addendum no. 1 may 1, 2017 contract documents...

17
Addendum No. 1 ADDENDUM NO. 1 May 1, 2017 To: Contract Documents Entitled SQUIBB AVENUE EXTENSION CITY OF ROLLING MEADOWS Bid Due Date: May 16, 2017, 10:00 a.m. For: City of Rolling Meadows, IL Prepared By: Christopher B. Burke Engineering, Ltd. This Addendum forms part of the Contract Documents and modifies the original Bidding Documents as noted below. Acknowledge receipt of this Addendum by returning the attached acknowledgement of receipt of Addendum form by fax to 847-823-0520. Bidder shall also include the signed attached acknowledgement of receipt of Addendum form to the Bid Documents. Failure to do so may subject Bidder to disqualification. These revised versions shall supersede the related documents originally issued for bid. The Addendum consists of the following changes and/or clarifications: 1. A new 8” water service will be added off of an existing watermain located along the Squibb Avenue extension. The proposed plan is attached. (Proposed Watermain Exhibit-Squibb Avenue Extension, prepared by SpaceCo Inc. dated 4/2/17). 2. The Schedule of Prices shall be replaced in their entirety. Remove pages 61 and 62 from the existing bid package and replace with the enclosed pages. 3. Insert the attached pages 58A-58L behind existing page 58 in the existing bid package. END OF ADDENDUM NO. 1

Upload: lykhanh

Post on 04-Jul-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

Addendum No. 1

ADDENDUM NO. 1 May 1, 2017

To: Contract Documents Entitled

SQUIBB AVENUE EXTENSION CITY OF ROLLING MEADOWS

Bid Due Date: May 16, 2017, 10:00 a.m.

For:

City of Rolling Meadows, IL

Prepared By: Christopher B. Burke Engineering, Ltd.

This Addendum forms part of the Contract Documents and modifies the original Bidding Documents as noted below. Acknowledge receipt of this Addendum by returning the attached acknowledgement of receipt of Addendum form by fax to 847-823-0520. Bidder shall also include the signed attached acknowledgement of receipt of Addendum form to the Bid Documents. Failure to do so may subject Bidder to disqualification. These revised versions shall supersede the related documents originally issued for bid. The Addendum consists of the following changes and/or clarifications:

1. A new 8” water service will be added off of an existing watermain located along the Squibb Avenue extension. The proposed plan is attached. (Proposed Watermain Exhibit-Squibb Avenue Extension, prepared by SpaceCo Inc. dated 4/2/17).

2. The Schedule of Prices shall be replaced in their entirety. Remove pages 61 and 62 from the existing bid package and replace with the enclosed pages.

3. Insert the attached pages 58A-58L behind existing page 58 in the existing bid package.

END OF ADDENDUM NO. 1

Addendum No. 1

City of Rolling Meadows, IL

SQUIBB AVENUE EXTENSION CITY OF ROLLING MEADOWS

ADDENDUM NO. 1

I acknowledge the receipt of Addendum No. 1 for the above referenced project: Signed: Name Name of Company Date

N:\ROLLINGMEADOWS\980361.BR's\BR100's\98361BR182\Admin\Addendum 1_050117.docx

Squibb Avenue Extension Page 61

A

Attach Cashier's Check or Certified Check Here

12. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract.

