DIVISION 1 - SPECIAL PROVISIONS

1930’s Interceptor Flow Diversion

TABLE OF CONTENTS

SECTION I – SUPPLEMENTAL SPECIFICATIONS

1. DEFINITIONS 5 2. GENERAL CONSTRUCTION REQUIREMENTS 6 3. SCOPE OF WORK AND SCHEDULING 6 4. MONTHLY PROGRESS PAYMENTS 7 5. CHANGES 7 6. CONSTRUCTION INSPECTION 7 7. CITY SIGNS 8 8. WORKING AREA AND STAGING 8 9. WASTE SITES AND SALVAGE 9 10. EQUIPMENT RESTRICTIONS 9 11. CLEANUP DURING PROJECT 9 12. FINAL CLEANUP 9 13. UTILITIES 10 14. EROSION CONTROL 12 15. WORK BY OTHERS 12 16. INCIDENTAL CONSTRUCTION ITEMS 12 17. TRENCH BACKFILL AND BEDDING 13 18. RAILROAD 14 19. PROJECT SITE CONDITIONS 14 20. CONTINGENCY ITEMS 14

SECTION II – SPECIAL CONDITIONS

Bid Item No. 1 – MOBILIZATION (LS) 15 Bid Item No. 2 – CONSTRUCTION LAYOUT (LS) 15 Bid Item No. 3 – TRAFFIC CONTROL & PROTECTION (LS) 16 Bid Item No. 4 – NPDES STORMWATER PERMIT AND SWPPP MANAGEMENT (LS) 16 Bid Item No. 5 – EROSION CONTROL (LS) 17 Bid Item No. 6 – RAILROAD INSURANCE (LS) 17 Bid Item No. 7 – RAILROAD FLAGGERS (CDAY) 17 Bid Item No. 8 – SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING (SY) 18 Bid Item No. 9 – CLEARING & GRUBBING (SY) 18 Bid Item No. 10 – TREE REMOVAL (DIAMETER) 19 Bid Item No. 11 – DEMO & ABANDON 1930’S WPCP DIVERSION CHAMBER RO-2 (EA) 19 Bid Item No. 12 – REMOVE CROSS CONNECTION CHAMBER #1 (EA) 20 Bid Item No. 13 – REMOVE CROSS CONNECTION CHAMBER #2 (EA) 20

1930’s Interceptor Flow Diversion 1 Bid Item No. 14 – ABANDON CROSS CONNECTION CHAMBER #3 (EA) 21 Bid Item No. 15 – ABANDON CROSS CONNECTION CHAMBER #6 (EA) 21 Bid Item No. 16 – REMOVE HARRISON STREET DIVERSION CHAMBER (EA) 22 Bid Item No. 17 – ABANDON MOUND STREET BACKWATER DIVERSION CHAMBER (EA) 23 Bid Item No. 18 – MANHOLE REMOVAL (EA) 23 Bid Item No. 19 – ABANDON MANHOLE, TYPE 1 (CASTING, CONE) (EA) 23 Bid Item No. 20 – ABANDON MANHOLE, TYPE 2 (CASTING, CONE, DOWN TO LAST BARREL) (EA) 24 Bid Item No. 21, 22, 23 & 24 – SW-301, SANITARY MANHOLE, 60”, 72”, 84” & 96” DIA (EA) 25 Bid Item No. 25, 26 & 27 – EXTERNAL DROP, 8”, 12” & 18” DIA (EA) 26 Bid Item No. 28 – MCCLELLAN BLVD SPECIAL STRUCTURE (EA) 26 Bid Item No. 29 – WATERPLANT WEST SPECIAL STRUCTURE (EA) 27 Bid Item No. 30 – MISSISSIPPI AVENUE SPECIAL STRUCTURE (EA) 28 Bid Item No. 31 & 32 – SAILBOAT CLUB SPECIAL STRUCTURE #1 & #2 (EA) 28 Bid Item No. 33 – STREET SPECIAL STRUCTURE #1 (EA) 29 Bid Item No. 34 – IOWA STREET SPECIAL STRUCTURE #2 (EA) 30 Bid Item No. 35 – PERRY STREET SPECIAL STRUCTURE (EA) 30 Bid Item No. 36 – HARRISON STREET SPECIAL STRUCTURE (EA) 31 Bid Item No. 37 – SCOTT STREET SPECIAL STRUCTURE (EA) 32 Bid Item No. 38 – MODERN WOODMEN SPECIAL STRUCTURE (EA) 32 Bid Item No. 39 – WARREN STREET SPECIAL STRUCTURE (EA) 33 Bid Item No. 40 – WARREN STREET CONFLICT STRUCTURE (EA) 34 Bid Item No. 41 – DIVISION STREET SPECIAL STRUCTURE (EA) 34 Bid Item No. 42 – PIPE REMOVAL (18” OR LESS) (LF) 35 Bid Item No. 43, 44, 45, 46, 47, 48, 49 & 50 – PIPE REMOVAL, 21”, 24”, 30”, 36”, 42”, 48”, 54” & 60” (LF) 36 Bid Item No. 51 – ABANDON SEWER IN-PLACE, FLOWABLE GROUT (30” & LESS) (CY) 36 Bid Item No. 52 – ABANDON SEWER IN-PLACE, FLOWABLE GROUT (1930’S INTERCEPTOR) (CY) 37 Bid Item No. 53 – ABANDON SEWER IN-PLACE, CONCETE PLUG (LESS THAN 24” SEWER) (EA) 37 Bid Item No. 54, 55, 56, 57, 58 & 59 – ABANDON SEWER IN-PLACE, CONCRETE BULKHEAD PLUG (24”, 30”, 36”, 48”, 54” & 60” SEWER) (EA) 37 Bid Item No. 60, 61, 62, 63, 64, 65, 66, 67 & 68 – SANITARY SEWER, 8”, 12”, 16”, 18”, 20”, 21”, 24”, 30” & 36” DIA (LF) 38 Bid Item No. 69 – SANITARY SEWER, 60” DIA (LF) 38 Bid Item No. 70 – TRENCHLESS PIPE INSTALLATION, 12” SAN TR-FLEX D.I.P. (LF) 39 Bid Item No. 71 – TRENCHLESS PIPE INSTALLATION, 36” SAN WITH 54” STEEL CASING (LF) 39 Bid Item No. 72 – IDENTIFICATION OF SERVICES (EA) 41 Bid Item No. 73 – SANITARY SERVICE, 4”- 6” DIA (LF) 41 Bid Item No. 74 – SANITARY CLEANOUT, 4”- 6” DIA (LF) 42 Bid Item No. 75 – CIPP SEWER LINING, 18” DIA (LF) 42 Bid Item No. 76 & 77 – CIPP SEWER LINING, 54” & 60” DIA (LF) 43 Bid Item No. 78 – SEWER TELEVISING (LF) 43 Bid Item No. 79 & 80 – INTAKE REMOVAL, SINGLE & TRIPLE INTAKE (EA) 43 Bid Item No. 81 – SW-501, SINGLE INTAKE (EA) 44

1930’s Interceptor Flow Diversion 2 Bid Item No. 82 – SINGLE INTAKE, OPEN-THROAT (EA) 45 Bid Item No. 83 – TRIPLE INTAKE (EA) 45 Bid Item No. 84, 85 & 86 – SW-401, STORM MANHOLE, CIRCULAR, 60”, 84” & 96” DIA (EA) 46 Bid Item No. 87 – 60” SPECIAL STORM GATE STRUCTURE (EA) 47 Bid Item No. 88, 89 & 90 – STORM SEWER, 12”, 15” & 18” RCP (CLASS III)(LF) 48 Bid Item No. 91 – STORM SEWER, STORM SEWER, 30” C905 PVC DR18 (LF) 49 Bid Item No. 92 – STORM SEWER, 54” RCP (CLASS III) (LF) 49 Bid Item No. 93 – SIDEWALK REMOVAL (SF) 50 Bid Item No. 94 – P.C.C. SIDEWALK, 4” THICK (SF) 50 Bid Item No. 95 – P.C.C. SIDEWALK, ADA RAMP (SF) 51 Bid Item No. 96 – ADA DETECTABLE WARNING (SF) 52 Bid Item No. 97 – P.C.C. STAIRS W/ HANDRAILS (SF) 52 Bid Item No. 98 – PAVEMENT REMOVAL (SY) 53 Bid Item No. 99 – P.C.C. BIKE PATH, 6” THICK (SY) 53 Bid Item No. 100 – HMA BIKE PATH, 5” THICK (SY) 54 Bid Item No. 101 – P.C.C. DRIVE, 7” (SY) 54 Bid Item No. 102 – 6” P.C.C. RAMPED MEDIAN NOSE (SY) 55 Bid Item No. 103, 104, 105 & 106 – P.C.C. FULL DEPTH PATCHING, 7”, 8”, 9” & 12” THICK (INTEGRAL CURB AND GUTTER) (SY) 55 Bid Item No. 107 – P.C.C. CURB AND GUTTER (LF) 56 Bid Item No. 108 – BRICK ROADWAY PAVERS (SY) 56 Bid Item No. 109, 110 & 111 – GRANULAR SUBBASE, 6”, 8” & 11” THICK (SY) 56 Bid Item No. 112 – GRANULAR SURFACING (TON) 57 Bid Item No. 113 – TEMPORARY GRANULAR SURFACING (TON) 57 Bid Item No. 114 – STABILIZING MATERIAL FOR TRENCH FOUNDATION (TON) 58 Bid Item No. 115 – ROCK EXCAVATION (CY) 58 Bid Item No. 116 – FLOWABLE MORTAR BACKFILL (UTILITY LINE SUPPORT) (CY) 58 Bid Item No. 117 – PAVEMENT MARKINGS, 4” EQUIVALENT (LF) 59 Bid Item No. 118, 119, 120, & 121 – UTILITY ADJUSTMENTS (EA) 59 Bid Item No. 122 – REPLACE WOODEN DECK IN-KIND (LS) 60 Bid Item No. 123 – RAISE MANHOLE TO GRADE (EA) 60 Bid Item No. 124 – REMOVE & REPLACE RIVER DRIVE PLANTER (LF) 61 Bid Item No. 125 – TREE, DECIDUOUS 4” DIA FURNISHED & INSTALLED (EA) 61 Bid Item No. 126 – REMOVE AND REPLACE FENCE (LF) 62 Bid Item No. 127 – SW-301, SANITARY MANHOLE, 48” 62 Bid Item No. 128 – LIFT STATION PACKAGE, 2 - 2” GRINDER PUMPS AND CONTROLS (LS) 63 Bid Item No. 129 – 2” FORCE MAIN, SANITARY SEWER (LF) 63 Bid Item No. 130 – DISCONNECT CROSS CONNECTION TO 78” INTERCEPTOR (EA) 64 Bid Item No. 131 – CONTINGENCY (LS) 64

1930’s Interceptor Flow Diversion 3

NON-SRF BID ITEMS – ONEIDA AVENUE

Bid Item No. N.1 – SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING (SY) 65 Bid Item No. N.2 – PLANTER RESTORATION (LS) 65 Bid Item No. N.3 – FLOWABLE MORTAR BACKFILL (UTILITY LINE SUPPORT) (CY) 66 Bid Item No. N.4 – ABANDON SEWER IN-PLACE, FLOWABLE GROUT (30” & LESS) (CY 66 Bid Item No. N.5 – MANHOLE REMOVAL (EA) 66 Bid Item No. N.6 – ABANDON MANHOLE, TYPE 1 (EA) 67 Bid Item No. N.7 – SW-301, SANITARY MANHOLE, 60” DIA (EA) 67 Bid Item No. N.8 – EXTERNAL DROP, 16” DIA. (EA) 69 Bid Item No. N.9 – SANITARY SEWER, 16” DIP (LF) 69 Bid Item No. N.10 – TRENCHLESS PIPE INSTALLATION, 16” SANITARY SEWER W/ 24” CASING (LF) 70 Bid Item No. N.11 – IDENTIFICATION OF SERVICES (EA) 71 Bid Item No. N.12 – SANITARY SERVICE, 6” DIA. (LF) 72 Bid Item No. N.13 – SIDEWALK REMOVAL (SF) 73 Bid Item No. N.14 – P.C.C. SIDEWALK, 4” THICK (SF) 73 Bid Item No. N.15 – PAVEMENT REMOVAL (SY) 74 Bid Item No. N.16 – P.C.C. DRIVE, 7” THICK (SY) 75 Bid Item No. N.17 & N.18 – P.C.C. FULL DEPTH PATCHING, 8” & 12” THICK (INTEGRAL CURB AND GUTTER) (SY) 75 Bid Item No. N.19 – GRANULAR SUBBASE, 6” THICK (SY) 76 Bid Item No. N.20 – STABILIZING MATERIAL FOR TRENCH FOUNDATION (TON) 76

ATTACHMENTS

1 – SOIL BORING LOGS (W. RIVER DRIVE, GAINES TO WARREN) 2 – SOIL BORING LOGS (ONEIDA AVENUE) 3 – CANADIAN PACIFIC RAILROAD REQUIREMENTS 4 – KNOWN EVENTS LIST 5 – TIDEFLEX SPECIFICATIONS AND CHECK VALVE DETAIL

1930’s Interceptor Flow Diversion 4 SECTION I – SUPPLEMENTAL SPECIFICATIONS

1. DEFINITIONS

Wherever used in the General Conditions and Covenants or in the other Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof:

A. Owner – City of Davenport, Iowa

B. Engineer – City Engineer, Public Works Department, 1200 E. 46th Street, Davenport, IA 52807

C. Work or Project – 1930’s Interceptor Flow Diversion (Davenport Riverfront between River Drive and the from McClellan Boulevard to Howell Street)

D. The Contract Documents shall consist of:

1. Contract Agreement 2. Shop and working drawings submitted by the Contractor when approved by the Project Manager 3. Addenda 4. Special Provisions a. Section I – Supplemental Specifications b. Section II – Special Conditions 5. Plan Drawings 6. Advertisement for Bids 7. Instructions to Bidders 8. Standard Specifications a. City of Davenport – Davenport SUDAS Supplemental Specifications b. Statewide Urban Design and Specifications (SUDAS), latest edition c. Standard Specifications for Highway and Bridge Construction, Iowa Department of Transportation, latest edition 9. Standard Drawings 10. General Conditions 11. Contractor’s Proposal

In the event that any provision in any of the foregoing component part of this contract conflicts with any of the other component parts, the provision in the component part first enumerated shall govern over any other component part which follows in numerically, except as may be otherwise specifically stated.

1930’s Interceptor Flow Diversion 5 2. GENERAL CONSTRUCTION REQUIREMENTS

All construction shall be done in accordance with the Statewide Urban Design and Specifications (SUDAS), City of Davenport – SUDAS Supplemental Specifications and the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

At no time shall construction begin prior to 7:00 a.m. and it shall not extend past 7:00 PM without approval of the City of Davenport’s Project Manager. The Contractor shall coordinate the anticipated hours of work during the pre-construction meeting.

The Contractor shall establish a Public Information and Notification Program. Written notice shall be approved by the City and shall be delivered to each home and/or business within the project limits a minimum of seventy two (72) hours in advance of any construction. This written notification shall describe work to be performed, schedule, how it affects them and a local telephone number of the Contractor which they can call to discuss the project or their problems. Public Information and Notification Program shall be considered incidental to this contract.

At all times, Contractor shall comply with the City noise ordinance that limits noise to 85 dBA across a real property boundary. Notice must also be given to Citibus at least seventy two hours (72) prior to any closure that will affect a bus route. Failure to notify the residents as described above may result in project delays. The Contractor will not be allowed any compensation or additional working days for failing to comply with this directive.

The Contractor shall designate a representative to attend meetings as required throughout the project and be available 24 hours a day and 7 days a week in case of emergency, and/or to maintain the required traffic control and protection.

The Contractor shall provide electronic copies of all required submittal items to the City of Davenport for review and approval.

Project Manager: To be determined

3. SCOPE OF WORK AND SCHEDULING

Work under this contract shall commence within 10 days from receipt of written Notice to Proceed from the City. Issuance of a Notice to Proceed can be expected within three (3) weeks of anticipated City Council action in July 2019.

The Contractor shall complete all work under this contract by April 1, 2021. No work shall commence until a Notice to Proceed has been issued.

Liquidated damages in the amount of $500 per day will be paid to the City for each calendar day that the work is not completed beyond the specified completion date.

1930’s Interceptor Flow Diversion 6 Constraints upon work: 1) Maintain a minimum of one (1) eastbound lane and one (1) westbound lane of traffic at all times along River Drive, except for W. River Drive from Warren to Gaines Street where full closure of the road will be allowed for storm sewer replacement and sanitary sewer realignment. 2) Maintain access and provide traffic control to all businesses, residents, and pedestrians located within the project corridor and adjacent areas. 3) No work will be done within River Drive and road will be fully open, clean and pavement in drivable condition for the following events: Bix 7 Race and Festival Downtown, 4th of July (Red, White and Boom festival), St. Patrick’s Day Festival, Halloween, and Festival of Trees (for 2019, Festival of Trees Parade scheduled for November 23). The Contractor must allow for enough time for setup and preparation of the Bix 7 Race. The race takes place each year in late July. The Contractor will have to have the road open a minimum of two weeks prior to the race time. Liquidated damages of $2,500/day will be assessed for any materials, equipment or unfinished work which impedes the opening of the roadway within the two week timeline before the race. No warning will be given before liquidated damages start to accrue. 4) A list of other known relevant festival/event schedules are included in ATTACHMENT 4 – KNOWN EVENTS LIST to these special provisions. In general, the Contractor must coordinate construction activities with the City to work around known events and future events planned during the construction duration of the project. 5) Construction and road closures on Gaines Street near Modern Woodmen will not be permitted during River Bandit’s baseball season. 6) Closure of River Drive for storm and sanitary sewer construction on W. River Drive (from Warren to Gaines Street) will not be permitted during River Bandit’s baseball season.

4. MONTHLY PROGRESS PAYMENTS

Monthly Progress payments initiated by the Project Manager will be made under this contract. Procedures will be followed as outlined in SUDAS Section 1090 and City of Davenport – SUDAS Supplemental Specifications.

All approved monthly progress payments will have five percent (5%) retained.

5. CHANGES

Contractor shall be required to notify City of changed conditions or items of work not covered by the contract plans and specifications. No extra work shall be performed by the Contractor until a change order can be processed. Any work completed prior to execution of a signed change order is at the contractor’s own risk.

6. CONSTRUCTION INSPECTION

City inspector(s) and/or City employed inspectors and independent testing agencies shall be used on this project to insure compliance to the specifications or other directives issued.

1930’s Interceptor Flow Diversion 7 City inspectors and their testing agencies shall have full access to the project. The Contractor shall be cooperative in allowing them to obtain material samples and perform required testing.

City inspectors and their testing agencies shall be provided the opportunity to witness and verify all materials are used in the project and have been placed as per the specifications.

The City will test at the quantity and frequency as determined by the Engineer and project specifications.

The Contractor shall give three (3) days’ notice to the Engineer of the date and location of commencement of work so that an inspector can be available.

No pavement shall be placed until the inspector has checked the forms, subgrade, etc. It shall be the contractor’s responsibility to inform the inspector when forms are in place and the work is ready for inspection. Final payment for work will not be made until a final inspection has been made checking backfill, cure, finish, workmanship, etc.

7. CITY SIGNS

The Contractor shall be responsible for providing a 24 hour notice to the City of any street name signs or traffic control signs that will conflict with construction operations or are identified on the construction plans for removal and relocation.

The City shall remove, collect and store said signs until construction operations are complete, at which time the City will reinstall the signs. The Contractor may request removal of such signs or provide notice of conflicts by calling the City’s Signs and Markings Supervisor at 563-326-7870.

The Contractor shall not remove any regulatory traffic signs without the consent of the City. Without proper notification the Contractor shall be responsible for the cost associated with the replacement of lost or damaged signs.

8. WORKING AREA AND STAGING

Work shall be confined to the street right-of-way, easements or City-owned land, as may be indicated on plans. The Contractor shall not unnecessarily encroach onto private property, including railroad property, without express permission from the adjacent property owners. The work shall be conducted in such a manner as to minimize any and all damage. Under this contract, storage of materials and equipment shall be within City right-of-way or any nearby City owned vacant lots authorized for use. All areas disturbed by the Contractor beyond the limits of construction shall be restored at the Contractor’s expense to the satisfaction of the adjacent property owners and the City.

