
p Pum
ping.dw
g Layout N
am
e: AERIAL 1 Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:30:41 AM
Last edit on: 1/10/2018 4:04 PM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
TE
MP
OR
AR
Y P
UM
P A
ND
P
IP
IN
G
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
C21
5 13
DESIGNED BY:
CONST PROJ:
SCALE:
PL
AN
(1
O
F 2
)
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
BYPASS 2:
DESIGN FLOW 7,500 GPM
LOCATE ISOLATION /
CONTROL VALVE
ADJACENT TO TEE AT
EACH DISTRIBUTION
LINE CONNECTION
POINT
BYPASS PUMP
STAGING AREA, SEE
DRAWING C22
BLOWER BUILDING
NORTH AERATION
BASINS
SOUTH AERATION
BASINS
1. SEE G03 FOR BYPASS PUMPING REQUIREMENTS.
2. PIPING LOCATIONS APPROXIMATE, CONTRACTOR SHALL BE RESPONSIBLE FOR FIELD
ROUTING OF BYPASS PIPING.
TEMPORARY BYPASS PUMP AND PIPING NOTES:
TOTAL BYPASS
CAPACITY = 7,500 GPM
(10.8 MGD)
2,500 GPM 2,500 GPM 2,500 GPM
2,500 GPM5,000 GPM
7,500 GPM
7,500 GPM
2,500 GPM
5,000 GPM
2,500 GPM
2,500 GPM
2,500 GPM
BYPASS 1:
DESIGN FLOW 7,500 GPM
REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Tem
p Pum
ping.dw
g Layout N
am
e: AERIAL 3 Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:30:46 AM
Last edit on: 1/10/2018 4:04 PM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
TE
MP
OR
AR
Y P
UM
P A
ND
P
IP
IN
G
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
C22
6 13
DESIGNED BY:
CONST PROJ:
SCALE:
PL
AN
(2
O
F 2
)
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
INSTALL SUCTION PIPING THROUGH
ACCESS HATCH (3'x3') AND
VENTILATION DUCTS
BLOWER BUILDING
PRIMARY EFFLUENT
LIFT STATION
NORTH AERATION
BASINS
LOADING DOCK
HEIGHT CHANGE IN
CONCRETE GRADE.
PUMP, VALVE AND
DISCHARGE STAGING
AREA TOTAL BYPASS
CAPACITY = 7,500
GPM (10.8 MGD)
NO PUMPS, VALVES, OR EQUIPMENT
SHALL BE INSTALLED ON RAISED
CONCRETE AREA (APPROX. 4' HIGH)
/ WETWELL, ONLY PIPING SHALL BE
ALLOWED.
BYPASS 1:
DESIGN FLOW 7,500 GPM
BYPASS 2:
DESIGN FLOW 7,500 GPM
2,500 GPM 2,500 GPM
LOCATE ISOLATION /
CONTROL VALVE
ADJACENT TO TEE AT
EACH DISTRIBUTION
LINE CONNECTION
POINT
REVIEW SET ONLY
- NOT FOR BID
DING
A A
C
C
D
D
B
B
E
E
RAS-P-771
RAS PUMP NO. 1
RAS-P-772
RAS PUMP NO. 2
RAS-P-773
RAS PUMP NO. 3
RAS-SCV-011
16" ∅ CHECK VALVE
RAS-SCV-012
16" ∅ CHECK VALVE
RAS-SCV-013
16" ∅ CHECK VALVE
24"x16" DI REDUCING 90° BEND 24"x16" DI REDUCING TEE 30" ∅ 90° DI BEND
30"x16" DI REDUCING TEE
30"x24" DI CONCENTRIC REDUCER
EXISTING
PIPE HANGER
EXISTING
PIPE HANGER
EXISTING
PIPE HANGER