ITEM NO. ITEMS UNIT QTY UNIT PRICE TOTAL

20100110 TREE REMOVAL (6 TO 15 UNITS DIAMETER) UNIT 126

20100210 TREE REMOVAL (OVER 15 UNITS DIAMETER) UNIT 57

20101400 NITROGEN FERTILIZER NUTRIENT POUND 36

20101500 PHOSPHORUS FERTILIZER NUTRIENT POUND 36

20101600 POTASSIUM FERTILIZER NUTRIENT POUND 36

20200100 EARTH EXCAVATION CU YD 1952

20201200 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD 1146

20700220 POROUS GRANULAR EMBANKMENT CU YD 492

20800150 TRENCH BACKFILL CU YD 184

28000400 PERIMETER EROSION BARRIER FOOT 2200

25000210 SEEDING, CLASS 2A ACRE 0.40

25100630 EROSION CONTROL BLANKET SQ YD 1950

25200200 SUPPLEMENTAL WATERING UNIT 5

28000510 INLET FILTERS EACH 28

21001000 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 1500

21101505 TOPSOIL EXCAVATION AND PLACEMENT CU YD 220

35102000 AGGREGATE BASE COURSE, TYPE B 8" SQ YD 5590

40201000 AGGREGATE FOR TEMPORARY ACCESS TON 60

40600290 BITUMINOUS MATERIALS (TACK COAT) POUND 12650

40603080 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50 TON 1916

40603335 HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N50 TON 590

42400800 DETECTABLE WARNINGS SQ FT 40

44000100 PAVEMENT REMOVAL SQ YD 2035

44000500 COMBINATION CURB AND GUTTER REMOVAL FOOT 320

550A2320 STORM SEWERS, RUBBER GASKET, CLASS A, TYPE 1 12" FOOT 441

55100400 STORM SEWER REMOVAL 10" FOOT 30

56400400 FIRE HYDRANTS TO BE RELOCATED EACH 2

56400825 FIRE HYDRANT WITH AUXILIARY VALVE, VALVE BOX AND TEE EACH 2

60207605 CATCH BASINS, TYPE C, TYPE 8 GRATE EACH 1

60218400 MANHOLES, TYPE A, 4'-DIAMETER, TYPE 1 FRAME, CLOSED LID EACH 1

ADDENDUM #1

Squibb Avenue Extension Page 62

A

A

A A A

A

A

ITEM NO. ITEMS UNIT QTY UNIT PRICE TOTAL

60221100 MANHOLES, TYPE A, 5'-DIAMETER, TYPE 1 FRAME, CLOSED LID EACH 2

60248900 VALVE VAULT, TYPE A, 5’ DIAMETER, TYPE 1, FRAME AND GRATE, CLOSED LID EACH 1

60265700 VALVE VAULTS TO BE ADJUSTED EACH 3

60603800 COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.12 FOOT 2360

72400600 RELOCATE SIGN PANEL ASSEMBLY - TYPE B EACH 2

78000100 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 219

78000200 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 2540

78000400 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 460

78000600 THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 230

78000650 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 110

84200500 REMOVAL OF LIGHTING UNIT, SALVAGE EACH 3

84200804 REMOVAL OF POLE FOUNDATION EACH 3

X1200085 HYDROSTATIC TESTING AND DISINFECTION OF WATERMAIN EACH 1

X5610647 PLUG WATERMAIN 8” EACH 1

X5610900 DUCTILE WATERMAIN, 8” DIA., RESTRAINED JOINT LF 49

X6022230 MANHOLES, TYPE A, 4'-DIAMETER, WITH SPECIAL FRAME AND GRATE EACH 2

X6022712 CATCH BASINS, TYPE A, 4'-DIAMETER, WITH SPECIAL FRAME AND GRATE EACH 5

X6023212 INLETS, TYPE A, WITH SPECIAL FRAME AND GRATE EACH 7

X6029510 CATCH BASINS, TYPE C, WITH SPECIAL FRAME AND GRATE EACH 7

Z0013797 STABILIZED CONSTRUCTION ENTRANCE SQ YD 240

Z0013798 CONSTRUCTION LAYOUT LSUM 1

Z0018400 DRAINAGE STRUCTURES TO BE ADJUSTED EACH 4

Z0018700 DRAINAGE STRUCTURES TO BE REMOVED EACH 3

Z0045002 PRESSURE CONNECTION, 12” X 8” TO EXISTING WATERMAIN EACH 1

Z0056648 STORM SEWERS, TYPE 1, WATER MAIN QUALITY PIPE, 12" FOOT 53

NA PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH (SPECIAL) SQ FT 4950

NA METAL POST, 2 LB (SPECIAL) FOOT 30

NA METAL POST, 3 LB (SPECIAL) FOOT 52

NA SIGN PANEL TYPE-1 (SPECIAL) SQ FT 43

NA TRAFFIC CONTROL & PROTECTION (SPECIAL) LSUM 1

NA WATERMAIN LOWERING UNDER EXISTING STORM SEWER EACH 1

BIDDERS PROPOSAL FOR MAKING ENTIRE IMPROVEMENT

(FIGURES) BIDDERS PROPOSAL FOR MAKING ENTIRE IMPROVEMENT $

(WORDS)