The Contractor shall be responsible for submitting a Construction Staging Plan for review by the City in advance of the preconstruction meeting. The Contractor is to coordinate with the City for City-owned areas along the riverfront and in the downtown for staging of equipment and materials throughout the project.

1930’s Interceptor Flow Diversion 8

9. WASTE SITES AND SALVAGE

Surplus excavated material, unsuitable material and debris, such as rock, broken concrete, etc. shall become the property of the contractor to be disposed of in a legal manner outside of the limits of the job site at the Contractor’s expense.

10. EQUIPMENT RESTRICTIONS

Track type equipment is not permitted on streets or driveways that are not scheduled for removal, unless the tracks are equipped with rubber or neoprene grousers.

11. CLEANUP DURING PROJECT

The contractor shall be responsible to wash out vehicles at appropriate areas within the site, when required, in order to prevent tracking of material outside the project limits or discharge of contaminants into the City storm sewer system.

The contractor shall prevent water from concrete truck washouts or wet sawing of pavement from entering waterways or storm sewer inlets by using, as is necessary, portable and disposable concrete washout containment systems, and may need to further protect storm sewer inlets by means of sediment filter tubes, inlet protection devices, or other approved products that comply with standard industry practice.

Costs associated with providing concrete washout or wet sawing protection devices shall be considered incidental to the project. If necessary, the contractor shall periodically sweep any tracked material, dried washout or wet saw residue, or other construction debris out of the street, at no cost to the City.

12. FINAL CLEANUP

Before final acceptance of the work, the Contractor shall remove all unused material and rubbish from the site, remedy any objectionable conditions the Contractor may have created on private property, and leave the right-of-way in a neat and presentable condition. The Contractor shall not make agreements which allow salvaged or unused material to remain on private property within view of a road.

All ground occupied by the Contractor in connection with the work shall be restored to its original condition. Surface restoration shall include appropriate smoothing and placement of seed or sod as identified on the construction plans. All material removed from the work site due to final cleaning shall become the property of the Contractor.

Final cleanup shall be subject to approval of the Engineer and in accordance with applicable regulations.

1930’s Interceptor Flow Diversion 9 13. UTILITIES

The Contractor shall be responsible for ascertaining the exact locations of all utilities before starting construction and coordinating all construction activities with the utility companies.

It shall be the contractor’s responsibility to verify the location of all water and gas valves and coordinate with the appropriate utilities to assure that all adjustments are made. Special care shall be taken with construction activities in the vicinity of private water service lines and service boxes to insure no damage occurs. It shall be the Contractor’s responsibility to repair any damage to services due to construction at no cost to the City or service owner.

All costs for locating, protecting, supporting and replacing or repairing all utilities damaged by construction shall be borne by the Contractor. If the construction causes the permanent relocation of any utility located within City right-of-way, the Utility shall bear all costs involved in the relocation. The Engineer or his representative shall determine at the time of construction whether or not any utilities must be relocated. The Contractor shall coordinate with the utility companies for any required water, gas or telephone relocations if conflicts arise during construction operations.

In the event a utility facility is exposed by construction, adequate measures shall be taken to properly support each utility or service. Bedding and backfilling shall be properly placed and compacted so as not to cause damage or settlement of utility facilities or services. Limestone screenings are not allowed for use as backfill material.

Where a facility is designated for removal and relocation on the plans, the contractor shall coordinate work with the appropriate utility company.

Existing valve boxes that allow for adjustment shall be adjusted to the finished grade elevation by the Contractor in areas of pavement resurfacing or patching. Valve boxes, utility boxes, handholes, manholes located in sidewalk will be adjusted as necessary and will be included in P.C.C. sidewalk pavement items. Replacement of existing water and gas valve boxes that cannot be readily adjusted to grade by the contractor will be performed by the appropriate utility company. In the event that the contractor is required to remove and replace an existing valve box, that will be considered additional work.

It shall be the Contractor's responsibility to notify and coordinate with the Utility Companies.

A. Field Location

Utilities Location Service (Iowa One Call) 1-800-292-8989

City of Davenport MidAmerican Energy Iowa American Water CenturyLink Mediacom City I.T. AT&T Aureon Network Services Windstream

1930’s Interceptor Flow Diversion 10 ICN (Iowa Communications Network) Canadian Pacific Railroad

B. Contacts

City of Davenport Brian Schadt (563) 326-7729 (Engineering) Ron Hocker (563) 327-5169 (Sewer Division) Andy Dibbern (563) 326-7891 (Facilities Management)

MidAmerican Energy Maggie Notton (309) 793-3805 (Utility Coordinator, Gas & Electric)

Iowa American Water David Kull (563) 468-9225

CenturyLink Antonio Glessner (563) 355-6402

Mediacom Mitch Hancock (309) 743-4735

City I.T. Ron Perkins (563) 888-2002

AT&T Lenny Vohs (816) 275-4014

Aureon Network Services Jeff Klocko (515) 830-0455

Windstream Kelly Eggers (563) 385-5004

ICN Doug Ebelheiser (515) 725-4742

CP Railroad Otis Goodman (630) 860-4117

1930’s Interceptor Flow Diversion 11 14. EROSION CONTROL

This work shall comply with SUDAS Section 9040, City of Davenport – SUDAS Supplemental Specifications and Section 22601 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Two separate bid items will be used for erosion control. See Bid Items No. 4 – NPDES STORMWATER PERMIT AND SWPPP MANAGEMENT (LS) and Bid Item No. 5 – EROSION CONTROL (LS).

The Contractor shall install temporary erosion control measures to prevent the migration of soil and sediment from the site as detailed on the construction plans or requested by the Engineer or the City of Davenport. This work may include vehicle traffic control aggregate, silt fence, as well as protection around existing or newly constructed inlet structures until the pavement has been completed, or in areas outside of the pavement, vegetative growth has been established. Compost waddle/filter socks shall be used for inlet protection to prevent eroding soils from entering storm sewer.

At a minimum, the contractor shall provide for storm sewer inlet protection for this project. The Contractor may be required to provide additional erosion control features as required per direction of the engineer at no additional cost.

Temporary erosion control materials shall be removed after completion of construction and stabilization of all disturbed soils pursuant to successful establishment and growth of vegetative or other specified ground covers.

15. WORK BY OTHERS

The City of Davenport will be responsible for;

• Removal and Relocation of Street Signage. • All testing including concrete testing, HMA testing, and compaction testing. • Arranging installation of traffic signal detector loops, by DECO if necessary.

The contractor shall be responsible for coordinating this work with all parties.

16. INCIDENTAL CONSTRUCTION ITEMS

The following miscellaneous items of work will not be paid for separately and shall be considered incidental to the project.

• Removal of all debris and waste material encountered during construction. • Any excavated bricks shall be salvaged and taken to the Marquette Street Public Works Yard located on 232 South Marquette Street in Davenport. • Any manhole castings shall be salvaged and turned over to the City of Davenport. • Coordination of utility relocations and adjustments with appropriate utility company if needed.

1930’s Interceptor Flow Diversion 12 • Potholing and excavation to locate and obtain depths of utilities in conflict. Potholing must be done at beginning of construction in each area along the riverfront prior to ordering of any structures and laying of sewer pipe. • Placement of Pre-Construction advance notice message boards. • Connections to existing or proposed pipes or manholes shall be incidental to respective sanitary and storm piping/structure pay items. Connections shall conform to SUDAS Specifications. • All bypass pumping of sanitary and storm sewer is incidental to respective sewer and structure pay items. Providing/protective ramping overtop bypass lines where needed and coordination/approval from IDOT for use on River Drive is incidental to this as well.

This list may not be all inclusive and any work shown to be completed on the plans without an associated pay item shall be considered incidental.

17. TRENCH BACKFILL AND BEDDING

It is the intent of this contract for excavated materials under roadways, abutting areas, and in areas for which excavation takes place under non-paved surfaces (e.g. parks, open fields, etc.) to be disposed of off-site then trench backfilled with imported IDOT Gradation No. 11, Class A Crushed Stone or earthen material. The Contractor should note that there is no trench backfill line item. Trench Backfill, whether granular or earthen material, will not be paid for separately and shall be considered incidental to all respective piping and structure pay items. Unit prices for all piping, structures, removals and abandonments includes furnishing and placing compacted Granular Trench Backfill – imported Class A crushed stone, IDOT Gradation No. 11 (conforming to Iowa DOT Specifications Section 4120.04, “Class A Crushed Stone”) under roadways and in areas directly adjacent to roadway.

In areas for which excavation takes place under non-paved surfaces, not directly adjacent to roadways (e.g. parks, open fields, etc.), the contractor shall dispose of existing excavated fill and backfill/ compact the trench with imported granular material or earthen material, due to the likelihood of wet and unsuitable soils. As stated in the previous paragraph, this is considered incidental to all respective piping and structure pay items. Although the contractor will be able to use granular material for trench backfill in these areas, the top 18” of soil must be native earthen material, with the top 4” being topsoil. Topsoil is incidental to Bid Item No. 8 – SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING.

Trench backfill placed beneath roadway pavement and in areas directly abutting roadway means the material from top of pipe/structure bedding upwards to bottom of 6” aggregate subbase (6” below bottom of pavement) shall be IDOT Gradation No. 11, Class A Crushed Stone. Trench backfill outside of roadway pavement (grass areas, open field/park etc.) shall use earthen material or IDOT Gradation No. 11, Class A Crushed Stone from top of pipe/structure bedding upwards to 18” below surface. The top 18” of soil must be native earthen material, with the top 4” being topsoil.

The use of recycled concrete as trench backfill will be permitted but must meet the requirements of IDOT Gradation No. 11. Recycled concrete will not be permitted for use as granular subbase material.

1930’s Interceptor Flow Diversion 13 Trench backfill is to be placed in 8” lifts and compacted to 95% proctor density under roadways and paved surfaces.

Disposal of excavated backfill material and importing in Class A Crushed stone or earthen backfill will be incidental to all respective storm/sanitary piping and structure pay items. There will not be a pay item for this backfill. The Contractor shall bid such that the imported trench backfill and removal/disposal of existing excavated soils are to be included in all respective storm/sanitary piping and structure pay items.

Sewer pipe and structure bedding will also be incidental to all respective storm/sanitary piping and structure pay items. Pipe bedding shall follow Iowa SUDAS Trench Bedding standard drawings for Rigid and Flexible Gravity Pipe. See Plan Sheet G.18 - PIPE BEDDING AND BACKFILL ZONES DETAILS.

18. RAILROAD

The Contractor is responsible for notifying Canadian Pacific Railroad 10 working days prior to construction near or adjacent to railroad R.O.W. so as to provide sufficient amount of time for flagman protection to be arranged. The Contractor shall follow all rules and regulations of railroad R.O.W. owner and coordinate to perform the work.

See Attachment 3 of these Special Provisions for insurance and flagging requirements and a Flagmen Table showing areas where flagmen may be required.

19. PROJECT SITE CONDITIONS

Project is located along the Mississippi River flood plains from McClellan Boulevard and River Drive intersection to Howell Street and River Drive intersection. The soils contain clays, sand, gravel, bedrock and groundwater. It is well known that the Mississippi River experiences rapid changes in water level and flow and that the Mississippi is subject to flooding. Seasonal variations, droughts, floods, rainfall, snow melt and dewatering can result in significant variations and changes in groundwater elevations. The Contractor should be aware of the possibility of surcharging of sewer trenches during high river/wet weather events.

Portions of work within the project limits will be located within I.D.O.T. right-of-way on River Drive and adjacent to Canadian Pacific Railroad right-of-way along the project corridor.

20. CONTINGENCY ITEMS

Contingency Items shall be authorized for use per direction of Engineer. Quantities not used will be adjusted when preparing final Change Order for adjustments to plan quantities.

1930’s Interceptor Flow Diversion 14 SECTION II – SPECIAL CONDITIONS

Bid Item No. 1 – MOBILIZATION (LS) This work shall comply with SUDAS Section 11,020, City of Davenport – SUDAS Supplemental Specifications, insofar as applicable and as specified herein.

No partial payment will be made after receipt of signed contract.

Path and easement documentation: Specially included in MOBILIZATION is the cost necessary to fully document the condition of the multi-use recreational trail (bike path) along the riverfront prior to work being performed. CONTRACTOR shall photo log, video tape, or otherwise document the condition of all work areas within the project limits and immediate surrounding areas of the project with the assistance of a representative of the City. At the completion of all utility work and/or prior to when contractor desires to restore areas, representatives from the City and CONTRACTOR shall review and photo log, video tape, or otherwise document the condition within project limits and immediate surrounding areas and those areas used by the CONTRACTOR during the course of construction. Upon the completion of this review and documentation, the Project Manager shall determine the extent of repair necessary wherever any multi-use recreational trail surface, trail appurtenance, or easement area has been damaged or removed by CONTRACTOR, whether as a normal part of construction activities, deliberately or through failure to carry out the requirements of the appropriate codes, Contract Documents or the specific request of the City relative to their protection, or through failure to employ usual or reasonable safeguards, such areas shall be replaced or repaired to their original condition at CONTRACTOR’S expense.

The price bid will include all labor, materials, and equipment necessary to complete this item including path and easement documentation. Payment will be made at the contract Lump Sum price for MOBILIZATION, which price shall include all labor, materials and equipment necessary to complete this item.

Bid Item No. 2 – CONSTRUCTION LAYOUT (LS) This item includes all costs for labor, equipment and material to provide all construction staking and re-staking necessary for the complete construction of the project. Item also includes utility locates, necessary staking for utility, and providing as-built plans after completion of construction.

This work shall comply with SUDAS Section 11,010 and City of Davenport – SUDAS Supplemental Specifications.

The contractor shall be responsible for subcontracting with a professional licensed land surveying firm to provide layout stakes as required to construct project.

Payment for this item will be made at the contract Lump Sum price for CONSTRUCTION LAYOUT, which price will include all labor, materials, and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 15 Bid Item No. 3 – TRAFFIC CONTROL & PROTECTION (LS) This work shall comply with Section 2528 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition and the “Manual on Uniform Traffic Control Devices” insofar as applicable and as specified herein. The contractor must adhere to IDOT R.O.W utility accommodations permit and call IDOT to alert for construction (511 notification) and contact Iowa One-Call (1-800-202-8989) to request locations of all underground utilities 48 hours before excavation.

Contractor shall be responsible for submitting a Construction Staging Plan for review by the City in advance of the preconstruction meeting. Guidelines as listed in the Construction Staging and Sequencing Plan shall be followed for development of the above-mentioned plan. Traffic control items shall be placed as needed to implement Contractors’ approved Construction Staging Plan for phasing of improvements in all areas along the Davenport Riverfront.

Contractor shall be required to furnish barricades, signs, flashers, and warning devices as required per Iowa Department of Transportation (IADOT) Traffic Control Standard Plans and as appropriate for the particular construction operation. Such devices will be provided by the Contractor as necessary for the safety of the general public and workmen.

The Engineer may request additional signs, barricades, and other devices as required at no additional cost to the Owner. (Not to include any Detour Signage.)

Safety fencing shall be provided, installed and maintained by the Contractor around the perimeter of any excavation left open during non-working hours.

The Contractor will be permitted to fully close W. River Drive for sewer work between Myrtle and Gaines Street (refer to Detour Plan in Plan Drawings) with appropriate detour methods and signage during construction. Contractor to produce traffic plan, fill out forms, obtain permits and pay City of Davenport fees for traffic control permission. Access to local businesses and residents must be maintained at all times as well. Pedestrian walkway rerouting, signage and barricades are incidental to this item.

The price bid will include all labor, materials, and equipment necessary to complete this item. Payment will be made at the contract Lump Sum price for TRAFFIC CONTROL & PROTECTION, and shall be paid incrementally based on the percentage of completion of the total project.

Bid Item No. 4 – NPDES STORMWATER PERMIT AND SWPPP MANAGEMENT (LS) This work shall comply with SUDAS Section 9040 and City of Davenport – SUDAS Supplemental Specifications.

A pollution prevention plan has been developed for the project. The Contractor is responsible for meeting local and stage agency requirements, filing the required public notices, filing a Notice of Intent for coverage of the project under the Iowa DNR NPDES General Permit No. 2, and payment of associated NPDES permit fees, all of which are included in this bid item.

1930’s Interceptor Flow Diversion 16 Lump sum price also includes all work required to comply with administrative provisions of the Iowa DNR NPDES General Permit No. 2; including record keeping, documentation, updating the SWPPP, filing the Notice of Discontinuation, etc. Item also includes weekly inspections required to satisfy the provisions of General Permit No. 2, unless otherwise specified in contract document. Unit price does not include installation or maintenance of erosion and sediment control practices (see Bid Item No. 5 – EROSION CONTROL).

Payment will be made at the unit bid price per Lump Sum for NPDES STORMWATER PERMIT AND SWPPP MANAGEMENT.

Bid Item No. 5 – EROSION CONTROL (LS) This item includes all costs for labor, materials and equipment necessary to implement and maintain all items of work, including temporary and final placement and removal of temporary pollution prevention measures and miscellaneous associated work. This item includes, but is not limited to, filter berms and filter socks, silt fences, sediment control and miscellaneous items needed for erosion/sediment control measures. This work shall comply with SUDAS Section 9040 and City of Davenport – SUDAS Supplemental Specifications. Please note that this is a lump sum item for all sediment and erosion control items and maintenance and the contractor will not be paid for separate erosion control pay items shown in SUDAS Section 9040.

The contractor will protect stormwater inlets and storm/sanitary sewer structures with necessary measures to prevent dirt, soil, debris and erosion from entering these systems. Filter socks and/or manufactured devices inserted into intakes capable of trapping/filtering sediment from runoff are to be used to protect inlets that are within the construction limits and that are at risk of erosion entering the system. The contractor shall prevent eroding soils from entering onto roadways that are open for traffic.

Payment will be made at the unit bid price per Lump Sum for EROSION CONTROL.

Bid Item No. 6 – RAILROAD INSURANCE (LS) This item includes the Contractor obtaining necessary railroad insurance and any other incidentals for compliance with Canadian Pacific Railroad for construction near or within railroad right-of-way and boring activities for the duration of the project.

Railroad insurance requirements are included as Attachment 2 to these Special Provisions.

Payment for this item shall be made at the unit price bid per Lump Sum for RAILROAD INSURANCE.

Bid Item No. 7 – RAILROAD FLAGGERS (CDAY) This item shall include all labor required for railroad flaggers as required for construction work performed near the railroad in accordance with railroad requirements. Contractor shall pay railroad for railroad-furnished flagger. Potential half day options may be possible for flagging done for less than 4 hours in a day, but is ultimately up to Canadian Pacific Railroad regulation and rules. The Contractor is responsible for contacting and coordinating with the railroad R.O.W. owner for flagging.

1930’s Interceptor Flow Diversion 17 Railroad flagging requirements are included as Attachment 2 to these Special Provisions.

Measurement and payment for this item shall be made at unit price bid per Calendar Day for RAILROAD FLAGGERS.

Bid Item No. 8 – SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING (SY) This work shall comply with SUDAS Section 9010, City of Davenport – SUDAS Supplemental Specifications and Section 2601.03 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, insofar as applicable and as specified herein.

Hydraulically applied seed shall be a Type 1, Permanent Lawn Mixture. Hydraulically applied mulch shall be a Bonded Fiber Matrix.

Normal permanent seed application dates are March 1 through May 31 and August 10 through September 30.

Work shall include removal of rock and other undesirable debris from the areas to be seeded, repairing rills and washes, preparing the seedbed, furnishing and placing the seed, and furnishing water and other care as necessary to establish growth.

A minimum of 4” of topsoil shall be placed in areas to be seeded and is included in this bid item.

Miscellaneous erosion control features as indicated on the plans or as directed by the engineer, per supplemental specification on EROSION CONTROL, shall be considered incidental to this pay item.

Any additional seeding required due to construction operations or contractor storage outside of the grading and construction limits will not be paid for and shall be considered incidental.

Payment for this item will be made at the unit price bid per Square Yard of SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING, which price will include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 9 – CLEARING & GRUBBING (SY) This item shall include all labor, material, and equipment for clearing and grubbing by total area in accordance with SUDAS Sections 2010, City of Davenport – SUDAS Supplemental Specifications and Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The unit price includes clearing of trees, brush, rubble, concrete and wooden waste, logs, down timber, bushes etc., as well as removal and disposal of all materials and placement of backfill in areas where roots have been removed.