24"x16" GRVDxGRVD DI
REDUCING 90° BEND
24"x16" GRVDxGRVD DI
REDUCING TEE
30"∅ 90° GRVDxGRVD DI BEND
30"x16" GRVDxGRVD DI REDUCING TEE
30"x24" GRVDxGRVD DI CONCENTRIC
REDUCER
30" ∅ 90° DI BEND
16" ∅ 90° FLANGED DI, BASE
RAS-PV-013
16" ∅ PLUG VALVE
16" ∅ RESTRAINED FLANGE
COUPLING ADAPTER
16" ∅ DI SPOOL (GRVDxPE)
RAS-PV-012
16" ∅ PLUG VALVE
RAS-PV-011
16" ∅ PLUG VALVE
EXISTING
PIPE HANGER
TO REMAIN
EXISTING
PIPE HANGER
TO REMAIN
EXISTING PIPE HANGER
TO REMAIN
SCALE: 1/4"=1'-0"
EXISTING RAS PIPING PLAN VIEW
SCALE: 1/4"=1'-0"
EXISTING RAS PIPING SECTION
-
A
MATERIAL LIST:
REFERENCE NOTES:
GENERAL NOTES:
1. PIPE, FITTINGS, VALVES, EQUIPMENT, ETC TAGS AND
LABELS ARE PROVIDED AS A COURTESY FOR THE
CONTRACTOR. IT IS NOT THE INTENT OF THESE CALL
OUTS, LABELS, AND TAGS TO BE A BILL OF MATERIALS
LIST. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL
ITEMS EITHER CALLED OUT OR SHOWN IN THE
DRAWINGS.
2. CONTRACTOR SHALL LEAK TEST OR PRESSURE TEST ALL
PIPES PLACED BENEATH CONCRETE SLABS / BASINS,
PRIOR TO PLACING CONCRETE. TESTS SHALL BE
WITNESSED BY OWNERS REPRESENTATIVE. SEE
SPECIFICATION SECTION 400515 FOR LEAK TEST AND
PRESSURE TEST REQUIREMENT.
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Plan Sheets.dw
g Layout N
am
e: PLAN
Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:30:52 AM
Last edit on: 1/12/2018 11:22 AM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
EX
IS
TIN
G R
AS
P
IP
IN
G
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
D11
7 13
DESIGNED BY:
CONST PROJ:
SCALE:
PL
AN
A
ND
S
EC
TIO
N
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
5
PHOTO
8
PHOTO
9
PHOTO
REVIEW SET ONLY
- NOT FOR BID
DING
A A
C
C
D
D
B
B
ROTATE EXISTING 30" ∅ 90° DI
BENDS TO ACHIEVE THE
CORRECTED HEADER
ALIGNMENT SHOWN
RAS-P-771
RAS PUMP NO. 1
RAS-P-772
RAS PUMP NO. 2
RAS-P-773
RAS PUMP NO. 3
RAS-SCV-011
16" ∅ CHECK VALVE
RAS-SCV-012
16" ∅ CHECK VALVE
RAS-SCV-013
16" ∅ CHECK VALVE
EXISTING
PIPE HANGER
EXISTING
PIPE HANGER
EXISTING
PIPE HANGER
ROTATE EXISTING 30" ∅ 90° DI
BENDS TO ACHIEVE THE
CORRECTED HEADER
ALIGNMENT SHOWN
RAS-PV-013
16" ∅ PLUG VALVE
RAS-PV-012
16" ∅ PLUG VALVE
RAS-PV-011
16" ∅ PLUG VALVE
EXISTING
PIPE HANGER
TO REMAIN
EXISTING
PIPE HANGER
TO REMAIN
EXISTING
PIPE HANGER
TO REMAIN
SCALE: 1/4"=1'-0"
CORRECTED RAS PIPING PLAN VIEW
SCALE: 1/4"=1'-0"
CORRECTED RAS PIPING SECTION
-
A
MATERIAL LIST:
REFERENCE NOTES:
ALL HEADER PIPING TO BE REUSED. ALL FITTINGS
ARE GRVDxGRVD DUCTILE IRON.