ADDENDUM #1

Squibb Avenue Extension

Addendum # 1 Page 58 A

PRESSURE CONNECTION Description. This work shall consist of installing pressure connections of the sizes indicated at the locations shown on the contract plans in conformance with the following specifications. This work shall be done under pressure to ensure that no customers on the water system are out of service while this work is being performed. General. Pressure connections shall be made through a gate valve that complies with the special provision for Water Valves and a Cascade stainless steel tapping sleeve of the appropriate dimension. A valve vault shall house the pressure connection. Pressure connections shall be made only in the presence of the City of Rolling Meadows Water Division Personnel. The work shall include furnishing of the tapping sleeve and tapping valve, all necessary bolts and accessories, installing the valve and sleeve, executing a cut through the valve into the main, removing the severed section of the main for a complete installation, and installing a valve vault and frame and lid. All excavation and backfill necessary for the installation shall be included. Measurement and Payment: This work will be paid for at the contract unit price each for PRESSURE CONNECTION TO EXISTING WATER MAIN, of the size indicated.

Squibb Avenue Extension Addendum # 1

Page 58 B

DUCTILE IRON WATER MAIN This item shall be constructed in accordance with the applicable portions of Section 561 of the STANDARD SPECIFICATIONS and with the applicable portions of Section 41 of the WATER AND SEWER SPECIFICATIONS except as modified herein. The water main and fittings shall be ductile cast iron, cement lined, with push-on joints, Class 52, of the size as designated in the plans, and shall conform to the latest ANSI/AWWA C151/A21.51-86, C111 and C104. For each joint, use serrated silicon bronze electrical continuity wedges. Wherever water is encountered in the trench, it shall be removed during pipe laying and jointing operations. Provisions shall be made to prevent floating of the pipe. Any dewatering of the trenches shall be considered incidental. At no time shall trench water be allowed to enter the water main. Water main shall be installed to provide a minimum of 5.5' of cover. All types of pipe shall be handled in such a manner as to prevent damage to the pipe or coating. Accidental damage to the pipe or coating shall be repaired to the satisfaction of the ENGINEER, or be removed from the job, and the methods of handling shall be corrected to prevent further damage when called to the attention of the CONTRACTOR. The pipe shall be inspected by the ENGINEER for defects while suspended above grade. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material therein shall be removed, cleaned and re-laid. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug, or by other means subject to the review of the ENGINEER, to ensure absolute cleanliness inside the pipe. All cutting of existing water main pipe for the insertion of valves, tees or other fittings shall be performed without damage to the pipe or pipe lining, and so as to leave a smooth end at right angles to the axis of the pipe. Any damaged water main shall be re-cut and replaced by the CONTRACTOR at his sole expense. Ductile iron pipe, pipe fittings and valve bodies, as well as cast iron valve boxes, shall be wrapped with polyethylene film, a minimum of 5 mils in thickness. The entire wrap on any pipe or fitting shall have a single seam secured by waterproof tape. Polyethylene shall overlap a minimum of 24 inches at seams. The wrap shall enclose the entire pipe or fitting and shall be secured to the adjoining pipe barrel by waterproof tape tightened securely around the juncture of the wrap and the pipe barrel. The CONTRACTOR shall re-wrap the watermain at all service tap locations. All polyethylene wrapped ductile iron pipe, pipe fittings and valve bodies shall be inspected by the ENGINEER. A canvas strap shall be used to lower the watermain into the trench to avoid damaging the polyethylene film. The CONTRACTOR shall install utility line marking tape along the centerline of the entire pipeline. The tape shall be four to six inches below the base course in roadway areas, and shall be 18 to 24 inches below existing or proposed ground surface in other areas.

Squibb Avenue Extension

Addendum # 1 Page 58 C

The six-inch wide tape shall be aluminum foil encased in an impervious mylar plastic coating on both sides, resistant to acid, alkali and corrosion and detectable with radio-type locators to a buried depth of three feet. The words, "Caution - Water Main Buried Below" shall be continuously, reverse printed on the Safety Precaution blue tape with striping. The tape shall be Lineguard, Inc., Type III SUPER TUFF, CAUTION STRIPED, Linetec, Inc. or an equal approved by the ENGINEER. The first two joints beyond any valve bend, cross, or tee shall be restrained with retainer glands. Also, any joint where the proposed watermain ties into the existing watermain shall be restrained with retainer glands. Retainer glands shall be Mega Lugs by EBAA Iron, or an equal approved by the ENGINEER. Also all bends, crosses, and tees shall be additionally restrained with thrust blocks. The cost of retainer glands and thrust blocks shall be considered included in the cost of the ductile iron watermain. Basis of Payment. This work will be paid for at the contract unit price per foot for DUCTILE IRON WATER MAIN, of the diameter specified, measured in place. This price shall include the cost of all pipe, joint materials, retainer glands, thrust blocks, hydrostatic pressure tests, leakage tests, disinfecting of the water main, excavation, polyethylene wrapping and utility line marking tape. This item shall also include any and all items such as corporation stops (for testing), water pumps, gauges, meters and laboratory test costs, and all other items necessary to complete this work as specified. Fittings such as tees, bends, reducers and plugs, and corporation stops for water service lines, shall be paid for separately, as specified elsewhere herein.