1930’s Interceptor Flow Diversion 18 It is the intent that clearing and grubbing only be needed in area C.17 of the project at Division Street, south of River Drive. Plan Drawings show limits of clearing and grubbing to be performed for new sewer diversion construction. Any trees needing removed in other areas of the project will be paid separately under Bid Item No. 10 – TREE REMOVAL.

Payment for this item will be made at the unit price bid per Square Yard of CLEARING & GRUBBING, which price will include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 10 – TREE REMOVAL (DIAMETER) This item shall include all labor, material, and equipment for clearing and grubbing by total area in accordance with SUDAS Sections 2010, City of Davenport – SUDAS Supplemental Specifications and Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This item shall consist of all labor, material, and equipment required for removal and off- site disposal of tree and stump 3 feet below grade. Disposal of trees shall be considered incidental to removal.

Measurement and payment for this item shall be at the unit price bid Diameter (in inches) at 4 foot off of ground for TREE REMOVAL, which includes all labor, materials, and equipment necessary to complete this item.

Bid Item No. 11 – DEMO & ABANDON 1930’S WPCP DIVERSION CHAMBER RO-2 (EA) This item shall include all costs for removal of existing RO-2 Diversion Chamber called out on Plan Drawings that will no longer be part of the system. The Chamber shall be removed 5 feet below grade and abandoned per Plan Sheet G.1. Removal includes excavation and off-site disposal of the removed materials, furnishing and placing compacted trench backfill. The Diversion Structure is a multi-chamber reinforced concrete box structure that is shown for abandonment on Plan Drawings, see Plan Sheet C.18.1 – 1930’S WPCP SITE DEMO AND SEWER PLAN. Refer to Plan Sheet G.1 for existing structure dimensions and removal and abandonment details. The City shall have first rights to the old castings. If the City does not want the castings, the Contractor shall be responsible for removing and disposing of them.

Any removal of structure concrete top, concrete walls, existing gates, wooden stop logs, piping, castings, adjusting rings and any other miscellaneous materials in the structure are included in this item. Price includes excavation, dewatering, bypass pumping, trench sheeting and bracing, supports and bracing for utilities, concrete pipe plugging, flowable mortar fill for abandonment, backfill, compaction, and offsite disposal of concrete structure removed and piping. The bid item includes concrete material for necessary plugging of existing 60” and 72” sanitary pipes with concrete.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

1930’s Interceptor Flow Diversion 19

Measurement and payment for this work will be made at the unit bid price per Each for DEMO & ABANDON 1930’S WPCP DIVERSION CHAMBER RO-2.

Bid Item No. 12 – REMOVE CROSS CONNECTION CHAMBER #1 (EA) This item shall include all costs for full removal of existing Cross Connection Structure called out on Plan Drawings near Sturdevant Street, south of River Drive that will no longer be part of the system. Removal includes excavation and off-site disposal of the removed materials, furnishing and placing compacted granular trench backfill (imported Grad. No. 11, Class A crushed stone). The Cross Connection Structure is a multi- chamber reinforced concrete box structure that is shown for removal on Plan Drawings, refer to Plan Sheet G.3 for existing structure dimensions and removal details. The City shall have first rights to the old castings. If the City does not want the castings, the Contractor shall be responsible for removing and disposing of them.

Removal of structure concrete top, concrete walls and base, existing gates, wooden stop logs, piping, castings, adjusting rings and any other miscellaneous materials in the structure are included in this item. Price includes excavation, dewatering, bypass pumping, trench sheeting and bracing, supports and bracing for utilities, granular backfill, compaction, and offsite disposal of entire concrete structure and piping.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Measurement and payment for this work will be made at the unit bid price per Each for REMOVE CROSS CONNECTION CHAMBER #1.

Bid Item No. 13 – REMOVE CROSS CONNECTION CHAMBER #2 (EA) This item shall include all costs for full removal of existing Cross Connection Structure called out on Plan Drawings near Marquette Street, south of River Drive that will no longer be part of the system. Removal includes excavation and off-site disposal of the removed materials, furnishing and placing compacted granular trench backfill (imported Grad. No. 11, Class A crushed stone). The Cross Connection Structure is a multi-chamber reinforced concrete box structure that is shown for removal on Plan Drawings, refer to Plan Sheet G.3 for existing structure dimensions and removal details. The City shall have first rights to the old castings. If the City does not want the castings, the Contractor shall be responsible for removing and disposing of them.

Removal of structure concrete top, concrete walls and base, existing gates, wooden stop logs, piping, castings, adjusting rings and any other miscellaneous materials in the structure are included in this item. Price includes excavation, dewatering, bypass pumping, trench sheeting and bracing, supports and bracing for utilities, granular backfill, compaction, and offsite disposal of entire concrete structure and piping.

1930’s Interceptor Flow Diversion 20 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Measurement and payment for this work will be made at the unit bid price per Each for REMOVE CROSS CONNECTION CHAMBER #2.

Bid Item No. 14 – ABANDON CROSS CONNECTION CHAMBER #3 (EA) This item shall include all costs for abandonment of existing Cross Connection Structure called out on Plan Drawings on Beiderbecke Drive, west of Modern Woodmen Park that will no longer be part of the system. Abandonment includes excavation and off-site disposal of the removed materials, concrete plugging of all pipes, filling structure bottom with flowable mortar up to a point 18 inches above top of highest pipe in flowline, furnishing and placing compacted granular trench backfill (imported Grad. No. 11, Class A crushed stone). The Cross Connection Structure is a multi-chamber reinforced concrete box structure that is shown for removal on Plan Drawings, refer to Plan Sheet G.4 for existing structure dimensions and removal details. The Contractor shall remove all barrel manhole sections, castings, and adjusting rings above concrete box top. The concrete box shall be abandoned in-place. The City shall have first rights to the old castings. If the City does not want the castings, the Contractor shall be responsible for removing and disposing of them.

Removal of structure casting, manhole barrel sections, adjusting rings, and any other miscellaneous materials in the structure are included in this item. Price includes excavation, dewatering, bypass pumping, trench sheeting and bracing, supports and bracing for utilities, granular backfill, compaction, and offsite disposal of entire concrete structure and piping.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Measurement and payment for this work will be made at the unit bid price per Each for ABANDON CROSS CONNECTION CHAMBER #3.

Bid Item No. 15 – ABANDON CROSS CONNECTION CHAMBER #6 (EA) This item shall include all costs for abandonment of existing Cross Connection Structure called out on Plan Drawings on Beiderbecke Drive, west of Modern Woodmen Park that will no longer be part of the system. Abandonment includes excavation and off-site disposal of the removed materials, concrete plugging of all pipes, filling structure bottom with flowable mortar up to a point 18 inches above top of highest pipe in flowline, furnishing and placing compacted granular trench backfill (imported Grad. No. 11, Class A crushed stone). The Cross Connection Structure is a multi-chamber reinforced concrete box structure that is shown for removal on Plan Drawings, refer to Plan Sheet G.4 for existing structure dimensions and removal details. The Contractor shall remove all barrel

1930’s Interceptor Flow Diversion 21 manhole sections, castings, and adjusting rings above concrete box top. The concrete box shall be abandoned in-place. The City shall have first rights to the old castings. If the City does not want the castings, the Contractor shall be responsible for removing and disposing of them.

Removal of structure casting, manhole barrel sections, adjusting rings, and any other miscellaneous materials in the structure are included in this item. Price includes excavation, dewatering, bypass pumping, trench sheeting and bracing, supports and bracing for utilities, granular backfill, compaction, and offsite disposal of entire concrete structure and piping.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Measurement and payment for this work will be made at the unit bid price per Each for ABANDON CROSS CONNECTION CHAMBER #6.

Bid Item No. 16 – REMOVE HARRISON STREET DIVERSION CHAMBER (EA) This item shall include all costs for full removal of existing Harrison Street Diversion Structure called out on Plan Drawings on Beiderbecke Drive at Harrison intersection that will no longer be part of the system. Removal includes excavation and off-site disposal of the removed materials, furnishing and placing compacted granular trench backfill (imported Grad. No. 11, Class A crushed stone). The Diversion Structure is a multi- chamber reinforced concrete box structure that is shown for removal on Plan Drawings, see Plan Sheet C.10.1 – HARRISON STREET DEMO PLAN. Refer to Plan Sheet G.2 for existing structure dimensions and removal details. The City shall have first rights to the old castings. If the City does not want the castings, the Contractor shall be responsible for removing and disposing of them.

Removal of structure concrete top, concrete walls and base, existing gates, wooden stop logs, piping, castings, adjusting rings and any other miscellaneous materials in the structure are included in this item. Price includes excavation, dewatering, bypass pumping, trench sheeting and bracing, supports and bracing for utilities, granular backfill, compaction, and offsite disposal of entire concrete structure and piping. The bid item includes any necessary removal and concrete plugging of existing 48” backwater storm pipe (if still in existence), removal and disconnection of 15” sanitary outlet pipe within excavation trench and at existing chamber.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Measurement and payment for this work will be made at the unit bid price per Each for REMOVE HARRISON STREET DIVERSION CHAMBER.

1930’s Interceptor Flow Diversion 22 Bid Item No. 17 – ABANDON MOUND STREET BACKWATER DIVERSION CHAMBER (EA) This item shall include all costs for abandonment of the backwater chamber in the Mound Street Diversion Structure called out on Plan Drawings on northwest corner of Mound and River Drive intersection that will no longer be part of the system. Unit price includes plugging of 36” backwater sewer pipe, filling the backwater chamber with flowable mortar from the structure bottom up to the flat-top, and backfilling the barrel sections with class A crushed stone. The manhole castings and barrel sections shall remain in place. Existing manhole chambers F-2A and F-2B shall remain in use for the sanitary system. Refer to Plan Sheet G.2 for existing structure dimensions and removal details.

Measurement and payment for this work will be made at the unit bid price per Each for ABANDON MOUND STREET BACKWATER DIVERSION CHAMBER.

Bid Item No. 18 – MANHOLE REMOVAL (EA) In locations where shown on the plans or where directed by the Engineer, the Contractor shall remove an existing storm or sanitary manhole that is being replaced by new construction or is no longer part of the system. Manhole materials consist of a variety of materials including but not limited to, concrete, reinforcement, brick and/or stone.

Existing castings are to be salvaged and turned over to the City. Contractor to store on site and coordinate pick up with the Project Manager.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Price bid will include all excavation, disposal of excavated material and structure, granular trench backfill, bypass pumping and dewatering, any pipe removal within trench, and any concrete plugs necessary to abandon existing pipes. Payment for this item will be at the unit price bid per Each of MANHOLE REMOVAL, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 19 – ABANDON MANHOLE, TYPE 1 (CASTING, CONE) (EA) In locations where shown on the plans or where directed by the Engineer, the Contractor shall abandon a sewer manhole that is no longer part of the storm or sanitary sewer system. Manhole materials consist of a variety of materials including but not limited to, concrete, reinforcement, brick and/or stone.

It is the intent that Type 1 abandonments are utilized in areas to limit disturbance to the surface pavement and adjacent areas.

Type 1 manhole abandonment consists of removing the manhole a minimum of 4 feet below grade, regardless of manhole material or dimensional size. This includes, but is not limited to, the removal of castings, adjusting rings, flat-tops, cone sections, manhole walls, brick chimneys, etc. Type 1 abandonment applies to both standard collection system manholes and 1930’s Interceptor Sanitary manholes. Price bid for abandonment will also

1930’s Interceptor Flow Diversion 23 include all excavation, disposal of excavated material and structure, backfilling with excavated materials or granular trench backfill, any pipe removal within trench, and any concrete plugs necessary to abandon existing pipes. The Contractor shall construct sewer plugs for all pipes by forcing concrete into the end of the pipes for a distance of 2 feet, or one-half the pipe diameter, whichever is greater. The Contractor shall place flowable mortar in the bottom of manhole to a point 18 inches above top of highest flowline pipe. Then compacted backfill shall be placed over remaining structure as required for embankment or compacted backfill. See details for abandonment on Plan Sheet G.18.

Existing castings are to be salvaged and turned over to the City. Contractor to store on site and coordinate pick up with the Project Manager.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each of ABANDON MH, TYPE 1 (CASTING, CONE), which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 20 – ABANDON MANHOLE, TYPE 2 (CASTING, CONE, DOWN TO LAST BARREL) (EA) In locations where shown on the plans or where directed by the Engineer, the Contractor shall abandon a sewer manhole that is no longer part of the storm or sanitary sewer system. Manhole materials consist of a variety of materials including but not limited to, concrete, reinforcement, brick and/or stone.

Type 2 manhole abandonment consists of removing the manhole to the last barrel section (if brick or stone, down to 4 feet above flowline) below grade, regardless of manhole material, dimensional size or depth. This includes, but is not limited to, the removal of castings, adjusting rings, flat-tops, cone sections, manhole walls, brick chimneys, etc. Type 2 abandonment applies to both standard collection system manholes and 1930’s Interceptor Sanitary manholes. Price bid for abandonment will also include all excavation, disposal of excavated material and structure, backfilling with excavated materials or granular trench backfill, any pipe removal within trench, and any concrete plugs necessary to abandon existing pipes. The Contractor shall construct sewer plugs for all pipes by forcing concrete into the end of the pipes for a distance of 2 feet, or one-half the pipe diameter, whichever is greater. The Contractor shall place flowable mortar in the bottom of manhole to a point 18 inches above top of highest flowline pipe. Then compacted backfill shall be placed over remaining structure as required for embankment or compacted backfill. See details for abandonment on Plan Sheet G.18.

Existing castings are to be salvaged and turned over to the City. Contractor to store on site and coordinate pick up with the Project Manager.

1930’s Interceptor Flow Diversion 24 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each of ABANDON MH, TYPE 2, (CASTING, CONE, DOWN TO LAST BARREL), which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 21, 22, 23 & 24 – SW-301, SANITARY MANHOLE, 60”, 72”, 84” & 96” DIA (EA) This item shall include all labor, material, and equipment, furnish and construct a new sanitary manhole, of the type and size specified, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Construction shall include the following: excavation to the required depth for bedding, compacting the excavation bottom soils or providing and compacting granular bedding, precast or cast-in-place concrete floor, construction of the structure, and backfilling to required grade in accordance with the Iowa DOT and SUDAS Details. The Contractor shall furnish a new casting according to Iowa DOT and SUDAS Detail herein. Construct manhole in accordance to SUDAS Standard Drawing 6010.301. All bypass pumping and dewatering incidental.

Bypass pumping and dewatering are included as well as providing any necessary sheeting and bracing for utility line support, providing waterproofing barrel/cone joints with butyl rubber sleeve complying with ASTM C877, joint o-ring or profile gaskets, stub pipes and flexible watertight pipe connections (A-LOK or equal) to existing or new sewer pipe or services, couplings, adapters, external chimney seals (heat-shrinkable, Canusa Wrapid Seal, or equal), new frame and lid (SW-601, Type A or C (bolt-down) castings), adjusting rings, adjustment to proper grade and miscellaneous associated work.

All sanitary manhole frame and covers for this project shall comply with SW-601, Type C bolt-down castings unless specifically called out to use Type A frame and cover on plan drawings.

Sanitary manhole frame and covers shall be comply with following requirements:

1. The cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R-1916-F (bolt-down), or equal, and R-1642 (if non bolt-down is specified), or equal. Manhole frames and covers shall be manufactured from high test cast iron conforming to the requirements of Class 40A of ASTM A48. 2. Frames shall be true to pattern in form dimensions, free from pouring faults, sponginess, cracks, blowholes, and other defects in positions affecting strength and value of the service intended. Frames shall be boldly filleted at angles and the risers shall be sharp and perfect. Frames shall be sandblasted or otherwise

1930’s Interceptor Flow Diversion 25 effectively cleaned of scale and sand so as to present a smooth, clean, and uniform surface. 3. Such lids or covers shall have checkered or indented top design similar to Neenah Foundry Company Type B lids; top design with protruding knobs or lugs will not be accepted. Covers shall have concealed pick holes and they shall also have a continuous self-sealing flat gasket, which fits securely in a machined groove on the outer base of the cover.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

See Plans Sheet G.20 – SANITARY MANHOLE DETAILS for further detail.

Payment for this item shall be made at the unit price bid per Each for SW-301, SANTARY MANHOLE of the type and size specified.

Bid Item No. 25, 26 & 27 – EXTERNAL DROP, 8”, 12” & 18” (EA) This item shall include all labor, material, and equipment, furnish and construct a new external drop where shown on Plan Drawings, of the type and size specified, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Unit price includes, but is not limited to, flexible watertight connections to the proposed manhole (including overflow connection), connection to the proposed or existing upstream sewers, couplings, bends, tees, adapters and all pipe fittings, concrete encasement, excavation, furnishing and placement of bedding and any necessary granular backfill material (Grad. No. 11, Class A Crushed Stone), compaction, and compaction testing. The external drops shall be constructed of ductile iron pipe conforming to pipe materials as specified in SUDAS Sections 6010 in the size indicated and associated fittings for bends, tees and connections. All bypass pumping and dewatering incidental.

Refer to City of Davenport SUDAS Supplemental Spec Figure DAV6010.307 for construction of external drops.

Payment for this item shall be made at the unit price bid per Each for EXTERNAL DROP of the type and size specified.

Bid Item No. 28 – MCCLELLAN BLVD SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed MCCLELLAN BLVD SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge

1930’s Interceptor Flow Diversion 26 Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.5 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each MCCLELLAN BLVD SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 29 – WATER PLANT WEST SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed WATER PLANT WEST SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.6 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

1930’s Interceptor Flow Diversion 27 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each WATER PLANT WEST SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 30 – MISSISSIPPI AVENUE SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed MISSISSIPPI AVENUE SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.7 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each MISSISSIPPI AVENUE SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 31 & No. 32 – SAILBOAT CLUB SPECIAL STRUCTURE #1 & #2 (EA) This item shall include all labor, material, and equipment, furnish and construct proposed SAILBOAT CLUB SPECIAL STRUCTURES, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.8 for details, dimensions and notes on construction.

1930’s Interceptor Flow Diversion 28

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each SAILBOAT CLUB SPECIAL STRUCTURE #1 & #2, as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 33 – IOWA STREET SPECIAL STRUCTURE #1 (EA) This item shall include all labor, material, and equipment, furnish and construct proposed IOWA STREET SPECIAL STRUCTURE #1, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.9 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

1930’s Interceptor Flow Diversion 29 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each IOWA STREET SPECIAL STRUCTURE #1 as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 34 – IOWA STREET SPECIAL STRUCTURE #2 (EA) This item shall include all labor, material, and equipment, furnish and construct proposed IOWA STREET SPECIAL STRUCTURE #2, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.10 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each IOWA STREET SPECIAL STRUCTURE #2 as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 35 – PERRY STREET SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed PERRY STREET SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.11 for details, dimensions and notes on construction.

1930’s Interceptor Flow Diversion 30

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each PERRY STREET SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 36 – HARRISON STREET SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed HARRISON STREET SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.12 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

1930’s Interceptor Flow Diversion 31 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each HARRISON STREET SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 37 – SCOTT STREET SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed SCOTT STREET SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.13 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each SCOTT STREET SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 38 – MODERN WOODMEN SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed MODERN WOODMEN SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.9 for details, dimensions and notes on construction.

1930’s Interceptor Flow Diversion 32

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each MODERN WOODMEN SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 39 – WARREN STREET SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed WARREN STREET SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.15 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

1930’s Interceptor Flow Diversion 33 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each WARREN STREET SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 40 – WARREN STREET CONFLICT STRUCTURE (EA) This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new WARREN STREET STORM CONFLICT STRUCTURE. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing utilities, concrete, connection to existing or new pipes, precast or cast in place structure, bottom shaping and fillets, support beams, compacted base, rings, and castings. Support beams/tops shall use epoxy-coated rebar.