EXISTING PIPING AND VALVES TO REMAIN IN PLACE.
GENERAL NOTES:
1. PIPE, FITTINGS, VALVES, EQUIPMENT, ETC TAGS AND
LABELS ARE PROVIDED AS A COURTESY FOR THE
CONTRACTOR. IT IS NOT THE INTENT OF THESE CALL
OUTS, LABELS, AND TAGS TO BE A BILL OF MATERIALS
LIST. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL
ITEMS EITHER CALLED OUT OR SHOWN IN THE
DRAWINGS.
2. CONTRACTOR SHALL LEAK TEST OR PRESSURE TEST ALL
PIPES PLACED BENEATH CONCRETE SLABS / BASINS,
PRIOR TO PLACING CONCRETE. TESTS SHALL BE
WITNESSED BY OWNERS REPRESENTATIVE. SEE
SPECIFICATION SECTION 400515 FOR LEAK TEST AND
PRESSURE TEST REQUIREMENT.
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Plan Sheets.dw
g Layout N
am
e: N
EW
PLAN
Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:30:55 AM
Last edit on: 1/12/2018 11:22 AM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
CO
RR
EC
TE
D R
AS
P
IP
IN
G
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
D12
8 13
DESIGNED BY:
CONST PROJ:
SCALE:
PL
AN
A
ND
S
EC
TIO
N
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
NEW GRVDxGRVD JOINT GASKETS TO BE FURNISHED
BY OWNER, TYP OF 11.
NEW 16" ∅ ROMAC RFCA, RESTRAINED FLANGED
COUPLING ADAPTER, FURNISHED BY OWNER,
INSTALLED BY CONTRACTOR
CONTRACTOR SHALL FIELD VERIFY IF SPOOL NEEDS
REPLACING OR SHORTENING DUE TO PIPING
RE-ALIGNMENT.
NEW PIPE SUPPORT SEE DETAIL 1/D22
REVIEW SET ONLY
- NOT FOR BID
DING
RAS-SCV-011
16" ∅ CHECK VALVE
16" ∅ 90° FLANGED DI, BASE
RAS-PV-011
16" ∅ PLUG VALVE
24"x16" GRVDxGRVD DI
REDUCING 90° BEND
RAS-P-711
RAS PUMP NO.1
16" ∅ DI SPOOL (GRVDxPE)
16" ∅ RESTRAINED FLANGE
COUPLING ADAPTER
16" ∅ 90° FLANGED DI, BASE
24"x16" GRVDxGRVD DI
REDUCING TEE
RAS-SCV-012
16" ∅ CHECK VALVE
RAS-PV-012
16" ∅ PLUG VALVE
RAS-P-712
RAS PUMP NO.2
16" ∅ DI SPOOL (GRVDxPE)
16" ∅ RESTRAINED FLANGE
COUPLING ADAPTER
16" ∅ 90° FLANGED DI, BASE
30"x16" GRVDxGRVD DI
REDUCING TEE
RAS-SCV-013
16" ∅ CHECK VALVE
RAS-PV-013
16" ∅ PLUG VALVE
RAS-P-713
RAS PUMP NO.3
16" ∅ DI SPOOL (GRVDxPE)
16" ∅ RESTRAINED FLANGE
COUPLING ADAPTER
SCALE: 1/4"=1'-0"
EXISTING RAS PIPING SECTION
-
B
SCALE: 1/4"=1'-0"
EXISTING RAS PIPING SECTION
-
D
SCALE: 1/4"=1'-0"
EXISTING RAS PIPING SECTION
-
C
SCALE: 1/4"=1'-0"
EXISTING RAS PIPING SECTION
-
E
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Plan Sheets.dw
g Layout N
am
e: SECTIO
NS Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:31:00 AM
Last edit on: 1/12/2018 11:22 AM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
EX
IS
TIN
G R
AS
P
IP
IN
G
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
D21
9 13
DESIGNED BY:
CONST PROJ:
SCALE:
SE
CT
IO
NS
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
REVIEW SET ONLY
- NOT FOR BID
DING
NEW 16" ∅ ROMAC RFCA,
RESTRAINED FLANGED
COUPLING ADAPTER.