Squibb Avenue Extension

Addendum # 1 Page 58 D

ADJUSTING WATER MAIN

This work shall consist of adjusting the proposed water main in conflict with the existing sewer. Materials. Materials for adjusting watermain shall be ductile iron pipe, Class 52, conforming to ANSI/AWWA C151/A21.51-86, Standard for Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand Lined Molds, for Water or Other Liquids. Ductile iron pipe shall be cement lined in accordance with AWWA C104, Standard for Cement Mortar Lining and Ductile Iron and Gray Iron Pipe and Fittings for Water. Fittings shall be ductile iron or cast iron in accordance with AWWA C110, Standard for Ductile Iron and Gray Iron Fittings, 3-in. through 48-in., for Water and Other Liquids, and AWWA C151. Pipe joints shall be mechanical or push-on in accordance with AWWA C111, Standard for Rubber Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. Refer to the latest revision for the above AWWA standards. All mechanical joint fittings shall be installed with stainless steel bolts. All new watermain shall be wrapped with polyethylene film, a minimum of 5 mils in thickness. Construction Requirements. Installation requirement shall be in accordance with Section 561 of the STANDARD SPECIFICATIONS, and shall be completed within the work hours designated by the ENGINEER. Measurement and Payment. This work shall be measured and paid for at the contract unit price per lineal foot, as measured along the centerline of the pipe, for WATER MAIN LOWERING, of the diameter specified. Said price shall include the cost of all pipe, fittings, joint materials, hydrostatic test, disinfection of water main, removal and disposal of old watermain and all excavation. Trench backfill will be measured and paid for as specified in the contract.

Squibb Avenue Extension

Addendum # 1 Page 58 E

WATER VALVES

Water valves shall be of the gate valve type suitable for ordinary water-works service, intended to be installed in a normal position on buried pipe lines for water distribution systems. As a minimum, all gate valves shall, in design, material and workmanship, conform to the standards of the latest AWWA C500 and AWWA C509. All materials used in the manufacture of waterworks gate valves shall conform to the AWWA standards designed for each material listed. Materials 1. Manufacturer and Marking - The gate valves shall be standard pattern and shall have the

name or mark of the manufacturer, size and working pressure plainly cast in raised letters on the valve body. Gate valves shall be Waterous-2500 Resilient Wedge Valves or equal approved by the CITY.

2. Type and Mounting - The valve bodies shall be cast iron, mounted with approved non-

corrosive metals. All wearing surfaces shall be bronze or other approved non-corrosive material and there shall be no moving bearing or contact surfaces of iron in contact with iron. Contact surfaces shall be machined and finished in the best workmanlike manner, and all wearing surfaces shall be easily renewable. All trim bolts shall be 300 series stainless steel.

The resilient-seated disc wedge shall be of the resilient wedge fully-supported type. Solid guide lugs shall travel within channels in the body of the valve. The disc and guide lugs shall be fully (100%) encapsulated in SBR (styrene butadiene) rubber. Disc wedges that are not 100% fully encapsulated shall not be not be acceptable. Guide caps of an acetal copolymer bearing material shall be provided to protect the rubber-encapsulated solid guide lugs from abrasion for long life and ease of operation. All internal and external exposed ferrous surfaces of the valve shall be coated with a fusion-bonded, thermosetting powder epoxy coating conforming to AWWA C550 and certified to NSF 61. Coating shall be non-toxic and shall impart no taste to water. Coating thickness shall be nominal 10 mils. The stem shall be of high tensile strength bronze or other approved non-corrosive metal, providing 70,000 PSI tensile strength with 15% elongation and a yield strength of 30,000 PSI. All nonferrous bushings shall be of substantial thickness, tightly fitted and pressed into machine seats. All valves shall open by turning to the left (counterclockwise), unless otherwise specified. 3. End Connections - End connections of gate valves shall consist of Push On (Rubber-gasket)

Joints. All gate valves are to be installed in concrete valve vaults as detailed in the plans. The valves shall be wrapped with polyethylene film, as specified in the Special Provision for "Ductile Iron Water Main", included elsewhere herein. Valves shall be installed using stainless steel bolts. This work will be paid for at the contract unit price each for WATER VALVES, of the size specified. This price shall include the cost of all labor, materials and equipment necessary to install the gate valve in a valve vault, including polyethylene wrapping, as detailed in the plans and to the satisfaction of the ENGINEER. The valve vault will be paid for separately.