The structure shall be built and formed to proper grade. Unit price includes measuring, furnishing, installing, excavating, concrete reinforcing, castings and shoring, dewatering, and miscellaneous associated work. See details on Plan Sheet G.16 and any non- identified details in the appropriate SUDAS drawing. Use SUDAS SW-602, Type E frame and lid or engineered approved equal.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each WARREN STREET CONFLICT STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 41 – DIVISION STREET SPECIAL STRUCTURE (EA) This item shall include all labor, material, and equipment, furnish and construct proposed DIVISION STREET SPECIAL STRUCTURE, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. The Contractor shall refer to Plan Sheet G.17 for details, dimensions and notes on construction.

This item shall include all labor, design, equipment, and materials necessary to remove existing obstacles except for hard un-weathered, solid rock and furnish and install new sanitary sewer special structure over the 78” sanitary interceptor. Item includes disposal of existing removed materials off-site, excavation, bedding, backfill, backfilling, compaction, dewatering, bypass pumping, trench sheeting and bracing, support of existing

1930’s Interceptor Flow Diversion 34 utilities, concrete, watertight pipe connections, bentonite water stops, precast or cast in place structure, reinforcement, bottom shaping and fillets, support beams, compacted base, adjusting rings, castings, and adjustment to proper grade. Support beams/tops shall use epoxy-coated rebar. An internal epoxy lining will be incidental to structure and shall be applied to all internal walls of box reinforced concrete box structure.

Cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R- 1916-F (bolt-down), following requirements of SW-601 in SUDAS.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each DIVISION STREET SPECIAL STRUCTURE as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 42 – PIPE REMOVAL (18” OR LESS) (LF) In locations where shown on the plans or where directed by the Engineer, the Contractor shall remove an existing sanitary, service or storm sewer pipe, including the removal of sections of existing sanitary, service or storm sewer at locations where a new structure is to be installed over an existing pipe.

Existing storm/sanitary/service sewer pipe to be removed and counted under this item will be 18” and less. No additional compensation will be made for material types or different sizes from that shown on the plans or encountered in the field.

Pipe removed will be paid for under this item, measured per lineal foot. Existing pipe shall not be salvaged and shall be disposed of off-site by the contractor at his expense.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Price bid will include all excavation, disposal of excavated material and pipe, trench backfill, bypass pumping and dewatering, concrete collars required when connecting to new pipe, and concrete plugs necessary to abandon an existing pipe. Payment for this item will be at the unit price bid per Lineal Foot of PIPE REMOVAL (18” OR LESS), which price will include all labor, materials and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 35 Bid Item No. 43, 44, 45, 46, 47, 48, 49 & 50 – PIPE REMOVAL, 21”, 24”, 30”, 36”, 42”, 48” 54” & 60” (LF) In locations where shown on the plans or where directed by the Engineer, the Contractor shall remove an existing sanitary/storm sewer pipe of the type and size indicated, including the removal of sections of existing sanitary/storm sewer at locations where a new structure is to be installed over an existing pipe.

Existing sanitary/storm sewer pipe to be removed and counted under these items will be greater than 18” and vary in material and size. No additional compensation will be made for material types or different sizes from that shown on the plans or encountered in the field.

Pipe removed will be paid for under this item, measured per lineal foot. Existing pipe shall not be salvaged and shall be disposed of off-site by the contractor at his expense.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Price bid will include all excavation, disposal of excavated material and pipe, trench backfill, bypass pumping and dewatering, concrete collars required when connecting to new pipe, and concrete plugs necessary to abandon an existing pipe. Payment for this item will be at the unit price bid per Lineal Foot of PIPE REMOVAL, 21”, 24”, 30”, 36”, 42”, 48”, 54” & 60”, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 51 – ABANDON SEWER IN-PLACE, FLOWABLE GROUT (30” & LESS) (CY) This item shall include all costs for abandonment in-place of sanitary or storm sewers of size and type indicated. This shall be accomplished by placement of flowable fill in the pipe to be abandoned by gravity flow or pumping. Fill the line to be abandoned with flowable mortar, foamed cellular concrete, or CLSM (comply with SUDAS Section 3010). This item shall include all labor, material and equipment required to furnish and place flowable fill material in the pipe in any location directed by the engineer or as called out on the plans.

Payment for this item shall be at the contract unit price per Cubic Yard of ABANDON SEWER IN-PLACE, FLOWABLE GROUT (30” & LESS), which price shall include all labor, materials, and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 36 Bid Item No. 52 – ABANDON SEWER IN-PLACE, FLOWABLE GROUT (1930’S INTERCEPTOR) (CY) This item shall include all costs for abandonment in-place of sanitary or storm sewers of size and type indicated. This shall be accomplished by placement of flowable fill in the pipe to be abandoned by gravity flow or pumping. Fill the line to be abandoned with flowable mortar, foamed cellular concrete, or CLSM (comply with SUDAS Section 3010). This item shall include all labor, material and equipment required to furnish and place flowable fill material in the pipe in any location directed by the engineer or as called out on the plans.

This item is to be used for larger diameter sewers for the 1930’s Interceptor Sewer abandonment under paved surfaces, buildings, structures or in other locations directed by Engineer or City Inspector.

Payment for this item shall be at the contract unit price per Cubic Yard of ABANDON SEWER IN-PLACE, FLOWABLE GROUT (1930’S INTERCEPTOR), which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 53 – ABANDON SEWER IN-PLACE, CONCRETE PLUG (LESS THAN 24” SEWER) (EA) This item shall include all costs for abandonment in-place of sanitary or storm sewers of size and type indicated. This shall be accomplished by constructing a sewer plug by completely filling the end of the pipe with concrete. Force concrete into the end of the pipe for a distance of 2 feet, or one-half the pipe diameter, whichever is greater.

This item shall only be used on plugging of pipes to be abandoned that are in open excavation trenches. Simply plugging pipes internally within a manhole or on structures to be abandoned will be considered incidental to that respective sanitary or storm sewer pay item. Refer to Plan Sheet G.18 for details on plugging.

Payment for this item shall be at the contract unit price per Each of ABANDON SEWER IN-PLACE, CONCRETE PLUG (LESS THAN 24” SEWER), which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 54, 55, 56, 57, 58 & 59 – ABANDON SEWER IN-PLACE, CONCRETE BULKHEAD PLUG (24”, 30”, 36”, 48”, 54” & 60” SEWER) (EA) This item shall include all costs for abandonment in-place of sanitary or storm sewers of size and type indicated. This shall be accomplished by constructing a sewer plug by completely filling the end of the pipe with concrete. Force concrete into the end of the pipe for a distance of 2 feet, or one-half the pipe diameter, whichever is greater.

This item shall only be used on plugging of pipes to be abandoned that are in open excavation trenches. Simply plugging pipes internally within a manhole or on structures to be abandoned will be considered incidental to that respective sanitary or storm sewer pay item. Refer to Plan Sheet G.18 for details on plugging.

Payment for this item shall be at the contract unit price per EACH of ABANDON SEWER IN-PLACE, CONCRETE BULKHEAD PLUG (24”, 30”, 36”, 48”, 54” & 60” SEWER), which price shall include all labor, materials, and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 37

Bid Item No. 60, 61, 62, 63, 64, 65, 66, 67 & 68 – SANITARY SEWER, 8”, 12”, 16”, 18”, 20”, 21”, 24”, 30” & 36” DIA (LF) Work under this item will be in accordance with SUDAS Sections 3010 and 4010, City of Davenport – SUDAS Supplemental Specifications and Section 2504 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Sanitary sewer piping shall be Ductile Iron Pipe, comply with AWWA C151, minimum thickness Class 52, have an interior epoxy lining (Protecto 401 or equal), of the pipe size where called out on Plan Drawings. Pipe material, joints, fittings, polyethylene encasement, internal/external coatings shall conform to SUDAS Standard Specification Section 4010. All bypass pumping and dewatering incidental.

Ductile iron sanitary pipe shall be constructed with a Class I bedding material having a minimum thickness of 4 inches below the pipe to the crown of pipe (Class F-2; see Plans Sheet G.09). Bedding material shall be IA DOT Gradation #3 and shall be considered incidental to the appropriate Sanitary Sewer pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

This item shall include all excavation as required. All rubble and excess excavated material generated by construction shall be kept separate and disposed of by the Contractor.

Payment shall be made at the contract unit price per Lineal Foot of SANITARY SEWER, 8”, 12”, 16”, 18”, 20”, 21”, 24”, 30” & 36” DIA. Price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 69 – SANITARY SEWER, 60” DIA (LF) Work under this item will be in accordance with SUDAS Sections 3010 and 4010, City of Davenport – SUDAS Supplemental Specifications and Section 2504 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Pipe material, joints, fittings, polyethylene encasement, internal/external coatings shall conform to SUDAS Standard Specification Section 4010. All bypass pumping and dewatering incidental.

Sanitary pipe shall be constructed with a Class I bedding material having a minimum thickness of 4 inches below the pipe to the crown of pipe (Class F-2; see Plans Sheet G.09). Bedding material shall be IA DOT Gradation #3 and shall be considered incidental to the appropriate Sanitary Sewer pay item.

1930’s Interceptor Flow Diversion 38 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

This item shall include all excavation as required. All rubble and excess excavated material generated by construction shall be kept separate and disposed of by the Contractor.

Payment shall be made at the contract unit price per Lineal Foot of SANITARY SEWER, 60” DIA. Price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 70 – TRENCHLESS PIPE INSTALLATION, 12” SAN TR-FLEX D.I.P. (LF) Work under this item will be in accordance with SUDAS Sections 3020 and 4010, City of Davenport – SUDAS Supplemental Specifications and the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Payment shall be full compensation for: furnishing and installing 12” sanitary sewer ductile iron pipe TR-Flex restrained joint, trenchless installation materials and equipment, pit excavation, dewatering, bypass pumping (if necessary), sheeting and bracing for boring and receiving pits, auger boring, furnishing and placing compacted granular backfill material (IDOT Grad. No. 11 or equal), casing spacers, furnishing and installing annular fill material, injected grout or bentonite slurry for settlement (if necessary), and pipe connections. Off-site removal and disposal of excavated backfill materials and excess soils/materials from boring pits shall be included in the bid price.

Sanitary sewer piping shall be Ductile Iron Pipe, comply with AWWA C151, minimum thickness Class 52, have an interior epoxy lining (Protecto 401 or equal).

The 12” sanitary TR-flex D.I.P. is to be installed beneath Modern Woodmen’s floodwall foundation and sheet pile. The Contractor shall fill the space between the bore and the outside of the pipe with a bentonite slurry in order to provide a seal. Both receiving and boring pits shall be backfilled with flowable mortar to ensure sealing off groundwater from migrating beneath floodwall.

Payment shall be made at the contract unit price per Lineal Foot of TRENCHLESS PIPE INSTALLATION, 12” SAN TR-FLEX D.I.P. Price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 71 – TRENCHLESS PIPE INSTALLATION, 36” SAN WITH 54” STEEL CASING (LF) Work under this item shall include all labor, materials, and equipment required to install 36” diameter sanitary sewer gravity main and 54” steel casing by means of trenchless construction.

1930’s Interceptor Flow Diversion 39 The contractor shall follow and comply with SUDAS Section 3020, Trenchless Construction and any additional special provisions herein. Measurement for pipe installed by trenchless methods with casing pipe will be in linear feet (LF) along the centerline of the casing pipe.

Payment shall be full compensation for: furnishing and installing both 36” sanitary sewer carrier pipe (Class 52 D.I.P.) and 54” steel casing pipe, trenchless installation materials and equipment, pit excavation, dewatering, bypass pumping (if necessary), sheeting and bracing for boring and receiving pits, auger boring, furnishing and placing compacted granular backfill material (IDOT Grad. No. 11 or equal), casing spacers, furnishing and installing annular fill material, injected grout for settlement (if necessary), surface settlement monitoring, pipe connections, and casing end seals. Restrained joints for D.I.P. within the casing shall be installed and included in this item. Off-site removal and disposal of excavated backfill materials and excess soils/materials from boring pits shall be included in the bid price.

Additional requirements of Canadian Pacific Railway, the rail line operator, shall be met. The minimum yield strength of steel pipe is to be 35,000 p.s.i. and steel material shall conform to SUDAS Section 3020.

Boring Operations and Monitoring Requirements: A qualified City inspector is required to monitor the ground and track for movement during the bore and jack processes. Rail movements of over one-quarter (1/4) inch vertically shall be immediately reported to CP Railroad. The installation process and all train movement must be stopped immediately if movement is detected. The damage area must be immediately repaired. The installation process must be reviewed and modified as required before the installation may proceed.

The Contractor will be required to monitor for settlement at the surface during boring operations. Prior to boring, the Contractor shall establish a survey grid line along the approved boring alignment. Surface settlement measurement points shall consist of survey markers such as PK nails, wooden hubs with nails, or other markers appropriate for the ground or pavement in which they are installed. A total of 5 measurement points shall be taken along the boring alignment at the following locations: 1. At top of rail 2. An offset of 10 feet and an offset of 20 feet in each direction from centerline of rail

The Contractor will be required to take a baseline survey and follow up survey to establish accurate elevations of the surface monitoring points at least 1 week before the commencement of subsurface work. On days when boring occurs, readings on surface settlement measurement points will be taken every 4 hours on all points within 40 feet of the tunnel face. On days when boring does not occur, take daily readings on all points within 40 feet of tunnel face. The Contractor shall take survey readings of settlement measurement points a minimum of once per week for up to 3 weeks after completion of subsurface work, including pit backfilling at each tunnel.

The hole diameter resulting from bored installations shall not exceed the outside diameter of the casing by more than 2 inches on pipes with an inside diameter greater than 12 inches. All voids or abandoned holes caused by boring are to be filled by pressure

1930’s Interceptor Flow Diversion 40 grouting. Grout material shall conform to SUDAS Section 3020, Trenchless Construction. Stop tunneling, modify tunneling methods, and conduct grouting or other remedial actions if surface settlements at roadways, railways, underground utilities, and structures exceed 0.75 inches.

Upon completion of the boring installation work, the contractor shall provide an accurate as-built drawing of the installed bored segment. As-built drawings will include both horizontal and profile plans. The latitude and longitude coordinates of the entry, exit, and turn points shall be provided on the as-built drawing(s).

Payment for this item shall be made at the unit bid price per Lineal Foot of TRENCHLESS PIPE INSTALLATION, 36” SAN WITH 54” STEEL CASING.

Bid Item No. 72 – IDENTIFICATION OF SERVICES (EA) This item shall include all labor and materials to identify sanitary sewer services needing reconnection to proposed sanitary sewer main/manholes, identifying private storm drains that need disconnection from sanitary and re-routing to proposed storm sewer, or to locate existing sanitary services needing re-route to proposed construction or 1970’s Interceptor.

Identification may include televising, dye testing, flush tests, smoke testing to determine the source location of services and if the service is live, cross connected to storm sewer, dead or where the service ties to the public main or originates. It is the sole responsibility of the contractor to determine which services are active and inactive. Inactive/dead services shall be disconnected in trench and plugged with 2’ concrete minimum (incidental to construction). If it is necessary to use dye test/flush tests or televise from inside building, the contractor shall schedule the work when property owners are present so that the work can be performed. The contractor shall be fully responsible for any rehabilitation performed to inactive sewers and shall pay all costs associated with removing and/or repairing work to inactive services. Inactive or abandoned service laterals that connect to sewers or manholes shall not be reconnected to proposed sewers or proposed manholes. If the existing lateral enters the top of the sewer, the contractor shall determine the direction. The use of this bid item shall be authorized by City prior to using. Bid quantity was estimated to establish unit price.

Measurement and payment will be made at the unit bid price per Each for IDENTIFICATION OF SERVICES.

Bid Item No. 73 – SANITARY SERVICE, 4”- 6” (LF) This item shall include all labor, equipment, and material required for installation of sanitary service pipe, 4” or 6” in diameter and sewer pipe material complying with SUDAS Sections 3010 and 4010, City of Davenport – SUDAS Supplemental as specified herein.

Sanitary sewer services piping shall be Ductile Iron Pipe, comply with AWWA C151, minimum thickness Class 52, have an interior epoxy lining (Protecto 401 or equal), 6” where called out on Plan Drawings. Pipe material, joints, fittings, polyethylene encasement, internal/external coatings shall conform to SUDAS Standard Specification Section 4010. All bypass pumping and dewatering incidental.

1930’s Interceptor Flow Diversion 41 Disconnection and removal of any replaced 4” or 6” sanitary sewer within the trench is to be paid separately. Couplings/adapters needed to connect new pipe to existing pipes are included in the price of this bid item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item shall be made at the unit price bid per Lineal Foot of SANITARY SERVICE, 4” - 6” DIA, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 74 – SANITARY CLEANOUT, 4”- 6” DIA (LF) This item shall include all labor, material, and equipment, furnish and construct a new external drop where shown on Plan Drawings, of the type and size specified, in accordance with SUDAS Sections 3010 and 4010, City of Davenport – SUDAS Supplemental Specifications and Section 2504 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Unit price includes, but is not limited to, flexible watertight connections to the proposed manhole (including overflow connection), connection to the proposed or existing upstream sewers, couplings, bends, tees, adapters and all pipe fittings, concrete encasement, excavation, furnishing and placement of bedding and any necessary granular backfill material (Grad. No. 11, Class A Crushed Stone), compaction, and compaction testing. The external drops shall be constructed of ductile iron pipe conforming to pipe materials as specified in SUDAS Sections 6010 in the size indicated and associated fittings for bends, tees and connections.

Refer to and comply with SUDAS Figure DAV4010.203 for construction of cleanouts.

Payment for this item shall be made at the unit price bid per Lineal Foot for SANITARY CLEANOUT, of the type and size specified.

Bid Item No. 75 – CIPP SEWER LINING, 18” DIA (LF) This item shall include all labor, materials and equipment necessary to install the finished liner, including preparatory cleaning and televising of sewer, any necessary manhole cleaning, removal and disposal of debris, bypass pumping, transportation of the flexible liner and resin impregnation system, sealing at manhole walls (insignia end-seals), leakage testing, CIPP sample testing, and post-insertion televising. The Contractor shall furnish a copy of both the pre- and post-televised sewers on CD’s to the City upon completion of the project for review before final payment is released.

Measurement and payment will be made at the unit price bid per Lineal Foot of CIPP SEWER LINING, 18” DIA.

1930’s Interceptor Flow Diversion 42 Bid Item No. 76 & 77 – CIPP SEWER LINING, 54” & 60” DIA (LF) This item shall include all labor, materials and equipment necessary to install the finished liner, including preparatory heavy cleaning (jetting, bucketing or any method deemed necessary to fully clean pipe) and televising of sewer, any necessary manhole cleaning, removal and disposal of debris, bypass pumping, transportation of the flexible liner and resin impregnation system, sealing at manhole walls (insignia end-seals), leakage testing, CIPP sample testing, and post-insertion televising. The Contractor shall furnish a copy of both the pre- and post-televised sewers on CD’s to the City upon completion of the project for review before final payment is released.

It should be noted that the larger diameter sewers will need extensive cleaning of settled deposits, sludge and debris. These sewers are estimated to have 10% to 25% debris build-up at bottom of pipe.

Measurement and payment will be made at the unit price bid per Lineal Foot of CIPP SEWER LINING, 54” & 60” DIA.

Bid Item No. 78 – SEWER TELEVISING (LF) This item shall include labor, equipment and materials necessary to perform sewer televising, regardless of the size of pipe. Televising shall be performed where called out on Plan Drawings or directed by Engineer as needed throughout the duration of the project.

Sewer televising shall comply with SUDAS specifications and Davenport Supplementary Specification Section 4060 – Cleaning, Inspection and Testing. All televising and video inspection shall comply with National Association of Sewer Services Companies (NASSCO) requirements. Televising technician must be NASSCO/PACP certified.

This item shall include televising and light cleaning with jet (1-2 passes if necessary) of sewer.

Measurement and payment will be made at the unit price bid per Lineal Foot of SEWER TELEVISING.

Bid Item No. 79 & 80 – INTAKE REMOVAL, SINGLE & TRIPLE INTAKE (EA) In locations where shown on the plans or where directed by the Engineer, the Contractor shall remove an existing storm sewer intake, of the type and size indicated, that are being replaced by new construction or are no longer part of the system.