FURNISHED BY OWNER,
INSTALLED BY CONTRACTOR.
CONTRACTOR SHALL FIELD
VERIFY IF SPOOL NEEDS
REPLACING OR SHORTENING
DUE TO PIPING RE-ALIGNMENT
NEW 16" ∅ ROMAC RFCA,
RESTRAINED FLANGED
COUPLING ADAPTER.
FURNISHED BY OWNER,
INSTALLED BY CONTRACTOR.
CONTRACTOR SHALL FIELD
VERIFY IF SPOOL NEEDS
REPLACING OR SHORTENING
DUE TO PIPING RE-ALIGNMENT
NEW 16" ∅ ROMAC RFCA,
RESTRAINED FLANGED
COUPLING ADAPTER.
FURNISHED BY OWNER,
INSTALLED BY CONTRACTOR.
CONTRACTOR SHALL FIELD
VERIFY IF SPOOL NEEDS
REPLACING OR SHORTENING
DUE TO PIPING RE-ALIGNMENT
SCALE: 1/4"=1'-0"
CORRECTED RAS PIPING SECTION
-
B
SCALE: 1/4"=1'-0"
CORRECTED RAS PIPING SECTION
-
D
SCALE: 1/4"=1'-0"
CORRECTED RAS PIPING SECTION
-
C
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Plan Sheets.dw
g Layout N
am
e: N
EW
SECTIO
NS Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:31:05 AM
Last edit on: 1/12/2018 11:22 AM
by: D
LZ00974
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
CO
RR
EC
TE
D R
AS
P
IP
IN
G
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
D22
10 13
DESIGNED BY:
CONST PROJ:
SCALE:
SE
CT
IO
NS
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
EXISTING CONCRETE
FLOOR SLAB
1" NON-SHRINK
GROUT
HSS 14" x 0.625"
1/2" FOR MOUNTING
PIPE STANCHION. COORDINATE
W/PROCESS DRAWINGS
1"x2'-0"x1'-4"
3/16"
TYP
3/16"
ADJUSTABLE PIPE SADDLE
WITH U-BOLT. ANVIL FIG.
265, ZINC PLATED, OR
APPROVED EQUAL
3/8" DIAM. WEEP HOLE
NOTE:
LATERAL LOAD NOT TO EXCEED 1650 LBS.
(4) 5/8" DIA. SIMPSON
STRONG-TIE TORQ-CUT WITH 8"
MIN. EMBEDMENT.
PIPE SUPPORT W/ U-BOLT DETAIL
NOT TO SCALE
-
1
6" DIA. PIPE STANCHION ANVIL FIG.
63, TYPE T, PLAIN FINISH, OR
APPROVED EQUAL.
(2) LAYERS OF NON-
NEOPRENE FELT
REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: W
:\Proj\18000\18291\18291.002\AutoCad\RAS Piping Plan Set\Plan Set\RAS Piping Knife Valve Sheets.dw
g Layout N
am
e: KG
V Sheet Plotted By: D
LZ00974 Plotted on: 1/17/2018 1:52:52 PM
Last edit on: 1/17/2018 1:51 PM
by: D
LZ00974
1"
BAR IS ONE INCH ON OFFICIAL DRAWINGS.
IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
RA
S M
ET
ER
V
AU
LT
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
D31
11 13
DESIGNED BY:
CONST PROJ:
SCALE:
EN
LA
RG
ED
P
LA
N
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
DETAIL - PLAN VIEW
NOT TO SCALE
-
1
DETAIL - PLAN VIEW
NOT TO SCALE
-
2
1 2
NEW 16"∅ DI SPOOL (FLGxPE), WITH INTERIOR
EPOXY COATING TYPICAL OF 4.