Squibb Avenue Extension

Addendum # 1 Page 58 F

WATER MAIN TESTING SPECIFICATIONS

Pressure and Leakage Test

1. Testing Procedures a. All pressure leakage testing shall be tested against installed pipe, fittings, valves, joints,

and fire hydrants up to nozzles. 2. Valve Operations

a. City of Rolling Meadows Water Division personnel are the only individuals authorized to operate any water valves.

3. Taps for Tesing a. Contractor/developer is required to provide one (1)-inch service taps in manholes for test

gauges, flushing needs, and for disinfection at each end of the pipe test section. b. Service tap shall include a full circle stainless steel tapping sleeve. c. Contractor shall make the tap connection using an approved tapping tool on PVC C-900

piping, contractor shall provide removed coupon to City of Rolling Meadows Water Division Inspector.

d. Contractor shall schedule an appointment with the City of Rolling Meadows Water Division for the witnessing/inspection of all taps. 24-hour notice prior to appointment must be provided to the City of Rolling Meadows Water Division.

e. Contractor shall remove copper tube with goose neck 4. Air Removal

a. Before applying the specified test pressure, air shall be expelled completely from the section of piping under test. Air removal will be done in conjunction with the flushing procedures of the water main (see Flushing Requirements.)

5. Allowable Leakage a. No pipe installations will be accepted if the leakage is greater than that determined by the

following formula: Inch-pound units, L = SD√P L=allowable leakage, in gallons per hour 133,200 S=length of pipe tested, in feet D=nominal diameter of the pipe, in inches

P=average test pressure during the leakage test, in pounds per square inch (gauge)

In metric units Lm = SD√P LM=allowable leakage, in liters per hour 715,317 S=length of pipe tested, in meters

D=nominal diameter of the pipe, in millimeters P=average test pressure during the leakage test, in kPa These formulas are based on an allowable leakage of 11.85 gpd/mi/in. of nominal diameter at a pressure of 150 psi for a home.

Squibb Avenue Extension

Addendum # 1 Page 58 G

When testing against closed metal-seated valves, an additional leakage per closed valve of 0.0078 gal/b/in. of nominal valve size shall be allowed. When hydrants are in the test section, the test shall be made against the main valve in the hydrant.

6. Acceptance of Installation a. Acceptance shall be determined as the basis of allowable leakage or the procedures

established by the City of Rolling Meadows. If any test of laid pipe discloses leakage greater than that specified, repairs or replacements shall be accomplished in accordance with the Specifications.

b. All visible leaks are to be repaired regardless of the amount of leakage. c. Dye or any other form of colorizing the water will not be introduced into the water main for

the purpose of locating leaks. Disinfection of Water Main

1. Flushing Water Main a. Sections of pipe to be disinfected shall first be flushed to remove any solids or

contaminated material that may have become lodged in the pipe. Fire hydrants in these sections will be flushed using either the two and a half (2 ½)-inches nozzle or the pumper nozzle to develop a velocity of at least two and five-tenths (2 5/10)-feet per second in the main.

b. All fire hydrants will be flushed and operated in the section of water main to be tested and disinfected.

c. City of Rolling Meadows Water Division personnel are the only individuals authorized to operate any water valves.

d. All valves that are closed will have a tap with copper tube and goose neck assembly installed in the vault for the purpose of flushing, and disinfecting the water main to the furthest end point of each section being tested.