Existing grates/castings are to be salvaged and turned over to the City. Contractor to store on site and coordinate pick up with the Project Manager.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

1930’s Interceptor Flow Diversion 43 Price bid will include all excavation, disposal of excavated material and structure, granular trench backfill, any needed bypass pumping and/or dewatering, and any concrete plugs necessary to abandon an existing pipe. Payment for this item will be at the unit price bid per Each of INTAKE REMOVAL of the type and size indicated, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 81 – SW-501, SINGLE INTAKE (EA) Work under this item will be in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

When pre-cast structures are utilized for construction over an existing pipe or replacement of an existing structure, the contractor shall verify elevations and connections prior to ordering the materials. Any adjustments required in the field due to assumed elevations, will be the responsibility of the contractor and no additional compensation will be allowed for this work. Bypass pumping and dewatering incidental.

New castings shall be provided for all structures. Specific structure and casting requirements as follows:

Single Grate Intakes – Provide Neenah Type R-3246 casting with Type R grate, or approved equal.

Curb Inlets shall be constructed in manner that will hold the back of curb elevation identified for placement adjacent to sidewalk. In addition, inlets shall be constructed as follows:

a. Conform to wall reinforcing per SUDAS requirements b. Grate Intakes - Provide concrete seal on back of curb box casting to cover bolts.

Construct grate intakes with stacking adjusting ring heights as follows:

Grate Intakes – 2 inches minimum; 8 inches maximum

Where replacing an existing structure, contractor shall remove and replace existing sections of pipe as required to make connection, including any necessary fittings or couplings. No additional payment will be made for this work which shall be considered incidental to the appropriate Storm Sewer Structure pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

The Contractor will be required to submit Shop Drawings for all Storm Sewer Structures.

1930’s Interceptor Flow Diversion 44 Payment for this item will be at the unit price bid per Each SW-501, SINGLE INTAKE, as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 82 – SINGLE INTAKE, OPEN-TRHOAT (EA) Work under this item will be in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

When pre-cast structures are utilized for construction over an existing pipe or replacement of an existing structure, the contractor shall verify elevations and connections prior to ordering the materials. Any adjustments required in the field due to assumed elevations, will be the responsibility of the contractor and no additional compensation will be allowed for this work. Bypass pumping and dewatering incidental.

Construction of the open-throat intake shall follow the requirements of IDOT Standard Road Plans SW-541 – Open Throat Curb Intake Under Pavement. The open-throat box shall be constructed under road and not behind back of curb. The lid above box shall be SW-602, Type G casting.

Where replacing an existing structure, contractor shall remove and replace existing sections of pipe as required to make connection, including any necessary fittings or couplings. No additional payment will be made for this work which shall be considered incidental to the appropriate Storm Sewer Structure pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

The Contractor will be required to submit Shop Drawings for all Storm Sewer Structures.

Payment for this item will be at the unit price bid per Each SINGLE INTAKE, OPEN- THROAT as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 83 – TRIPLE INTAKE (EA) Work under this item will be in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

When pre-cast structures are utilized for construction over an existing pipe or replacement of an existing structure, the contractor shall verify elevations and connections prior to ordering the materials. Any adjustments required in the field due to assumed elevations, will be the responsibility of the contractor and no additional compensation will be allowed for this work. Bypass pumping and dewatering incidental.

1930’s Interceptor Flow Diversion 45

New castings shall be provided for all structures. Specific structure and casting requirements as follows:

Provide Neenah Type R-3246 casting with Type R grate, or approved equal.

Curb Inlets shall be constructed in manner that will hold the back of curb elevation identified for placement adjacent to sidewalk. In addition, inlets shall be constructed as follows:

a. Conform to wall reinforcing per SUDAS requirements b. Grate Intakes - Provide concrete seal on back of curb box casting to cover bolts.

Construct grate intakes with stacking adjusting ring heights as follows:

Grate Intakes – 2 inches minimum; 8 inches maximum

Where replacing an existing structure, contractor shall remove and replace existing sections of pipe as required to make connection, including any necessary fittings or couplings. No additional payment will be made for this work which shall be considered incidental to the appropriate Storm Sewer Structure pay item. The contractor shall replace the triple intake with similar construction to the one that exists. It is the contractor’s responsibility to get all dimensions necessary for construction of new triple intake.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

The Contractor will be required to submit Shop Drawings for all Storm Sewer Structures.

Payment for this item will be at the unit price bid per Each TRIPLE INTAKE, as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 84, 85 & 86 – SW-401, STORM MANHOLE CIRCULAR, 60”, 84” & 96” DIA (EA) Work under this item will be in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein. Refer to SUDAS drawing 6010.401 for detail on Plan Sheet G.21.

When pre-cast structures are utilized for construction over an existing pipe or replacement of an existing structure, the contractor shall verify elevations and connections prior to ordering the materials. Any adjustments required in the field due to assumed elevations, will be the responsibility of the contractor and no additional compensation will be allowed for this work. Bypass pumping and dewatering incidental.

1930’s Interceptor Flow Diversion 46

New castings shall be provided for all structures. Specific structure and casting requirements as follows:

Manholes – Provide Neenah Type R-1733 Frame and Grate with solid lid or approved equal.

Construct manholes with stacking adjusting ring heights as follows:

Manholes – 4 inches minimum; 12 inches maximum

Where replacing an existing structure, contractor shall remove and replace existing sections of pipe as required to make connection, including any necessary fittings or couplings. No additional payment will be made for this work which shall be considered incidental to the appropriate Storm Sewer Structure pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

The Contractor will be required to submit Shop Drawings for all Storm Sewer Structures.

Payment for this item will be at the unit price bid per Each SW-401, STORM MANHOLE CIRCULAR, 60”, 84” & 96” DIA, as identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 87 – 60” SPECIAL STORM GATE STRUCTURE (EA) Unit price includes all labor, materials, and equipment for construction of the special storm water gate closure structure as shown on plans including excavation, bedding, backfill, concrete, reinforcing steel, water stops, sluice gate, Tideflex checkmate in-line check valve, handrails, dewatering, bypass pumping and any accesses shown on plans including hatches, castings, and/or covers. Staking for structure location will be incidental to this item.

Sluice gate shall be Fontaine-Aquanox series 20 Slide Gate, Model 202-FSX-60x60-A- WT-17 or equal. The Contractor will be responsible for verifying sewer pipe size to ensure 60”x60” sluice gate will fit adequately to sewer dimensions.

The special gate structure will only be able to be constructed after the outlet in the “seawall” has been temporarily plugged and sealed. The contractor is responsible for dewatering of the upstream 60” storm sewer. The contractor is also responsible for setting up bypass pumping systems upstream of proposed gate structure location in order to maintain storm water flows that are collected within the upstream storm sewer during rainfall events and in general during construction.

Removal of existing 60” storm sewer and/or 5’x5’ box sewer in order to construct proposed structure is incidental to this item. The contractor shall connect existing pipe and/or box sewer to new structure. It is the contractor’s responsibility to field verify and confirm

1930’s Interceptor Flow Diversion 47 existing size and dimensions of the storm pipe at the location of where the storm line will enter and exit the proposed storm structure for appropriate sizing of sluice gate and in-line check valve. If sizing or configuration deviate from what are shown on plan drawings, the contractor is to notify Engineer. It is ultimately the responsibility of the contractor to place the correct gate and in-line check valve to meet existing pipe sizes and configurations.

Necessary cleaning of the upstream line for installation of Tideflex checkmate in-line check valve shall be considered incidental to this item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Measurement and payment will be made at the unit price bid per Each for 60” SPECIAL STORM GATE STRUCTURE.

Bid Item No. 88, 89 & 90 – STORM SEWER, 12”, 15” & 18” RCP (CLASS III) (LF) Work under this item will be in accordance with SUDAS Sections 3010 and 4020, City of Davenport – SUDAS Supplemental Specifications and Section 2403 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Storm Sewer piping shall be Reinforced Concrete Pipe, minimum 2000D Class III (12”, 15” &18”). Storm Sewer piping shall be bell and spigot with rubber gasketed joints in accordance with ASTM C-443. Bypass pumping and dewatering incidental.

Circular R.C.P. pipe shall be constructed with a Class I bedding material having a minimum thickness of 4 inches below the pipe up to the pipes spring line (Class R-2). Bedding material shall be IDOT Grad. No. 3 and shall be considered incidental to the appropriate Storm Sewer pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

This item shall include all excavation as required. All rubble and excess excavated material generated by construction shall be kept separate and disposed of by the Contractor.

Payment shall be made at the contract unit price per Lineal Foot of STORM SEWER, 12”, 15” & 18” RCP (CLASS III). Price shall include all labor, materials, and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 48 Bid Item No. 91 – STORM SEWER, 30” C905 PVC DR18 (LF) Work under this item will be in accordance with SUDAS Sections 3010 and 4020, City of Davenport – SUDAS Supplemental Specifications and Section 2403 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Storm Sewer piping shall comply with pipe material conforming to AWWA C905, DR water main quality PVC pipe. Storm Sewer piping shall be bell and spigot with elastomeric gasketed joints in accordance with ASTM F477. Bypass pumping and dewatering incidental.

Circular storm pipe shall be constructed with a Class I material having a minimum thickness of 4 inches below the pipe up to 12 inches above top of pipe (Class F-2). Bedding material shall be IDOT Grad. No. 3 and shall be considered incidental to the appropriate Storm Sewer pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

This item shall include all excavation as required. All rubble and excess excavated material generated by construction shall be kept separate and disposed of by the Contractor.

Payment shall be made at the contract unit price per Lineal Foot of STORM SEWER, 30” C905 PVC DR18. Price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 92 – STORM SEWER, 54” RCP (CLASS III) (LF) Work under this item will be in accordance with SUDAS Sections 3010 and 4020, City of Davenport – SUDAS Supplemental Specifications and Section 2403 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Storm Sewer piping shall be Reinforced Concrete Pipe, minimum 2000D Class III (54” Storm Sewer piping shall be bell and spigot with rubber gasketed joints in accordance with ASTM C-443. Bypass pumping and dewatering incidental.

Circular R.C.P. pipe shall be constructed with a Class I bedding material having a minimum thickness of 4 inches below the pipe up to the pipes spring line (Class R-2). Bedding material shall be IDOT Grad. No. 3 and shall be considered incidental to the appropriate Storm Sewer pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

1930’s Interceptor Flow Diversion 49

This item shall include all excavation as required. All rubble and excess excavated material generated by construction shall be kept separate and disposed of by the Contractor.

Payment shall be made at the contract unit price per Lineal Foot of STORM SEWER, STORM SEWER, 54” RCP (CLASS III). Price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 93 – SIDEWALK REMOVAL (SF) This work shall comply with SUDAS Section 7040, City of Davenport – SUDAS Supplemental Specifications and Division 25 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This work shall include the removal and disposal of concrete sidewalks. No additional compensation will be allowed for any variations in sidewalk thickness or material types encountered during construction. This item also includes the removal of P.C.C. stairs (including any handrails) to be replaced by construction.

Payment will be made at the contract unit price bid per Square Foot of SIDEWALK REMOVAL, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 94 – P.C.C. SIDEWALK, 4” THICK (SF) Work under this item will be in accordance with SUDAS Section 7030, City of Davenport – SUDAS Supplemental Specifications and Section 2511 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This item shall consist of the construction of 4” Portland Cement Concrete (P.C.C.) Sidewalk at the locations and grades shown in the drawings. All jointing, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

Placement of 6” granular subbase (IDOT Grad. No. 11) shall be installed under proposed sidewalk shown to be replaced on Plan Drawings. The reasoning for the 6” placement is due to the close proximity to the adjacent roadways. This will not be paid for under this item but will be paid for under GRANULAR SUBBASE, 6” THICK pay item.

Sidewalk shall be constructed with tooled joints. Joint spacing shall match sidewalk width up to a maximum of 6 feet. Place expansion joints every 50 feet and at property lines. Approved contractor’s nameplate shall be stamped at property lines.

1930’s Interceptor Flow Diversion 50

If sidewalks are constructed directly behind the curb as in downtown areas, and signs need to be reinstalled at certain areas, the Contractor shall appropriately sleeve the area in accordance with the instructions of the City traffic engineer. Any sleeves necessary will be supplied by the City, and the Contractor shall be responsible for installing them as an incidental cost to sidewalk construction. The Contractor will not be allowed to core the area in lieu of using a sleeve.

The adjustment to grade of utility and their respective boxouts for shutoffs, valves and electrical hand holes shall be considered an incidental cost to this item.

Payment for this item will be made at the unit price bid per Square Foot of P.C.C. SIDEWALK, 4” THICK, which price will include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 95 – P.C.C. SIDEWALK, ADA RAMP (SF) Work under this item will be in accordance with SUDAS Section 7030, City of Davenport – SUDAS Supplemental Specifications and Section 2511 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This item shall consist of the construction of 6” minimum thickness and thickened to 8” where sidewalk forms or abuts curb Portland Cement Concrete Sidewalk at the locations shown in the drawings. All jointing, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item. The Contractor shall shoot in elevations of the ADA ramps and landings and submit to Engineer to verify conformance. This shall be considered incidental to this item. Any ramps/landings not within ADA and SUDAS regulations shall be ripped out and reconstructed to grades within cross-slope and running-slope limits.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

Placement of 6” granular subbase (IDOT Grad. No. 11) shall be installed under proposed sidewalk shown to be replaced on Plan Drawings. The reasoning for the 6” placement is due to the close proximity to the adjacent roadways. This will not be paid for under this item but will be paid for under GRANULAR SUBBASE, 6” THICK pay item.

Sidewalk shall be constructed with tooled joints. Joint spacing shall match sidewalk width up to a maximum of 6 feet. Place expansion joints every 50 feet and at property lines. Approved contractor’s nameplate shall be stamped at property lines.

If sidewalks are constructed directly behind the curb as in downtown areas, and signs need to be reinstalled at certain areas, the Contractor shall appropriately sleeve the area in accordance with the instructions of the City traffic engineer. Any sleeves necessary will be supplied by the City, and the Contractor shall be responsible for installing them as an

1930’s Interceptor Flow Diversion 51 incidental cost to sidewalk construction. The Contractor will not be allowed to core the area in lieu of using a sleeve.

The adjustment to grade of utility and their respective boxouts for shutoffs, valves and electrical hand holes shall be considered an incidental cost to this item.

DETECTABLE WARNING PANELS will be paid separately.

Payment for this item will be made at the unit price bid per Square Foot of P.C.C. SIDEWALK, ADA RAMP, which price will include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 96 – ADA DETECTABLE WARNING (SF) Work under this item will be in accordance with SUDAS Section 7030, City of Davenport – SUDAS Supplemental Specifications and Section 2511 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The Federal Highway Administration is obligated to enforce the compliance of State and local governments to now apply the minimum design standards of the ADAAG (Americans with Disabilities Act Accessible Guideline) specification for detectable warning surfaces at pedestrian handicap ramps. Detectable warning surfaces are detectable transitional surfaces from pedestrian walkways to hazardous vehicular ways. Constructing of a surface utilizing truncated domes for detecting the boundary between street and sidewalk are now required when constructing or altering curb ramps. Grooves, exposed aggregate and other designs intended for use as detectable warning are too similar to pavement textures and defects such as cracks and joints and are not now considered equivalent facilitation. Truncated domes are a unique design and have proven to be the most detectable surface.

The detectable warning surface shall be “safety red” and extend a minimum of 24 inches in the direction of travel and the full width of the curb ramp, landing or blended transition, “Armor Tile” or approved equal. Their location and alignment shall comply with ADAAG Section R304.2, regarding Detectable Warning Surfaces.

To comply with specifications for truncated dome surfacing according to the Urban Design, contractor will be required to install cast-in-place plastic tiles from Armor Tile Tactile Systems.

Payment shall be made at the contract unit price per Square Foot of ADA DETECTABLE WARNING.

Bid Item No. 97 – P.C.C. STAIRS W/ HANDRAILS (SF) Work under this item will include all materials, equipment and labor necessary to fully replace P.C.C. stairs that have been removed due to construction and re-install handrails. Included in this work shall be excavation forms, concrete, reinforcement bars, and other work required by specifications for Portland Cement Concrete steps and handrails.

1930’s Interceptor Flow Diversion 52 This item is to replace any steps (and their handrails) outside of Modern Woodmen Stadium. The steps shall be replaced with similar construction as existing steps currently in place. The handrails removed from the existing steps shall be salvaged to be reinstalled if at all possible. If handrails and their accessory equipment cannot be salvaged, the Contractor shall replace the handrails in-kind and shall bear no cost to the owner, and shall be considered incidental to this item.

Payment shall be made at the contract unit price per Square Foot of P.C.C. STAIRS W/ HANDRAILS.

Bid Item No. 98 – PAVEMENT REMOVAL (SY) This work shall comply with SUDAS Section 7040, City of Davenport – SUDAS Supplemental Specifications and Division 25 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This work shall include the removal and disposal of street pavement, driveway pavement and bike path pavement. No additional compensation will be allowed for any variations in pavement/driveway/bike path thickness or material types encountered during construction. SIDEWALK REMOVAL will be paid for separately.

Removal and disposal of all materials including, but not limited to, HMA, Portland Cement Concrete, composite sections, bricks, etc. are included within this pay item regardless of thickness. Brick pavers shall be taken to City of Davenport’s Yard at 232 South Marquette Street, Davenport, IA 52801. Saw cutting is incidental to this pay item.

Payment will be made at the contract unit price per Square Yard of PAVEMENT REMOVAL, which price shall include all labor, materials and equipment necessary to complete this item.

Bid Item No. 99 – P.C.C. BIKE PATH, 8” THICK (SY) Work under this item will be in accordance with SUDAS Section 7010, City of Davenport – SUDAS Supplemental Specifications and Section 2301 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

GRANULAR SUBBASE, 6” THICK will be paid for separately. Curing will be with white- pigmented liquid curing compound. The final finish will be secured by using a broom finish for hand pours or an artificial turf drag for paving operations.

Transverse joint “C” spacing shall match existing joint spacing of P.C.C. bike path in the field. All jointing, tie bars, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item.

1930’s Interceptor Flow Diversion 53

Payment for this item shall be at the contract unit price per Square Yard of P.C.C. BIKE PATH, 8” THICK, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 100 – HMA BIKE PATH, 5” THICK (SY) Work under this item will be in accordance with SUDAS Section 7020, City of Davenport – SUDAS Supplemental Specifications and Section 2303 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

GRANULAR SUBBASE, 8” THICK will be paid for separately.

Unit price includes furnishing all labor, materials and equipment for pavement cleaning and preparation, prime coat, tack coat, HMA pavement, trucking, placement, compaction, consolidation, sampling, testing and incidentals for construction of hot mix asphalt pavement per Iowa D.O.T. Standard Specifications and supplemental specifications. Sealing joints, including curb joints will be considered incidental to this item.

The 5-inch thick path shall be paved in 2 lifts, including a 3-inch binder course and 2-inch surface course.

Lift Designation: HMA L.T. Surface Performance Grade Binder: PG 58-28S Mix Size: 3/8 inch, for binder and surface courses Binder Course: 1 - 3 inch lift Surface Course: 1 - 2 inch lift

Payment for this item shall be at the contract unit price per Square Yard of HMA BIKE PATH, 5” THICK, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 101 – P.C.C. DRIVE, 7” THICK (SY) Work under this item will be in accordance with SUDAS Section 7010 and 7030, City of Davenport – SUDAS Supplemental Specifications and Section 2301 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

GRANULAR SUBBASE, 6” will be paid for separately. Curing will be with white- pigmented liquid curing compound. The final finish will be secured by using a broom finish for hand pours or an artificial turf drag for paving operations.

1930’s Interceptor Flow Diversion 54 Maximum transverse joint “C” spacing shall be 15 feet. All jointing, tie bars, dowels, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item.

Payment for this item shall be at the contract unit price per Square Yard of P.C.C. DRIVE, 7” THICK, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 102 – P.C.C. RAMPED MEDIAN NOSE (SY) Work under this item will be in accordance with SUDAS Section 7010, City of Davenport – SUDAS Supplemental Specifications and Section 2301 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The Contractor shall use an Iowa D.O.T. C-4WR mix on ramped median noses and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

GRANULAR SUBBASE, 6” THICK will be paid for separately. Curing will be with white- pigmented liquid curing compound. The final finish will be secured by using a broom finish for hand pours or an artificial turf drag for paving operations.

See Plan Sheets C.14.14 – C.14.16 for detail on ramped median noses.