MATERIAL LIST:
REFERENCE NOTES:
INSTALL OWNER FURNISHED KNIFE GATE VALVES.
CONTRACTOR TO REMOVE AND DISPOSE OF
EXISTING BUTTERFLY VALVES, SPOOLS, FLANGES,
ETC.
GENERAL NOTES:
1. PIPE, FITTINGS, VALVES, EQUIPMENT, ETC TAGS AND
LABELS ARE PROVIDED AS A COURTESY FOR THE
CONTRACTOR. IT IS NOT THE INTENT OF THESE CALL
OUTS, LABELS, AND TAGS TO BE A BILL OF MATERIALS
LIST. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL
ITEMS EITHER CALLED OUT OR SHOWN IN THE
DRAWINGS.
2. CONTRACTOR SHALL COORDINATE WITH CITY
PERSONNEL TO ISOLATE THE WORK FROM PLANT
FLOWS. SEE NOTES ON DRAWING G02.
NEW 16"∅ DI FLANGE ADAPTER, MEGALUG EZ 1000
OR STAR MODEL 400, TYPICAL OF 4
CONTRACTOR TO REPAINT EXISTING DI PIPE AND
FITTINGS IN THIS AREA, DO NOT PAINT EXISTING
VALVES.
RAS-KGV-011RAS-KGV-010 RAS-KGV-013RAS-KGV-012
1 2 3 4
EXISTING FITTINGS, TO REMAIN
VALVE REPLACEMENT SEQUENCING
CONTRACTOR SHALL COORDINATE WITH THE SIOUX
CITY WASTE WATER TREATMENT FACILITY
MANAGEMENT ABOUT TIMING AND SEQUENCING OF
REPLACING THE OWNER SUPPLIED KNIFE GATE VALVES.
THE INITIAL PLAN IS TO INSTALL VALVES RAS-KGV-010
AND RAS-KGV-011. THEN COORDINATE THE
INSTALLMENT OF RAS-KGV-012 AND RAS-KGV-013.
PHOTO PHOTO PHOTO PHOTO
3.CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING
ALL FITTINGS, GASKETS, AND ALL HARDWARE
REQUIRED FOR INSTALLATION OF OWNER FURNISHED
VALVES AND CONTRACTOR FURNISHED FITTINGS.
RAS METER VAULT ENLARGED PLAN
NOT TO SCALE
REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Knife Valve Sheets.dw
g Layout N
am
e: Layout1 Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:31:27 AM
Last edit on: 1/12/2018 11:24 AM
by: D
LZ00974
1"
BAR IS ONE INCH ON OFFICIAL DRAWINGS.
IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
AIR
P
IP
IN
G M
OD
IF
IC
AT
IO
NS
DLZ
DLZ
BLH
18291.002
----
AS NOTED
JAN 2018
D41
12 13
DESIGNED BY:
CONST PROJ:
SCALE:
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
6
7
NEW 4"∅ BLIND FLANGE
MATERIAL LIST:
REFERENCE NOTES:
CONTRACTOR TO REMOVE AND DISPOSE OF
EXISTING 4" DUCTILE IRON AIR PIPING AND
SUPPORTS FROM RAS PUMP STATION WETWELL, SEE
PHOTO 7/D91, TO TEE CONNECTION BY BLOWERS,
SEE PHOTO 6/D91.
GENERAL NOTES:
1. PIPE, FITTINGS, VALVES, EQUIPMENT, ETC TAGS AND
LABELS ARE PROVIDED AS A COURTESY FOR THE
CONTRACTOR. IT IS NOT THE INTENT OF THESE CALL
OUTS, LABELS, AND TAGS TO BE A BILL OF MATERIALS
LIST. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL
ITEMS EITHER CALLED OUT OR SHOWN IN THE
DRAWINGS.
APPROXIMATELY 50' OF 4" STEEL AIR PIPING TO BE
REMOVED.