2. Requirement of Chlorine Before being placed into service, all new mains and repaired portion of, or extensions to existing mains shall be chlorinated so that the initial chlorine residual is not less than 50 mg/l and that a chlorine residual of not less than 25 mg/l remains in the water after standing 24 hours in the pipe. a. Liquid Chlorine

A chlorine gas-water mixture shall be applied by means of a solution-feed chlorinating device, or the dry gas may be fed directly through proper devices for regulating the rate of low and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, must provide means for preventing the backflow of water into the chlorine.

b. Chlorine- Bearing Compounds in Water This method must have prior approval from the City of Rolling Meadows Water Operations Superintendent before introduction. A mixture of water and high-test calcium hypo chlorite (65-70% Chlorine) may be substituted for the chlorine gas water mixture. The dry powder shall first be mixed as a paste and then thinned to a one (1) percent chlorine solution by adding water to give a total quantity of seven and five-tenths (7 5/10) gallons of water per

Squibb Avenue Extension

Addendum # 1 Page 58 H

pound of dry powder. This solution shall be injected in one (1) end of the section of main to be disinfected while filling the main with water in the amounts as shown in the table which follows: Chlorine Requirements to Produce to mg/1 Concentration in 100-feet of Pipe – By Diameter

Pipe Size In Inches 100 % Chlorine, Lb. Lb. 1 % Chlorine Solution, Gals. 4 0.027 0.33 6 0.061 0.73 8 0.108 1.30 10 0.170 2.04 12 0.240 2.88

3. Point of Application

The preferred point of application of the chlorinating agent is at the beginning of the pipeline extension or any valved section of it, and through a corporation stop inserted in the pipe. a. The contractor will install corporation cocks with a copper tube gooseneck assembly for

the purpose of disinfecting and as sample collection point at each branch, dead end, or a location which has a closed valve. Fire hydrants will be disinfected as part of this procedure.

b. At a point not to exceed five (5)-feet downstream from the beginning of the new main the water entering the new main will receive a dose of chlorine fed at a constant rate such that the water will have not less than 25 mg/1 free chlorine.

c. Water from the existing distribution system shall be made to flow at a constant rate into the new main.

d. The City of Rolling Meadows Water Division personnel must witness the disinfection process. An appointment with 24-hour prior notice must be scheduled with City of Rolling Meadows Water Division.

e. In the process of chlorinating newly laid pipe, all valves, fire hydrants, or other appurtenances shall be operated while the pipe line is filled with the chlorinating agent and under normal operating pressures.

Disinfection of water Services (Larger Than Two (2)-Inches) For the purpose of clarifying this section, water service in this section refers to one (1) or more of the following installations that terminate inside of a building under construction.

• The service line being installed is for the purpose of a combination domestic and fire protection use.

• The service line being installed is for the purpose of branching into multiple domestic services inside of a meter room.

• The service line is the section of main being tested from the City of Rolling Meadows right-of-way valve to a location inside of the building.

• There are no fire hydrants installed on the service line.

Squibb Avenue Extension

Addendum # 1 Page 58 I

1. Meter Room/Building Installations

a. The service line will be disinfected to the inside valve of the meter room prior to any branch service being connected.

b. The meter room will have a permanent heating system installed and in working condition prior to the disinfection.

c. One (1) sample point will be provided at the source and one (1) sample point will be provided at the inside valve provided the length of pipe does not exceed 1,000-feet.

d. The contractor will supply a copper tube gooseneck assembly at each of the sample points.

e. The City of Rolling Meadows Water Division personnel must witness the disinfection process. An appointment with 24 hours prior notice must be scheduled with City of Rolling Meadows Water Division.

2. Domestic/Fire Service Mains/Meter Room a. The service line will be disinfected up to the inside valve on both the fire branch and the

domestic branch. b. The Fire Service Main Branch will have a valve of equal size to the riser section installed

prior to chlorination. c. The building, meter room, or location of the incoming service line will have a permanent

heating system installed and in working condition prior to the disinfection. d. One (1) sample point will be provided at the source and one (1) sample point will be

provided at the inside valve provided the length of pipe does not exceed 1,000-feet. e. The contractor will supply a copper tube goose neck assembly at each of the sample

points. f. The City of Rolling Meadows Water Division personnel must witness the disinfection

process. An appointment with 24 hours prior notice must be scheduled with City of Rolling Meadows Water Division.

De-chlorination Requirements Following chlorination, all treated water shall be thoroughly flushed from the newly laid pipe using the fire hydrant(s) and/or all the copper gooseneck assemblies. The flushing shall replace the highly chlorinated water with water that has a chlorine residual of less than 1mg/1 or equal to the residual from the supply service.

• The discharging of chlorinated water must be expelled to the surrounding ground surface.

• The contractor/developer must comply with all of the I.E.P.A. Rules, Regulations, and Standards for de-chlorinating water as part of the discharging.

• The contractor/developer is responsible for the equipment and materials to de-chlorinate the water at each point it is discharging.

• The City of Rolling Meadows Water Division personnel are the only individuals authorized to operate the valves.