Payment for this item shall be at the contract unit price per Square Yard of P.C.C. RAMPED MEDIAN NOSE, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 103, 104, 105 & 106 – P.C.C. FULL DEPTH PATCHING, 7”, 8”, 9” & 12” THICK (INTEGRAL CURB AND GUTTER) (SY) Work under this item will be in accordance with SUDAS Section 7010, City of Davenport – SUDAS Supplemental Specifications and Section 2301 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

GRANULAR SUBBASE, 6” THICK will be paid for separately. Curing will be with white- pigmented liquid curing compound. The final finish will be secured by using a broom finish for hand pours or an artificial turf drag for paving operations.

1930’s Interceptor Flow Diversion 55 Maximum transverse joint “C” spacing shall be 15 feet. All jointing, tie bars, dowels, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item.

Payment for this item shall be at the contract unit price per Square Yard of P.C.C. FULL DEPTH PATCHING, 7”, 8”, 9” & 12” THICK (INTEGRAL CURB AND GUTTER), which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 107 – P.C.C. CURB & GUTTER (LF) These items shall include all labor, equipment, and material necessary to construct new P.C.C. curb and gutter per SUDAS and City Supplemental Standards. Price includes concrete, subgrade preparation and necessary reinforcement. All curbing shall be built with an unfinished "flag" extending from the base of curb to the edge of the pavement exposed by excavating the existing curb. Forms shall be removed within five (5) working days of curb placement. GRANULAR SUBBASE 6” THICK shall be placed beneath and shall extend 1.5’ behind back of curb and will be paid for separately.

This bid item has been included in the event a section of only curb and gutter would need to be replaced, otherwise all curb and gutter units are integral to respective full depth patching items. An 18” wide curb and gutter section shall be used.

Payment for this item shall be at the contract unit price per Lineal Foot of P.C.C. CURB & GUTTER, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 108 – BRICK ROADWAY PAVERS (SY) Work under this item will be in accordance with SUDAS Section 7080, City of Davenport – SUDAS Supplemental Specifications and Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Unit price includes furnishing all labor, materials and equipment for restoring areas with brick pavers that have been removed by construction. The pavers shall be replaced in- kind with adjacent brick/pavers in the area where disturbance occurs. Item includes brick pavers, asphalt bedding and concrete base. GRANULAR SUBBASE, 8” THICK will be paid for separately.

Payment for this item shall be at the contract unit price per Square Yard of BRICK ROADWAY PAVERS, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 109, 110 & 111 – GRANULAR SUBBASE, 6”, 8” & 11” THICK (SY) This work shall comply with SUDAS Section 2010, City of Davenport – SUDAS Supplemental Specifications and Section 2111 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This item will be used under the following items:

1930’s Interceptor Flow Diversion 56 P.C.C. Full Depth Patching, 7”, 8”, 9” & 12” Thick – 6-inch thickness P.C.C. Ramped Median Nose – 11-inch thickness P.C.C. Driveway Pavement, 7” – 6-inch thickness P.C.C. Sidewalks, 4” Thick – 6-inch thickness P.C.C. Sidewalks, ADA Ramp – 6-inch thickness P.C.C. Bike Path, 8” Thick – 6-inch thickness H.M.A. Bike Path, 5” Thick – 8-inch thickness Brick Roadway Pavers – 8-inch thickness

The granular subbase will conform to Iowa DOT Standard Specifications, Section 4121, Gradation No. 11, Class A crushed stone.

Payment shall be made at the contract unit price bid per Square Yard of GRANULAR SUBBASE, 6”, 8” & 11” Thick, furnished and placed, which price shall include all labor, materials and equipment necessary to complete this item.

Bid Item No. 112 – GRANULAR SURFACING (TON) This work shall comply with SUDAS Section 2010, City of Davenport – SUDAS Supplemental Specifications and Section 2111 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The granular surfacing will conform to Iowa DOT Standard Specifications, Section 4121, Gradation No. 12, Class A crushed stone. Thickness of surfacing as specified on Plan Drawings.

Payment shall be made at the contract unit price bid per Ton of GRANULAR SURFACING, furnished and placed, which price shall include all labor, materials and equipment necessary to complete this item.

Bid Item No. 113 – TEMPORARY GRANULAR SURFACING (TON) This work shall comply with SUDAS Section 2010, City of Davenport – SUDAS Supplemental Specifications and Section 2111 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The granular surfacing will conform to Iowa DOT Standard Specifications, Section 4121, Gradation No. 12, Class A crushed stone. This item shall be used where deemed necessary and approved by City Inspector throughout the project construction areas.

Payment shall be made at the contract unit price bid per Ton of TEMPORARY GRANULAR SURFACING, furnished and placed, which price shall include all labor, materials and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 57 Bid Item No. 114 – STABILIZING MATERIAL FOR TRENCH FOUNDATION (TON) This work shall comply with SUDAS Section 3010, City of Davenport – SUDAS Supplemental Specifications. This item shall be constructed, measured, and paid for per ton and shall include all labor, equipment and material necessary to place and compact crushed rock for sewer foundation material. Foundation material shall conform to the SUDAS Section 3010; however, the gradation may vary depending on the conditions and as approved by the Engineer. Foundation material shall be used as a pay item only when unsuitable trench conditions warrant as determined by the Engineer. This item shall include trench excavation necessary to place the material at proper grade, removal and disposal of unsuitable or excess material, and all labor, material, equipment and transportation necessary to place and compact the material.

Quantities of foundation material shall be computed from copies of delivery tickets of material used at the job site. Trench foundation required to correct unauthorized over- excavation will not be measured.

Measurement and payment will be made at the unit price per Ton for STABILIZING MATERIAL FOR TRENCH FOUNDATION.

Bid Item No. 115 – ROCK EXCAVATION (CY) This work shall comply with SUDAS Section 3010, City of Davenport – SUDAS Supplemental Specifications. This item shall be constructed, measured, and paid for per ton and shall include all labor, equipment and material necessary to remove boulders or sedimentary deposits that cannot be removed in trenches without continuous use of pneumatic tools or blasting.

This item is to be used in the event rock is encountered and cannot be removed without pneumatic tools/blasting. The use of this bid item shall be authorized by City Project Manager. This bid item was created to establish unit price and will not necessarily be used.

Payment for this item shall be made at the unit price bid per Cubic Yard of ROCK EXCAVATION (CY) for quantity of rock removed, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 116 – FLOWABLE MORTAR BACKFILL (UTILITY LINE SUPPORT) (CY) This work shall comply with SUDAS Section 3010, City of Davenport – SUDAS Supplemental Specifications. Place flowable mortar backfill in accordance to SUDAS Standard Drawing 3010.903 and SUDAS Section 3010, 3.05.

This item shall also be used as flowable mortar backfill for utility line support in areas where typical granular backfills and compaction may be difficult and where shown on Plan Drawings. This bid item is to be used where shown on Plan Drawings or as directed by the engineer and will be included in the unit price. It may be decided in the field to use flowable backfill at utility line crossings; this must be authorized by the City Engineer prior to using this item.

1930’s Interceptor Flow Diversion 58 Payment for this item shall be at the contract unit price per Cubic Yard of FLOWABLE MORTAR BACKFILL (UTILITY LINE SUPPORT), which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 117 – PAVEMENT MARKINGS, 4” EQUIVALENT, DURABLE PAINT (LF) Work under this item will be in accordance with SUDAS Section 8020, City of Davenport – SUDAS Supplemental Specifications and Section 2527 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Measurement in linear feet shall be made based on measured starting and ending length of a 4-inch line. Lines wider than 4 inches, broken lines and double lines will be adjusted by a quantity factor as follows;

4” Line – 1.0 4” Skip Dash – 0.25 6” Line – 1.5 8” Line – 2.0 24” Stop Line – 6.0

This item is for both yellow and white pavement markings. The contractor is responsible for identifying and placing all pavement markings back to the original markings layout.

Payment shall be made at the contract unit price bid per Lineal Foot of PAVEMENT MARKINGS, 4” EQUIVALENT, DURABLE PAINT, which price shall include all labor, materials and equipment necessary to complete this item.

Bid Item No. 118, 119, 120, 121 – UTILITY ADJUSTMENTS (EA) These items shall include all labor, equipment and materials necessary to raise or lower existing castings or valves to the proper grades of the finished pavement. All adjusting rings shall be consistent with SUDAS section 6010. All castings shall be adjusted with steel shims or by using approved manhole ring adapters. All interior gaps between the frame and manhole ring/structure wall shall be filled with non-shrink grout. Manholes that require adjustment or work below the 12-inch adjusting ring level shall be paid two (2) times the normal price for casting adjustment. Concrete adjusting rings less than four inches (4") in thickness shall not be allowed. Adjusting rings greater than four inches (4”) in thickness may be permitted if approved by Engineer. The Contractor shall be responsible for replacement of castings damaged by his operations. The area adjacent to manholes and catch basins shall have blockouts constructed per SUDAS and City Supplemental Specifications. When the manhole blockout is intersected by a longitudinal and transverse joint, the square blockout shall be orientated diagonally to the flow of traffic. Gas blockouts and water shutoff blockouts shall have minimum length and width dimensions of two feet (2’). All boxout depths shall comply with SUDAS Standard Drawing Figure 7010.103.

1930’s Interceptor Flow Diversion 59 The Contractor shall exercise care to prevent the movement of newly poured concrete, brick, dirt, concrete or other undesirable material from falling into the manholes and sewers. The Contractor shall immediately remove any undesirable debris from manholes, catch basins or sewers within the project limits caused by the construction at their expense.

It shall be the Contractor’s responsibility to verify the location of all water and gas valves. The Contractor shall coordinate the adjustment of water and gas valves with Iowa- American Water Company and MidAmerican Energy Company, respectively. Special care shall be taken with construction activities in the vicinity of private water service lines, service boxes, and landscape irrigation systems to insure no damage occurs. The Contractor shall repair any damage to services or irrigation systems due to construction at no cost to the City or service owner.

At this time the only known utility adjustments are two existing valves.

Payment for this item will be at the unit price bid per Each of UTILITY ADJUSTMENTS, as found in field or identified on the plans, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. 122 – REPLACE WOODEN DECK IN-KIND (LS) This item shall include all labor, equipment and materials necessary to remove and replace existing wooden deck next to Lindsey Park Yacht Club. The deck will need replaced for abandonment of sanitary manhole RO-68 on the 1930’s Interceptor as well as locating and rerouting Yacht Club’s sanitary sewer service. The deck shall be replaced in- kind and shall include all materials to fully complete the replacement. Any material underneath the deck, including but not limited to, washed decorative river rock and weed barrier fabric shall be included incidental to this item.

Payment for this item will be at the unit price bid per Lump Sum for REPLACE WOODEN DECK IN-KIND.

Bid Item No. 123 – RAISE MANHOLE TO GRADE (EA) This item shall include all labor, material, and equipment to raise existing buried manholes to grade, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Construction shall include, locating and excavation to find manhole castings buried under grade, removal of existing casting and adjusting rings and removal of existing cone or flat- top (if needed to raise to grade). To set manhole to proper grade, the price includes new cone-section of the same size (if needed), adjusting rings, new frame and lid (SW-601, Type C bolt-down), external chimney seals (heat-shrinkable, Canusa Wrapid Seal, or equal) and miscellaneous associated work.

Castings removed shall be salvaged and turned over to the City. This item shall be used where shown on Plan Drawings or anywhere else authorized by City to raise manhole casting to grade.

1930’s Interceptor Flow Diversion 60

Sanitary manhole frame and covers shall be comply with following requirements:

1. The cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R-1916-F (bolt-down), or equal, and R-1642 (if non bolt-down is specified), or equal. Manhole frames and covers shall be manufactured from high test cast iron conforming to the requirements of Class 40A of ASTM A48. 2. Frames shall be true to pattern in form dimensions, free from pouring faults, sponginess, cracks, blowholes, and other defects in positions affecting strength and value of the service intended. Frames shall be boldly filleted at angles and the risers shall be sharp and perfect. Frames shall be sandblasted or otherwise effectively cleaned of scale and sand so as to present a smooth, clean, and uniform surface. 3. Such lids or covers shall have checkered or indented top design similar to Neenah Foundry Company Type B lids; top design with protruding knobs or lugs will not be accepted. Covers shall have concealed pick holes and they shall also have a continuous self-sealing flat gasket, which fits securely in a machined groove on the outer base of the cover.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item shall be made at the unit price bid per Each for RAISE MANHOLE TO GRADE.

Bid Item No. 124 – REMOVE & REPLACE RIVER DRIVE PLANTER (LF) This item shall include all labor, equipment and materials necessary to remove and replace existing reinforced concrete planters located in the median of River Drive. The price includes removal and disposal of existing planter and excavated materials, all concrete, steel rebar, tie-bars and formwork to construct new planter in-kind. Planter shall include 6” subbase, IA DOT Grad. 11 that matches subbase under replaced roadway pavement patching. This subbase under planter is included in this price.

Construct planter per details in Plan Drawings (Sheets C.14.14 – C.14.16).

Payment for this item shall be made at the unit price bid per Lineal Foot for REMOVE & REPLACE RIVER DRIVE PLANTER.

Bid Item No. 125 –TREE, DECIDUOUS 4” DIA FURNISHED & INSTALLED (EA) This work shall comply with SUDAS Section 9030 and Section 4170 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, insofar as applicable and as specified herein.

1930’s Interceptor Flow Diversion 61 The Tree Deciduous shall replace existing trees in-kind that are removed from the project. The Contractor shall note the types of trees that are removed and replace them in-kind and in the same locations. The trees shall be shall be, but not limited to the following: Oak, Maple, Crimson Maple, Flowering Cherry.

Normal planting application dates are March 1 through June 1 and August 15 through September 30.

Work includes, but is not limited to, delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacement.

Payment for this item will be made at the unit price bid per Each of TREE, DECIDUOUS 4” DIAMETER FURNISHED & INSTALLED, which price will include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 126 – REMOVE & REPLACE FENCE (LF) This item shall consist of all labor, material, and equipment required for removal and disconnection of existing chain link fencing and re-installation of fabric, rails, fence posts, fence post foundations (if necessary), nuts, bolts, etc. The rails and posts shall match the existing fencing. The fence shall be replaced in-kind and materials shall be in accordance to Iowa DOT Standard Specification Section 2519.

Payment for this item shall be made at the unit price bid per Lineal Foot for REMOVE & REPLACE FENCE.

Bid Item No. 127 – SW-301, SANITARY MANHOLE, 48” DIA (EA) This item shall include all labor, material, and equipment, furnish and construct a new sanitary manhole, of the type and size specified, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This bid item shall follow all the same requirements and specifications of Bid Items No. 21, 22, 23 & 24 – SW-301, SANITARY MANHOLE, 60”, 72”, 84” & 96” DIA (EA).

City Specifications allow 60” diameter as a minimum manhole size. This 48” diameter manhole size has been added as a bid item in the event a 48” manhole is needed in areas where there is not enough space for a 60” diameter manhole. The use of this bid item and manhole size must be authorized by Engineer prior to being used.

Payment for this item shall be made at the unit price bid per Each for SW-301, SANTARY MANHOLE, 48” DIA.

1930’s Interceptor Flow Diversion 62 Bid Item No. 128 – LIFT STATION PACKAGE, 2 – 2” GRINDER PUMPS AND CONTROLS (LS) This item shall include all labor, equipment and materials necessary to install a complete lift station package to intercept a 6 inch sanitary service at the Iowa American Water Plant. The price includes installation of all piping, bends, fittings, hangers, adapters, check valves, 2 separate 2” grinder pumps, float level sensor within the 60” manhole wet well, and all controls and paneling needed to run lift station. Price does not include the cost of the 60” sanitary manhole wet well nor does it include 2” force main piping laid outside the wet well.

The Contractor shall provide the following for this item: - (2) Zoeller J292 3-phase effluent pumps - (1) Zoeller Duplex control panel - (3) float system for 1st pump, 2nd pump and alarm - (2) Zoeller 2” cast iron check valves - All pipe, fittings, valves, hangers and labor included

The Contractor shall use the specified brand above or an equal lift station package. The Contractor shall follow manufacturers specifications for installation. Equal lift station packages must be approved by Engineer prior to be accepted for use.

Payment for this item shall be made at the unit price bid per Lump Sum for LIFT STATION PACKAGE, 2 – 2” GRINDER PUMPS AND CONTROLS and includes all labor, equipment and materials necessary to construct lift station package in its entirety.

Bid Item No. 129 – 2” FORCE MAIN, SANITARY SEWER (LF) Work under this item will be in accordance with SUDAS Sections 3010 and 4010, City of Davenport – SUDAS Supplemental Specifications and Section 2504 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Price includes, but is not limited to, trench excavation, dewatering, any necessary bypass pumping, furnishing and placing bedding and backfill material, wyes and other fittings, joint restraints, pipe joints, testing and inspection. Piping shall be constructed a minimum of 5 feet below grade and pricing includes all bends, joints, and piping connections.

See Plans Sheet G.09 for bedding requirements. Bedding material shall be IA DOT Gradation #3 and shall be considered incidental to the appropriate Sanitary Sewer pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

This item shall include all excavation as required. All rubble and excess excavated material generated by construction shall be kept separate and disposed of by the Contractor.

1930’s Interceptor Flow Diversion 63 Payment shall be made at the contract unit price per Lineal Foot of 2” FORCE MAIN, SANITARY SEWER. Price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 130 – DISCONNECT CROSS CONNECTION TO 78” INTERCEPTOR (EA) This item shall include all costs for disconnecting and plugging cross connection in the area west of the Block Concrete Plant south of 4th Street & River Drive intersection as shown on Plan Sheet C.1.4. This shall be accomplished by cutting a previously interconnected storm sewer (size believed to be 30” in diameter) and constructing a sewer plug by completely filling the end of the pipe with concrete. Do not let concrete migrate into 78” interceptor. The Contractor will be responsible for retrieving and material and debris that falls into 78” interceptor sanitary sewer. Force concrete into the end of the pipe for a distance of 2 feet, or one-half the pipe diameter, whichever is greater.

This item shall only be used exclusively for disconnection of storm cross connection to 78” interceptor and shall include all costs including, locating and investigatory measures to find cross connection, excavation, cutting and plugging for disconnection, concrete bulkhead plug, backfilling and compacting, and any other miscellaneous items needed to disconnect and permanently seal the connection. Refer to Plan Sheet G.18 for details on plugging.

The Contractor should note that an approximate 15 foot mound of earth will need to be excavated to get to previous (normal) ground level. This additional excavation will be considered incidental to this item.

Payment for this item shall be at the contract unit price per EACH of DISCONNECT CROSS CONNECTION TO 78” INTERCEPTOR, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. 131 – CONTINGENCY ALLOWANCE (LS) General Contractors shall include a contingency allowance to be used for labor, materials and equipment. Any unused portion of the allowance shall be returned to the Owner at the completion of the project. The amount is $200,000. Any contingency allowance may only be authorized and used on written direction of the Project Manager.

1930’s Interceptor Flow Diversion 64 NON-SRF BID ITEMS – ONEIDA AVENUE

Bid Item No. N.1 – SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING (SY) This work shall comply with SUDAS Section 9010, City of Davenport – SUDAS Supplemental Specifications and Section 2601.03 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, insofar as applicable and as specified herein.

Hydraulically applied seed shall be a Type 1, Permanent Lawn Mixture. Hydraulically applied mulch shall be a Bonded Fiber Matrix.

Normal permanent seed application dates are March 1 through May 31 and August 10 through September 30.

Work shall include removal of rock and other undesirable debris from the areas to be seeded, repairing rills and washes, preparing the seedbed, furnishing and placing the seed, and furnishing water and other care as necessary to establish growth.

A minimum of 4” of topsoil shall be placed in areas to be seeded and is included in this bid item.

Miscellaneous erosion control features as indicated on the plans or as directed by the engineer, per supplemental specification on EROSION CONTROL, shall be considered incidental to this pay item.

Any additional seeding required due to construction operations or contractor storage outside of the grading and construction limits will not be paid for and shall be considered incidental.

Payment for this item will be made at the unit price bid per Square Yard of SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING, which price will include all labor, materials, and equipment necessary to complete this item.