PHOTO
PHOTO
AIR PIPING MODIFICAITONS
NOT TO SCALE
REVIEW SET ONLY
- NOT FOR BID
DING
DATE
DESCRIPTIO
N
ALL RIG
HTS RESERVED
. ALL BARTLETT &
W
EST PLAN
S, SPECIFICATIO
NS AN
D D
RAW
IN
GS ARE PRO
TECTED
U
ND
ER CO
PYRIG
HT LAW
, AN
D N
O PART M
AY BE CO
PIED
, REPRO
DU
CED
, D
ISPLAYED
PU
BLICLY, U
SED
TO
CREATE D
ERIVATIVES, D
ISTRIBU
TED
, STO
RED
IN
A RETRIEVAL SYSTEM
O
R TRAN
SM
ITTED
IN
AN
Y FO
RM
BY AN
Y M
EAN
S W
ITH
OU
T PRIO
R W
RITTEN
PERM
ISSIO
N O
F BARTLETT &
W
EST.
BY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
of
Draw
ing N
am
e: w
:\Proj\18000\18291\18291.002\AutoCad\ras piping plan set\Plan Set\RAS Piping Knife Valve Sheets.dw
g Layout N
am
e: KG
V Photos Plotted By: D
LZ00974 Plotted on: 1/12/2018 11:31:30 AM
Last edit on: 1/12/2018 11:24 AM
by: D
LZ00974
1"
BAR IS ONE INCH ON OFFICIAL DRAWINGS.
IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
ww
w.b
artl
ettw
est.
com
PH
OT
OS
DLZ
BLH
BLH
18291.002
----
AS NOTED
JAN 2018
D91
13 13
DESIGNED BY:
CONST PROJ:
SCALE:
SIO
UX
C
IT
Y W
WT
P
RA
S P
UM
P D
IS
CH
AR
GE
E
ME
RG
EN
CY
P
IP
E R
EP
AIR
P
RO
JE
CT
WO
OD
BU
RY
C
OU
NT
Y | S
IO
UX
C
IT
Y, IO
WA
CE
RT
IFIC
AT
E O
F A
UT
HO
RIT
Y N
O. 0
0016
7
5900
S W
ES
TE
RN
AV
E, S
UIT
E 1
01 -
SIO
UX
FA
LLS
, SD
571
08P
HO
NE
888
.200
.646
4 - 6
05.2
74.7
415
PHOTO
NOT TO SCALE
-
1
MATERIAL LIST:
REFERENCE NOTES:
GENERAL NOTES:
1. PIPE, FITTINGS, VALVES, EQUIPMENT, ETC TAGS AND
LABELS ARE PROVIDED AS A COURTESY FOR THE
CONTRACTOR. IT IS NOT THE INTENT OF THESE CALL
OUTS, LABELS, AND TAGS TO BE A BILL OF MATERIALS
LIST. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL
ITEMS EITHER CALLED OUT OR SHOWN IN THE
DRAWINGS.
PHOTO
NOT TO SCALE
-
2
PHOTO
NOT TO SCALE
-
4
PHOTO
NOT TO SCALE
-
3
PHOTO
NOT TO SCALE
-
7
PHOTO
NOT TO SCALE
-
6
NEW 4"∅ BLIND FLANGE
APPROXIMATELY 18' OF AIR PIPING TO BE REMOVED
FROM EDGE OF CONCRETE TO THE HEADER
CONNECTION.
PHOTO
NOT TO SCALE
-
5
PHOTO
NOT TO SCALE
-
8
PHOTO
NOT TO SCALE
-
9
CONTRACTOR TO REMOVE AND DISPOSE OF
EXISTING 4" DUCTILE IRON AIR PIPING AND
SUPPORTS FROM RAS PUMP STATION WETWELL, SEE
PHOTO 7/D91, TO TEE CONNECTION BY BLOWERS,
SEE PHOTO 6/D91.
REVIEW SET ONLY
- NOT FOR BID
DING