Squibb Avenue Extension

Addendum # 1 Page 58 J

• The City of Rolling Meadows Water Division personnel must witness the de-chlorination procedures when flushing the water mains. An appointment with 24-hour prior notice must be scheduled with City of Rolling Meadows Water Division.

Sampling and Testing Sample collection for bacterial testing will start immediately after flushing the highly chlorinated water from the system and prior to any portion of the water main being placed into service. Samples will be collected at all sample points designated by the City of Rolling Meadows Water Operations Superintendent. Sampling procedures must follow the I.E.P.A. Standards for construction of new water mains. 1. Locations and Spacing

a. Samples will be collected from each dead end, branch lateral, or section of pipe that has a closed valve. Samples will be collected from the copper tube with gooseneck assembly at these points.

b. Samples will be collected from fire hydrants at points not to exceed 1,000-feet of linear water main.

c. A sample will be collected from the copper goose-neck assembly point that is located no further than five (5)-feet downstream from the beginning of the new water main.

2. Collection Requirements a. The contractor is required to collect all samples at the location(s) designated by the City of Rolling

Meadows Water Operations Superintendent. b. City of Rolling Meadows Water Division personnel are the only individuals authorized to operate

any water valves and must witness all samples at time of collection. 24-hour prior notice must be scheduled with the City of Rolling Meadows Water Division.

c. The contractor is required to take the collected samples to a certified laboratory approved by the City of Rolling Meadows Water Operations Superintendent.

d. The City of Rolling Meadows Water Division has the right to collect quality control samples at the same time contractor collects samples. The charges for the quality control samples will be charged to the contractor.

e. Samples will be collected on consecutive days with at least 24-hours of separation between the collection times.

f. Each sample collected will be tested for quality and must show the absence of coliform organisms.

3. Satisfactory Sample Results If all the samples tested meet the Bacterial Quality Standards and are certified as satisfactory by the testing lab:

a. The contractor may have the lab email the results directly to the City of Rolling Meadows Water Division;

b. The contractor must provide original copies of the certified results to the City of Rolling Meadows Water Operations Superintendent within seven (7) business days of the date on the test results; and

c. The contractor must contact the City of Rolling Meadows Water Division to schedule an appointment to have the water main placed into service within 72 hours of the satisfactory test

Squibb Avenue Extension

Addendum # 1 Page 58 K

results being certified and only as approved by the Water Operations Superintendent. 3. Unsatisfactory Sample Results If anyone (1) of the samples tested fails to meet the Bacterial Quality Standards and is deemed unsatisfactory, then all the samples collected on the same date for the tested section of pipe, will be considered unsatisfactory.

a. Unsatisfactory samples from the first day of collection will be discarded. A new first day collection must be scheduled with the second day to be consecutive.

b. Unsatisfactory samples from the second day of collection will be discarded. First day samples will also be discarded and the contractor must schedule new first and second day samples. The contractor will have up to three (3) chances of first day and two (2) chances of second day bacterial testing to obtain satisfactory results on all the samples collected and tested.

c. Should the contractor fail to obtain satisfactory results after the allotted attempts, the water main section being tested is to have the original disinfection procedures repeated until satisfactory results are obtained.

Squibb Avenue Extension

Addendum # 1 Page 58 L

PLUG WATERMAIN 8”

Description. This work shall consist of the furnishing of all labor, tools, and equipment necessary to plug 8” water service at ROW as shown on plans. All work shall be in accordance with the "Standard Specifications for Water and Sewer Main Construction in Illinois". The contractor shall furnish and install an 8” mechanical joint plug at the terminus of the 8” water service. The contractor will be required to furnish all pipe fittings, required jointing materials, and all work necessary to complete the connection and plug as specified. All fittings and pipe that are installed under this item shall be placed on a granular bedding a minimum of six inches (6”) in thickness. All other items required for restoration (i.e. pavement patches, sodding, etc.) will be paid for under the specific pay item in the contract. After the connection has been made, a visual inspection shall be made by the CITY for leaks under system pressure, irrespective of the pressure test that is required under other provisions in the contract. If no visual leaks are detected, the excavation shall be backfilled with materials as directed by the CITY. The contractor shall furnish and install a 4” x 4” x 8’ (nominal) post at the terminus of the water service. The post shall extend 4’ above the ground. The top 12” of said post shall be painted blue. Basis of Payment. The work shall be paid for at the contract unit price per each for PLUG WATERMAIN (of the diameter specified), which price shall be payment in full for all work as specified.