Bid Item No. N.2 – PLANTER RESTORATION (LS) This item shall include all labor, equipment and material necessary to fully restore the planter in the parking lot south of the railroad tracks at Oneida. Construction of new sanitary sewer at Oneida will require removal and excavation inside the existing planter area. The contractor is to restore the planter to its original appearance and elevation. The contractor is to replace all plants, shrubs, mulch, black dirt, utility fixtures, and other miscellaneous items that are disturbed during construction activities. Support and protection of any existing utility inside the planter will be considered incidental to this item. Temporary removal of an existing light pole may be needed unless it can be held and supported. Temporary removal and reinstallation, if needed, is incidental to this item.

Payment for this item shall be made at the unit price bid per Lump Sum for PLANTER RESTORATION, which price will include all labor, materials, and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 65 Bid Item No. N.3 – FLOWABLE MORTAR BACKFILL (UTILITY LINE SUPPORT) (CY) This work shall comply with SUDAS Section 3010, City of Davenport – SUDAS Supplemental Specifications. Place flowable mortar backfill in accordance to SUDAS Standard Drawing 3010.903 and SUDAS Section 3010, 3.05.

This item shall also be used as flowable mortar backfill for utility line support in areas where typical granular backfills and compaction may be difficult and where shown on Plan Drawings. This bid item is to be used where shown on Plan Drawings or as directed by the engineer and will be included in the unit price. It may be decided in the field to use flowable backfill at utility line crossings; this must be authorized by the City Engineer prior to using this item.

Payment for this item shall be at the contract unit price per Cubic Yard of FLOWABLE MORTAR BACKFILL (UTILITY LINE SUPPORT), which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. N.4 – ABANDON SEWER IN-PLACE, FLOWABLE GROUT (30” & LESS) (CY) This item shall include all costs for abandonment in-place of sanitary or storm sewers of size and type indicated. This shall be accomplished by placement of flowable fill in the pipe to be abandoned by gravity flow or pumping. Fill the line to be abandoned with flowable mortar, foamed cellular concrete, or CLSM (comply with SUDAS Section 3010). This item shall include all labor, material and equipment required to furnish and place flowable fill material in the pipe in any location directed by the engineer or as called out on the plans.

Payment for this item shall be at the contract unit price per Cubic Yard of ABANDON SEWER IN-PLACE, FLOWABLE GROUT (30” & LESS), which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. N.5 – MANHOLE REMOVAL (EA) In locations where shown on the plans or where directed by the Engineer, the Contractor shall remove an existing storm or sanitary manhole that is being replaced by new construction or is no longer part of the system. Manhole materials consist of a variety of materials including but not limited to, concrete, reinforcement, brick and/or stone.

Existing castings are to be salvaged and turned over to the City. Contractor to store on site and coordinate pick up with the Project Manager.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

1930’s Interceptor Flow Diversion 66 Price bid will include all excavation, disposal of excavated material and structure, granular trench backfill, any pipe removal within trench, and any concrete plugs necessary to abandon existing pipes. Payment for this item will be at the unit price bid per Each of MANHOLE REMOVAL, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.6 – ABANDON MANHOLE, TYPE 1 (EA) In locations where shown on the plans or where directed by the Engineer, the Contractor shall abandon a sewer manhole that is no longer part of the storm or sanitary sewer system. Manhole materials consist of a variety of materials including but not limited to, concrete, reinforcement, brick and/or stone.

It is the intent that Type 1 abandonments are utilized in areas to limit disturbance to the surface pavement and adjacent areas.

Type 1 manhole abandonment consists of removing the manhole a minimum of 4 feet below grade, regardless of manhole material or dimensional size. This includes, but is not limited to, the removal of castings, adjusting rings, flat-tops, cone sections, manhole walls, brick chimneys, etc. Type 1 abandonment applies to both standard collection system manholes and 1930’s Interceptor Sanitary manholes. Price bid for abandonment will also include all excavation, disposal of excavated material and structure, backfilling with excavated materials or granular trench backfill, any pipe removal within trench, and any concrete plugs necessary to abandon existing pipes. The Contractor shall construct sewer plugs for all pipes by forcing concrete into the end of the pipes for a distance of 2 feet, or one-half the pipe diameter, whichever is greater. The Contractor shall place flowable mortar in the bottom of manhole to a point 18 inches above top of highest flowline pipe. Then compacted backfill shall be placed over remaining structure as required for embankment or compacted backfill. See details for abandonment on Plan Sheet G.18.

Existing castings are to be salvaged and turned over to the City. Contractor to store on site and coordinate pick up with the Project Manager.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

Payment for this item will be at the unit price bid per Each of ABANDON MH, TYPE 1, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.7 – SW-301, SANITARY MANHOLE, 60” DIA (EA) This item shall include all labor, material, and equipment, furnish and construct a new sanitary manhole, of the type and size specified, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

1930’s Interceptor Flow Diversion 67 Construction shall include the following: excavation to the required depth for bedding, compacting the excavation bottom soils or providing and compacting granular bedding, precast or cast-in-place concrete floor, construction of the structure, and backfilling to required grade in accordance with the Iowa DOT and SUDAS Details. The Contractor shall furnish a new casting according to Iowa DOT and SUDAS Detail herein. Construct manhole in accordance to SUDAS Standard Drawing 6010.301.

Bypass pumping and dewatering are included as well as providing any necessary sheeting and bracing for utility line support, providing waterproofing barrel/cone joints with butyl rubber sleeve complying with ASTM C877, joint o-ring or profile gaskets, stub pipes and flexible watertight pipe connections (A-LOK or equal) to existing or new sewer pipe or services, couplings, adapters, external chimney seals (heat-shrinkable, Canusa Wrapid Seal, or equal), new frame and lid (SW-601, Type A or C (bolt-down) castings), adjusting rings, adjustment to proper grade and miscellaneous associated work.

All sanitary manhole frame and covers for this project shall comply with SW-601, Type C bolt-down castings unless specifically called out to use Type A frame and cover on plan drawings.

Sanitary manhole frame and covers shall be comply with following requirements:

1. The cast iron frames and machined self-sealing covers shall be Neenah Foundry Company R-1916-F (bolt-down), or equal, and R-1642 (if non bolt-down is specified), or equal. Manhole frames and covers shall be manufactured from high test cast iron conforming to the requirements of Class 40A of ASTM A48. 2. Frames shall be true to pattern in form dimensions, free from pouring faults, sponginess, cracks, blowholes, and other defects in positions affecting strength and value of the service intended. Frames shall be boldly filleted at angles and the risers shall be sharp and perfect. Frames shall be sandblasted or otherwise effectively cleaned of scale and sand so as to present a smooth, clean, and uniform surface. 3. Such lids or covers shall have checkered or indented top design similar to Neenah Foundry Company Type B lids; top design with protruding knobs or lugs will not be accepted. Covers shall have concealed pick holes and they shall also have a continuous self-sealing flat gasket, which fits securely in a machined groove on the outer base of the cover.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

See Plans Sheet G.20 – SANITARY MANHOLE DETAILS for further detail.

Payment for this item shall be made at the unit price bid per Each for SW-301, SANTARY MANHOLE, 60” DIA, which price will include all labor, materials and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 68 Bid Item No. N.8 – EXTERNAL DROP, 16” DIA. (EA) This item shall include all labor, material, and equipment, furnish and construct a new external drop where shown on Plan Drawings, of the type and size specified, in accordance with SUDAS Sections 3010 and 6010, City of Davenport – SUDAS Supplemental Specifications and Section 2435 of the Iowa Department of Transportation Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Unit price includes, but is not limited to, flexible watertight connections to the proposed manhole (including overflow connection), connection to the proposed or existing upstream sewers, couplings, bends, tees, adapters and all pipe fittings, concrete encasement, excavation, furnishing and placement of bedding and any necessary granular backfill material (Grad. No. 11, Class A Crushed Stone), compaction, and compaction testing. The external drops shall be constructed of ductile iron pipe conforming to pipe materials as specified in SUDAS Sections 6010 in the size indicated and associated fittings for bends, tees and connections.

Refer to City of Davenport SUDAS Supplemental Spec Figure DAV6010.307 for construction of external drops.

Payment for this item shall be made at the unit price bid per Each for EXTERNAL DROP, 16” DIA, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.9 – SANITARY SEWER, 16” DIP (LF) Work under this item will be in accordance with SUDAS Sections 3010 and 4010, City of Davenport – SUDAS Supplemental Specifications and Section 2504 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

Sanitary sewer piping shall be Ductile Iron Pipe, comply with AWWA C151, minimum thickness Class 52, have an interior epoxy lining (Protecto 401 or equal), of the pipe size where called out on Plan Drawings. Pipe material, joints, fittings, polyethylene encasement, internal/external coatings shall conform to SUDAS Standard Specification Section 4010.

Ductile iron sanitary pipe shall be constructed with a Class I bedding material having a minimum thickness of 4 inches below the pipe to the crown of pipe (Class F-2; see Plans Sheet G.09). Bedding material shall be IA DOT Gradation #3 and shall be considered incidental to the appropriate Sanitary Sewer pay item.

Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

This item shall include all excavation as required. All rubble and excess excavated material generated by construction shall be kept separate and disposed of by the Contractor.

1930’s Interceptor Flow Diversion 69

Payment shall be made at the contract unit price per Lineal Foot of SANITARY SEWER, 16” DIP. Price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. N.10 – TRENCHLESS PIPE INSTALLATION, 16” SANITARY SEWER W/ 24” CASING (LF) These items shall include all labor, materials, and equipment required to install 16” diameter sanitary sewer gravity main and 24” steel casing pipe by means of auger boring and jack.

The contractor shall follow and comply with SUDAS Section 3020, Trenchless Construction and any additional special provisions herewithin. Measurement for pipe installed by trenchless methods with casing pipe will be in linear feet (LF) along the centerline of the casing pipe.

Payment shall be full compensation for: furnishing and installing both 16” sanitary sewer carrier pipe (DIP, epoxy lined) and 24” steel casing pipe, trenchless installation materials and equipment, pit excavation, dewatering, bypass pumping (if necessary), sheeting and bracing for boring and receiving pits, auger boring, furnishing and placing compacted granular backfill material (IDOT Grad. No. 11 or equal), casing spacers, furnishing and installing annular fill material, injected grout for settlement (if necessary), surface settlement monitoring, pipe connections, and casing end seals. Restrained joints for DIP within the casing shall be installed and included in this item. Off-site removal and disposal of excavated backfill materials and excess soils/materials from boring pits shall be included in the bid price.

Additional requirements of Canadian Pacific Railway, the rail line operator, shall be met. These additional requirements are included below.

24” Steel Casing shall have a thickness of 0.406 inches and does not need cathodic protection but shall have a bituminous asphalt coating. The minimum yield strength of steel pipe is to be 35,000 p.s.i. and steel material shall conform to SUDAS Section 3020.

Boring Operations and Monitoring Requirements: A qualified City inspector is required to monitor the ground and track for movement during the bore and jack processes. Rail movements of over one-quarter (1/4) inch vertically shall be immediately reported to CP Railroad. The installation process and all train movement must be stopped immediately if movement is detected. The damage area must be immediately repaired. The installation process must be reviewed and modified as required before the installation may proceed.

The Contractor will be required to monitor for settlement at the surface during boring operations. Prior to boring, the Contractor shall establish a survey grid line along the approved boring alignment. Surface settlement measurement points shall consist of survey markers such as PK nails, wooden hubs with nails, or other markers appropriate for the ground or pavement in which they are installed. A total of 5 measurement points shall be taken along the boring alignment at the following locations:

1930’s Interceptor Flow Diversion 70 1. At top of rail 2. An offset of 10 feet and an offset of 20 feet in each direction from centerline of rail The Contractor will be required to take a baseline survey and follow up survey to establish accurate elevations of the surface monitoring points at least 1 week before the commencement of subsurface work. On days when boring occurs, readings on surface settlement measurement points will be taken every 4 hours on all points within 40 feet of the tunnel face. On days when boring does not occur, take daily readings on all points within 40 feet of tunnel face. The Contractor shall take survey readings of settlement measurement points a minimum of once per week for up to 3 weeks after completion of subsurface work, including pit backfilling at each tunnel.

The hole diameter resulting from bored installations shall not exceed the outside diameter of the casing by more than 2 inches on pipes with an inside diameter greater than 12 inches. All voids or abandoned holes caused by boring are to be filled by pressure grouting. Grout material shall conform to SUDAS Section 3020, Trenchless Construction. Stop tunneling, modify tunneling methods, and conduct grouting or other remedial actions if surface settlements at roadways, railways, underground utilities, and structures exceed 0.75 inches.

Upon completion of the boring installation work, the contractor shall provide an accurate as-built drawing of the installed bored segment. As-built drawings will include both horizontal and profile plans. The latitude and longitude coordinates of the entry, exit, and turn points shall be provided on the as-built drawing(s).

Payment for this item shall be made at the unit bid price per Lineal Foot of TRENCHLESS PIPE INSTALLATION, 16” SANITARY SEWER W/ 24” CASING, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.11 – IDENTIFICATION OF SERVICES (EA) This item shall include all labor and materials to identify 2 sanitary sewer service lines and either locate where they connect to the public main (or system) or where they originate upstream from the public main (or system).

1. Service line (4” or 6”) for Driftwood Restaurant 1201 E. River Drive a. Locate this service’s connection to the public main. Televise from cleanout out to public main in order to locate its connection. Make use of dye/flush testing as needed. Notify engineer of its location. b. The service line had previously been televised for approximately 50 feet but ran into grease and buildup inside the service. The line will likely have to be reamed and cleaned in order for the camera to go any further. The cleanout access to this service is located inside the side door on the north side of the restaurant. The service appears to head out straight to the north from previous televising. c. If the service line is found to connect the 21” sanitary sewer downstream of existing manhole RO-55-2, or the 1930’s Interceptor, or a storm sewer, the engineer shall be notified and the service line shall be re-routed to the proposed realigned sewer on Oneida. If the service is connected to another system, notify Engineer for additional instruction. No work will be required unless otherwise authorized by City to re-route.

1930’s Interceptor Flow Diversion 71 2. 12” Service line that connects to existing sanitary manhole RO-55-2 (shown on Plan Drawings) d. Locate this service’s upstream origination point and determine whether live or inactive. The service currently connects into RO-55-2. The contractor shall televise up this line in order to find origination and to determine live/inactive. Make use of dye/flush testing and potential smoke as needed. Notify Engineer of its location. e. If the service is found to be inactive, it shall be disconnected from the manhole during replacement, plugged with 2’ minimum of concrete, and not reconnected to new manhole. If the service is found to be a live sanitary sewer service line, it shall be reconnected to new sanitary manhole. If found to be a storm cross connection, the Engineer shall be notified.

Identification may include televising, dye testing, flush tests, smoke testing to determine the source location of services and if the service is live or inactive or where the service ties to the public main or originates. It is the sole responsibility of the contractor to determine which services are active and inactive. If it is necessary to use dye test/flush tests or televise from inside building, the contractor shall schedule the work when property owners are present so that the work can be performed. The contractor shall be fully responsible for any rehabilitation performed to inactive sewers and shall pay all costs associated with removing and/or repairing work to inactive services. Inactive or abandoned service laterals that connect to sewers or manholes shall not be reconnected to proposed sewers or proposed manholes. If the existing lateral enters the top of the sewer, the contractor shall determine the direction. The use of this bid item shall be authorized by City prior to using.

Any necessary cleaning or reaming of service lines necessary to get camera through is considered incidental to this item.

Measurement and payment will be made at the unit bid price per Each for IDENTIFICATION OF SERVICES, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.12 – SANITARY SERVICE, 6” DIA. (LF) This item shall include all labor, equipment, and material required for installation of sanitary service pipe, 4” or 6” in diameter and sewer pipe material complying with SUDAS Sections 3010 and 4010, City of Davenport – SUDAS Supplemental as specified herein.

Sanitary sewer services piping shall be Ductile Iron Pipe, comply with AWWA C151, minimum thickness Class 52, have an interior epoxy lining (Protecto 401 or equal), 6” where called out on Plan Drawings. Pipe material, joints, fittings, polyethylene encasement, internal/external coatings shall conform to SUDAS Standard Specification Section 4010.

Disconnection and removal of any replaced 4” or 6” sanitary sewer within the trench is to be paid separately. Couplings/adapters needed to connect new pipe to existing pipes are included in the price of this bid item.

1930’s Interceptor Flow Diversion 72 Trench Backfill will not be paid for separately and shall be considered incidental to this item. The Contractor shall bid this item to include removal/disposal of excavated materials and placement/compaction of imported backfill. Refer to sub-section 17 of SECTION 1 – SUPPLEMENTAL SPECIFICATIONS for Trench Backfill and Bedding requirements and details.

This item is only intended to be used if the sanitary service for the “Driftwood Restaurant” needs re-routing to the proposed realigned sanitary sewer. The Contractor is responsible for locating the restaurant’s sewer service and verifying where it connects to public sewer main. From previous televising, it is apparent that the service is not connected upstream of existing manhole RO-55-1. If the service is found to connected downstream of RO-55-1 or connected to the 48” Sanitary Interceptor located along the government storm box or to a storm sewer, the service will then need to be re-routed to proposed new sanitary sewer and will be paid for under this item. If the service line is not connected in these locations, no work will be required, unless otherwise authorized by City to re-route.

Payment for this item shall be made at the unit price bid per Lineal Foot of SANITARY SERVICE 6” DIA, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.13 – SIDEWALK REMOVAL (SF) This work shall comply with SUDAS Section 7040, City of Davenport – SUDAS Supplemental Specifications and Division 25 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This work shall include the removal and disposal of concrete sidewalks. No additional compensation will be allowed for any variations in sidewalk thickness or material types encountered during construction. This item also includes the removal of P.C.C. stairs (including any handrails) to be replaced by construction.

Payment will be made at the contract unit price bid per Square Foot of SIDEWALK REMOVAL, which price will include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.14 – P.C.C. SIDEWALK, 4” THICK (SF) Work under this item will be in accordance with SUDAS Section 7030, City of Davenport – SUDAS Supplemental Specifications and Section 2511 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This item shall consist of the construction of 4” Portland Cement Concrete (P.C.C.) Sidewalk at the locations and grades shown in the drawings. All jointing, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

1930’s Interceptor Flow Diversion 73 Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

Placement of 6” granular subbase (IDOT Grad. No. 11) shall be installed under proposed sidewalk shown to be replaced on Plan Drawings. The reasoning for the 6” placement is due to the close proximity to the adjacent roadways. This will not be paid for under this item but will be paid for under GRANULAR SUBBASE, 6” THICK pay item.

Sidewalk shall be constructed with tooled joints. Joint spacing shall match sidewalk width up to a maximum of 6 feet. Place expansion joints every 50 feet and at property lines. Approved contractor’s nameplate shall be stamped at property lines.

If sidewalks are constructed directly behind the curb as in downtown areas, and signs need to be reinstalled at certain areas, the Contractor shall appropriately sleeve the area in accordance with the instructions of the City traffic engineer. Any sleeves necessary will be supplied by the City, and the Contractor shall be responsible for installing them as an incidental cost to sidewalk construction. The Contractor will not be allowed to core the area in lieu of using a sleeve.

The adjustment to grade of utility and their respective boxouts for shutoffs, valves and electrical hand holes shall be considered an incidental cost to this item.

Payment for this item will be made at the unit price bid per Square Foot of P.C.C. SIDEWALK, 4” THICK, which price will include all labor, materials, and equipment necessary to complete this item.

Bid Item No. N.15 – PAVEMENT REMOVAL (SY) This work shall comply with SUDAS Section 7040, City of Davenport – SUDAS Supplemental Specifications and Division 25 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

This work shall include the removal and disposal of street pavement, driveway pavement and bike path pavement. No additional compensation will be allowed for any variations in pavement/driveway/bike path thickness or material types encountered during construction. SIDEWALK REMOVAL will be paid for separately.

Removal and disposal of all materials including, but not limited to, HMA, Portland Cement Concrete, composite sections, bricks, etc. are included within this pay item regardless of thickness. Brick pavers shall be taken to City of Davenport’s Yard at 232 South Marquette Street, Davenport, IA 52801. Saw cutting is incidental to this pay item.

Payment will be made at the contract unit price per Square Yard of PAVEMENT REMOVAL, which price shall include all labor, materials and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 74 Bid Item No. N.16 – P.C.C. DRIVE, 7” THICK (SY) Work under this item will be in accordance with SUDAS Section 7010 and 7030, City of Davenport – SUDAS Supplemental Specifications and Section 2301 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

GRANULAR SUBBASE, 6” will be paid for separately. Curing will be with white- pigmented liquid curing compound. The final finish will be secured by using a broom finish for hand pours or an artificial turf drag for paving operations.