AT

&T (S.U.E.

Q.L.

D)

COMCAST

CO

MC

AS

T

AT&T LEGACY/LNS AT&T LEGACY/LNS

CO

9"

13"14"6"14"15"

17"

24"

20"

15"

METAL SIGN

"EMPLOYEES"

METAL SIGN

"JCR CAMPUS"

CONC PAD

TRANS ON

CONC PAD

TRANS ON

"STOP"

"NO P

AR

KIN

G"

N I=700.66,12"RCP

R=702.56

E,W I=696.63,30"RCP

S I=698.93,10"RCP

R=703.08

T/PIPE=698.19

R=703.74

METAL SIGN

"PARKING AHEAD"

METAL SIGN

CENTER"

"CHARLES

30"RCP

I=698.24,

I=699.30,8"PVC

01/13/2017

WATER AS OF

EDGE OF

T/

WA

LL=7

03.7

0

08/26/1974

REVISED

THE MCKINLEY CO,

MH PER PLANS BY

POSSIBLE BURIED REVISED 08/26/1974

MCKINLEY CO,

PLANS BY THE

2" CI GOOSENECK PER

08/26/1974

REVISED

THE MCKINLEY CO,

MH PER PLANS BY

METER VAULT &

POSSIBLE BURIED

2"

WM

PAINT/PIN FLAGS

LOCATION PER

GAS, ELEC & TELE

PAIN

T/

PIN F

LA

GS

LO

CA

TIO

N P

ER

ELE

C

&

TE

LE

PAIN

T/

PIN F

LA

GS

LO

CA

TIO

N P

ER

PAIN

T/PIN FLA

GS

LOCATIO

N PER

PAIN

T/

PIN F

LA

GS

LO

CA

TIO

N P

ER

PAINT/PIN FLAGS

LOCATION PER

LATHE "P1"

LATHE "P2"

N,S I=695.27,42"RCP

E I=696.17,15"RCP

NE I=699.52,12"RCP

R=703.37

UTILITY BOX

T

G

T7"

12"

15"

12"

15"

18"

20"

7"

12"

20"

6"6"9" 7"

HWL=703.00

NWL=700.00BOTTOM=699.00

HWL=703.00

BOTT

OM=699.00

NWL=700.00

BOTTOM=694.00

NWL=700.00

DA

TE:

JO

B

NO:

FIL

EN

AM

E:

9575 W.

Hig

gins

Road, S

uite 7

00,

Rose

mont, Illinois 6

0018

Phone: (8

47) 696-4

060 Fax: (8

47) 696-4

065

14 15+00 16 17 18 19 20+00

ONLY

ONLYONLY 14 15+00 16 17 18 19 20+00

CO

ME

D

VIL

OF

RO

LLIN

G

ME

AD

OW

S

ONLY

ONLYONLY

N

0 50

SCALE 1" = 50'

100

PR

OP

OS

ED

WA

TE

RM

AIN

EX

HIBIT

SQ

UIB

B

AV

EN

UE E

XTE

NSIO

NR

OLLIN

G

ME

AD

OW

S, IL

LIN

OIS

9684

SQ

UIB

B-

WM-

EX

H04/2

7/17

CONSTRUCTION.

THE CONTRACTOR IS TO VERIFY FINAL LAYOUT PRIOR TO

COMPLETED PRIOR TO THE SITE IMPROVEMENTS IN THIS PLAN

REFERENCE ONLY. IF SQUIBB AVENUE IMPROVEMENTS ARE

LTD. ON APRIL 27, 2017 PROJECT NO. 98361BR182 AND ARE FOR

BASEFILES PROVIDED BY CHRISTOPHER B. BURKE ENGINEERING

FUTURE IMPROVEMENTS FOR SQUIBB AVENUE ARE BY BASED ON

SQUIBB AVENUE

AP

OLL

O

DRIV

E

PROPOSED BUILDING

PROPOSED BASIN

WATERMAIN STUB

OF PROPOSED 8"

APPROXIMATE STATION

17+22.50

OF SQUIBB AVENUE

PROPOSED R.O.W.

PROPOSED STUB AT

VIA PRESSURE CONNECTION

TO EXISTING WATERMAIN

PROPOSED CONNECTION

N:\Projects\9684\EXHIBITS\9684-SQUIBB-WM-EXHIBIT.dgn Default User=jlewis