Maximum transverse joint “C” spacing shall be 15 feet. All jointing, tie bars, dowels, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item.

Payment for this item shall be at the contract unit price per Square Yard of P.C.C. DRIVE, 7” THICK, which price shall include all labor, materials, and equipment necessary to complete this item.

Bid Item No. N.17 & N.18 – P.C.C. FULL DEPTH PATCHING, 8” & 12” THICK (INTEGRAL CURB AND GUTTER) (SY) Work under this item will be in accordance with SUDAS Section 7010, City of Davenport – SUDAS Supplemental Specifications and Section 2301 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The Contractor shall use an Iowa D.O.T. C-4WR mix on all full depth patches and Iowa D.O.T./SUDAS jointing standards. A Class 3 Aggregate durability shall be used.

Concrete mix design shall have a compressive strength of 3500 psi at 14 days and 4000 psi at 28 days.

GRANULAR SUBBASE, 6” THICK will be paid for separately. Curing will be with white- pigmented liquid curing compound. The final finish will be secured by using a broom finish for hand pours or an artificial turf drag for paving operations.

Maximum transverse joint “C” spacing shall be 15 feet. All jointing, tie bars, dowels, saw cuts, forming, preformed expansion joint fillers, sealant and curing shall be considered incidental to this bid item.

Payment for this item shall be at the contract unit price per Square Yard of P.C.C. FULL DEPTH PATCHING, 8” & 12” THICK (INTEGRAL CURB AND GUTTER), which price shall include all labor, materials, and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 75 Bid Item No. N.19 – GRANULAR SUBBASE, 6” THICK (SY) This work shall comply with SUDAS Section 2010, City of Davenport – SUDAS Supplemental Specifications and Section 2111 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, latest edition, insofar as applicable and as specified herein.

The granular subbase will conform to Iowa DOT Standard Specifications, Section 4121, Gradation No. 11, Class A crushed stone.

Payment shall be made at the contract unit price bid per Square Yard of GRANULAR SUBBASE, 6” Thick, furnished and placed, which price shall include all labor, materials and equipment necessary to complete this item.

Bid Item No. N.20 – STABILIZING MATERIAL FOR TRENCH FOUNDATION (TON) This work shall comply with SUDAS Section 3010, City of Davenport – SUDAS Supplemental Specifications. This item shall be constructed, measured, and paid for per ton and shall include all labor, equipment and material necessary to place and compact crushed rock for sewer foundation material. Foundation material shall conform to the SUDAS Section 3010; however, the gradation may vary depending on the conditions and as approved by the Engineer. Foundation material shall be used as a pay item only when unsuitable trench conditions warrant as determined by the Engineer. This item shall include trench excavation necessary to place the material at proper grade, removal and disposal of unsuitable or excess material, and all labor, material, equipment and transportation necessary to place and compact the material.

Quantities of foundation material shall be computed from copies of delivery tickets of material used at the job site. Trench foundation required to correct unauthorized over- excavation will not be measured.

Measurement and payment will be made at the unit price per Ton for STABILIZING MATERIAL FOR TRENCH FOUNDATION, which price will include all labor, materials and equipment necessary to complete this item.

1930’s Interceptor Flow Diversion 76

ATTACHMENT 1:

SOIL BORING LOGS (W. RIVER DRIVE, GAINES TO WARREN)

1930’s Interceptor Flow Diversion TEAM SertJices Geotechnical and Construction Material Consultants

LETTER OF TRANSMITTAL

January 4, 2019

TO: Eric Lee PROJECT: RIverfront Contract Drilling Veenstra & Kimm, Inc. Davenport, IA 1800 5th Avenue TEAM No∴ 1-4544 Rock Island, IL 61201

WE ARE SENDING YOU THE FOLLOWING:

● LogsofBoringslto5

∴ ‾十二・ノ′才一一 Nicholas Gilles, P.E. Sr. PrQject Engineer

St, Des Moines, IA 50309 (515) 282-8818 fax: (515) 282-8741 www.teamservices.com sta什@teamservices.com Des Moi=eS " Fort Dodge “ Ceda「 Rapids “ Mason City 〃 Davenport " Spi「it Lake “ Dubuque " Sioux FaIis “ CounciI Biuffs " Wate「ioo

R亡C巨IV軸、I鮎常雄8 BORINGLOGNo,1 pagelofl

PROJECT SITE Rive巾ontCont「actDri=jngServi∞S Davenport,lA

(〇 〇 〇I o �Approx.SurfaceEievation(ft):559.8 SiteDatum:LiDARde「ivedelevations �_1 ○ くn ≡ �亘 :こ �SAMPLES ����TESTS

(と u○ �し細 くし こ �>" 館 山 �十 王‡ �蕃 u○ は �こ 望ご �畠工 歪も一 �α: u○ エ ○○ 歪 e �Dri=ingMethod:HSA �の くの くつ くの 二つ �暮 し回 くつ �(n ≡ ⊃ こ ��さ く」 lふ1 (と �韓 (お �二) ト くの ろ 雪 �呂盆 主‾ (つ �弊 �エ さ

DESCRIPTION

1.O Fiii○○C「ushedRock 558.8 �GP �0 5 10 15 20 25 �1 �AS � � � � � � Fi=○○LeanCしAY,t「aCeg「aVeIand �C」 �� � � Cinde「S,Ve「ydarkbrown 3.5 556.3 2 �SS �6 �6 �13.6

FatCLAY,traceSand,g「ayandiight �CH O=vebrown,Stiff 3 �S丁 �14 ��29.1 �90 �2500★ 6.0 553.8 SandyleanCU¥Y,traCeg「aVei, �C」 �� � � �� � � yeiiowishb「ownandgray,mediumstiff 4 �SS �10 �3 �22.5

一一becomesstiffatabout8.5’ 12.0 547.8 ��� � � � �

5 �S丁 �18 ��21.3 �107 �2000★

CIayeySAND,traCeSandseams,Very �SC da「kg「ay,loose 17.0 542.8

6 �SS �12 �3 �30.1

SandyIeanCLAY,g「ay,ha「d 24.0 535.8 �C」

7 �SS �12 �15 �19 ��9000★

25.O PossibIeBed「ock 534.8 � 8 �SS �0 �5012●’ BottomofBo「ing �

∞「ON高富、の重の」O」○○Sト8o軍のマ÷Notes: ���������★calib「atedhandpenet「omete「 HammerType:Manuai

Waterしevel: ��������Bo「ingStarted:12I27I18

辛 None Ft.WhiIeD「iliing ���○ �����BoringCompieted:12127/18

Rig:ATV Foreman:DC :NoneここAfterDrming 一芸羊ここ軸Omu Approved:NG Job#:1-4544 BORINGLOGNo,2 pagelofl

PROJECT SiTE RiverfrontContractD軸ngServi∞S Davenport,iA

くp 〇 〇〇 里 �Approx.SurfaceElevation(ft):560.6 SiteDatum:LiDARde「ivedelevations �.」 ○ (n ≡ �言 :こ �SAMPLES ����TESTS

(登 山 �i山 �>・ (と しu �l葛 之竺 l �さミ I○○ (と �こ 讐雷 �畠エ 孟あご �i義 ]○ :王 o. 重 くブ �D「iiIingMethod:HSA �の の く」 の こ) �〇〇 〇〇 u」 くつ �m 至 二) 之 �o. こ �き o Iふi (と �韓 [n �二) I葛 の う ≡ �葛生 >、‾ (と iつ �…三三 �エ ト ○

DESCRIPTiON Fi=--LeanCLAYandCrushedRock, � �0 5 10 15 20 25 �1 �AS � � �11.4 � � �

1.5 da「kb「ow= 559.1 Fi=--FinetomediumSAND,With �SP ��2 �SS �12 �17 �18.2 Cinde「s,Verydarkg「ay 一一mixedwithclayatabout5.5’ 8.5 552.1

3 �S丁 �8 ��26.2

4 ��12SS � �� �5 �17.4

SandyieanCUIY,g「ayand=ghtoIive �C」 ��5 �S丁 �15 ��19.1 �112 �2000★ b「OWn,Stiff 一一COio「changedtove「yda「kg「ayat

about12● 23.5 537.1

6 �SS �12 �3 �34.8

7 �SS �12 �3 �30.8

Bed「ock--LIMESTONE,gray, � ��8 �SS �6 �5014-. �13.9

25.O mOde「ateIyha「d 535.6 BottomofBoring � �� � � � �

○さ讐N〇、の-p-S」〇十〇〇Sト80ママS了「Notes: ���������★ca=bratedhandpenet「omete「 HammerType:Automatic

Water」evel: Bo「ingStarted:12/13/18

旦 17 Ft.WhileD「川ing ���, BoringCompieted:12/13/18

:10::AfterDrimng -ondCT驚器芸胸 =:N。:票差 BORINGLOGNo,3 pagelofl

PROJECT S ������丁且 Rive「f「o=tContractDriiIi=gServi∞S Davenport,lA

(D ○ _1 く} �Approx.SurfaceEievation(ft):558.7 SiteDatum:LiDARde「ivedeIevations �,」 ○ (n ≡ �き :工: �SAMP」ES ����TESTS

i登 山 �〇〇 〇〇 >" ト �>" (と ]○ �十 王± �苓 u○ は: �こ の._. �雪害_ �iと エ 回. 畠 (ブ �DriliingMethod:HSA �くの くの くj く〇 二) �I〇〇 〇. ]」 くつ �(n 至 ⊃ こと ��き ○ ○u (と �韓 `細 �二) ト の 5 呈 �之i⊥ 苫盆 >“‾ 鑑 とi �韓 �1○○ :重 さ

DESCRIP丁ION

F川一一FinetomediumSAND,With � �0 5 10 15 20 25 �1 �AS � � �17 � � � O「ganics,da「kb「OWn 6.0 552.7

2 �SS �10 �5 �15.6

3 �S丁 �12 ��13.4

Possibie刷--CIayeySAND,g「ayand �SC Ve「yda「kg「ay 4 �SS �5.5 �1 �25.7 4A �SS �5.5 � �22.5

9.5 549.2 ��� � � �� 5 �S丁 �9 ��42,1 SandyIeanCLAY,g「ayandlighto=ve �C」 ��5A �S丁 �9 ��33.1 �83 b「own,Ve「ySOft 17.0 541.7

6 �SS �14 �WH �26.7

諦雄 三浩三霊I○○se �FinetomediumSAND,darkg「ay, �SP 19.0 539.7 ���7 �SS �12 �2 �35.7 SILT,darkgray,SOft 23.5 535.2 �M」

Bed「ock--LIMESTONE,g「ay, � ��8 �SS �1 �5012I’ �7.9

25.O mOde「ateiyha「d 533.7 ��� � � � � BottomofBo「ing �

∞「ONふ「、の-p)S」Oト○○Sト8○○寸の千〇Notes: ���������★calib「atedha=dpenetromete「 Hamme「Type:Ma…aI

WaterLevei: Bo「ingStarted:12I18/18

辛 8 Ft.WhiIeDr輔ng ���. Bo「ingCompleted:12/19/18 臆臆臆音s営“ 11im葛 〃「、▲.」〃十〇き〇二青、案 音 ≡ ::AfterDrm-ng G脚c。ondCT軸伽… =言N。=誓 BORINGLOGNo,4 pagelofl

PROJECT SITE RiverfrontCont「actD輔ngServices Davenport,iA

○ ○ _○ ○ �Approx.SurfaceEievation(ft):557.8 SiteDatum:LiDARde「ivedeIevation �〇〇 〇 〔n ≡ �き :工 �SAMPしES ����TESTS

(と I⊥】 `n �ui ○○ と �> α: u○ �〇 三三 I �さミ 動,i 此 �こ 豊丘 �畠エ 孟あご �i霊 山 :重 o- 宝 o �Dri=ingMethod:HSA �くの くの し) (〇 二) �ト ○○ I⊥i Q �≡ こ) 之 ��さ く」 l○○ は: �韓 00 �こ) お る ≡ �岩盆 を‾ くつ �評 �工 も

DESCRiPTION Fi=--SANDandGRAVELmix.b「own 1.5 556.3 � �0 5 10 15 20 25 �1 �AS � � � � � �

F掴--SandyieanCしAY,g「ayishb「OWn 3.5 554.3 �C」 ��2 �SS �10 �13 �9.2

F間置-FinetomediumSAND,With �SP Cinders,Ve「ydarkg「ay ���3 �S丁 �9 ��28.6

3A �S丁 �6 ��19.1 �112 �9000★

--CIayseamatabout6.5’ 12.0 545.8 4 �SS �10 �5 �32.6

5 �SS �10 �7 �53.8

SILT,Witho「ganics,Veryda「kg「ay, �M」 Ve「ySO償 17.0 540.8

6 �SS �12 �3 �44.3

Finetocoa「seSAND.withcobbies, �SC b「own,Ve「ydense 24.0 533.8

7 �SS �2 �66

8 �SS �6 �50I3●i �22.1 25.O PossibleBed「OCko「Cobbles 532.8 � BottomofBoring � �� � � � �

∞○○N高くの)p)S○○ト°OSト〇〇〇ママの了「Notes: ���������★calib「atedha=dpenetromete「 HammerType:ManuaI

W菩Lev:F,Whi,。。.i…n。 軸Jiふ獲。. =;蒜‡芸′,8

≡ ::A脚’ng f融hntco'ondr醐伽∞融 =蒜N。=器 BORINGLOGNo,5 pagelofl

PROJECT SITE Rive巾ontCont「actD輔ngServices Davenport,iA

く○ ○ "○ �App「OX.SurfaceEievation(ft):558.7 �〇〇 〇 の �言 �SAMPLES ����TESTS

里 :重: �SiteDatum:LiDARde「ivedeIevations �嘉 �エ 十・ �i豊 山 i細 ��αI⊥i 掌」 �之竺と �>" l(0 �l○○ �○○ (と�さく :⊃ �望合�こ �重工山。 �詐 �i義 山 エ o. 壷 くつ �D「IIi肌gMethod.HSA �くの く」 くの 二) �○○. l山 口 �呈 つ と ��○ (」 山 は: �擢 i細 �ト くの ろ ≡ �○○。 之‾ 合 ��トト ○

DESCRIPTiON

Fi=--SandyleanCLAY,t「a∞g「aVel, �FiLL �0 5 10 15 20 25 �1 �AS � � �30.9 � � � da「kb「ownandg「ay --Withb「ickde「bisatabout4i 12.0 546.7

2 �SS �10 �10 �16.3

3 �SS �10 �14 �16.2

4 �SS �10 �8 �16.1

5 �SS �10 �7 �18.1

SandySILT,da「kb「own,medjumstiff 17.0 541.7 �M」

6 �SS �10 �7 �36.9

羅!轟 質絡ま 羅:需 精薄 i緯羅 醤轟 �Finetocoa「seSAND,t「aCeg「aVeI, �SP Ve「ydarkg「ay,Ioose 24.0 534.7

7 �SS �10 �9 �44.9

8 �SS �0 �50I6●i 25.O PossjbieBedrocko「CobbIes 533.7 � BottomofBo「ing � �� � � �

①-ON高「、の)P)S〇〇〇〇〇Sト8寄手の†ぐNotes: ���������★caijbratedha=dpenetromete「 Hamme「Type:Manual

WaterLeveI: Bo「ingStarted:12/27/18

三三 14 Ft.WhiIeD「川ing ���● BoringCompIeted:12I27118

≡ ::AfterDrrmng 一半ここ脚 =:N。=器

ATTACHMENT 2:

SOIL BORING LOGS (ONEIDA AVENUE)

1930’s Interceptor Flow Diversion

ATTACH MENTS

ATTACHMENTS MISC APPENDIX 1

EXPLORATION AND TESTING PROCEDURES Geotechnical Engineering Report Oneida Avenue Sanitary Sewer Improvements ■ Davenport, Iowa August 31, 2017 ■ Terracon Project No. 07175109

EXPLORATION AND TESTING PROCEDURES

Field Exploration

Boring Number Boring Depth (feet) 1 Location

1 10½ north of existing tracks 2 15 south of existing tracks 1. Below ground surface

Boring Layout and Elevations: The boring locations were provided by Veenstra & Kimm, Inc. (V&K), and were laid out by the drill crew using a measuring tape from the existing curbs and railroad tracks, and estimating right angles. Latitude and longitude values of the boring locations were obtained by the drill crew using a handheld GPS unit. Approximate surface elevations were obtained by our drill crew using an engineer’s level and grade rod. The elevations were referenced to the cover of a nearby manhole (BM) shown in Exploration Plan; an elevation of 100 feet was assigned by Terracon to this reference datum. The locations and elevations of the borings should be considered accurate only to the degree implied by the means and methods used to define them. If precise boring locations or elevations are desired, V&K should provide these services.

Subsurface Exploration Procedures: The borings were advanced with an ATV-mounted drill rig using continuous flight solid stem augers. Three and four samples were obtained in Borings 1 and 2, respectively, using a split-barrel sampling procedure. In the split-barrel sampling procedure, a standard 2-inch outer diameter split-barrel sampling spoon is driven into the ground by a 140-pound automatic hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The SPT resistance values, also referred to as N-values, are indicated on the boring logs at their test depths. The samples were placed in appropriate containers and taken to our laboratory for testing and classification by the project engineer.

Subsurface water levels were observed during and after drilling, which are provided on the boring logs. For safety purposes, the borings were backfilled with auger cuttings after drilling, and the pavements were patched with pre-mixed concrete.

Our exploration team prepared field logs as part of the drilling operations. The sampling depths, penetration distances, and other sampling information were recorded on the field logs. The field logs included visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. The boring logs included in this report represent the project engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory.

Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Oneida Avenue Sanitary Sewer Improvements ■ Davenport, Iowa August 31, 2017 ■ Terracon Project No. 07175109

Laboratory Testing

The samples were tested in the laboratory to measure their natural water contents which are provided on the boring logs included in Exploration Results. The soil samples were also classified in the laboratory based on visual observation, texture, plasticity, and the limited laboratory testing described above. The soil descriptions presented on the boring logs are in accordance with the General Notes and Unified Soil Classification System (USCS) included in Supporting Information. The estimated USCS group symbols for native soil samples are shown on the boring logs, and a brief description of the USCS is included in Supporting Information.

Rock sample classifications and descriptions are in accordance with the enclosed Description of Rock Properties, and are based on tactile and visual observations of the disturbed samples. Core samples and petrographic analysis may reveal other rock types.

Responsive ■ Resourceful ■ Reliable SITE LOCA TION AND EXPLORATION PLANS

SITE LOCATION AND EXPLORATION PLANS SITE LOCATION Oneida Avenue Sanitary Sewer Improvements ■ Davenport, Iowa August 31, 2017 ■ Terracon Project No. 07175109

DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS TOPOGRAPHIC MAP IMAGE COURTESY OF THE U.S. GEOLOGICAL SURVEY NOT INTENDED FOR CONSTRUCTION PURPOSES QUADRANGLES INCLUDE: DAVENPORT EAST, IA (1/1/1993). EXPLORATION PLAN Oneida Avenue Sanitary Sewer Improvements ■ Davenport, Iowa August 31, 2017 ■ Terracon Project No. 07175109

Oneida Avenue

DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS AERIAL PHOTOGRAPHY PROVIDED NOT INTENDED FOR CONSTRUCTION PURPOSES BY MICROSOFT BING MAPS EXPLORATION RESULTS

EXPLORATION RESULTS BORING LOG NO. 1 Page 1 of 1 PROJECT: Oneida Avenue Sanitary Sewer CLIENT: Veenstra & Kimm, Inc. Improvements SITE: Oneida Avenue and East River Drive Davenport, Iowa

LOCATION See Exploration Plan

Latitude: 41.52643° Longitude: -90.55827° WATER SAMPLE NUMBER RESULTS DEPTH (Ft.)

Surface Elev.: 100.5 (Ft.) FIELD TEST GRAPHIC LOG CONTENT (%) WATER LEVEL SAMPLE TYPE RECOVERY (In.) DEPTH ELEVATION (Ft.) OBSERVATIONS 0.6 PORTLAND CEMENT CONCRETE, approx. 7" 100 FILL - CLAYEY SAND , with crushed limestone, gray and dark gray

2-2-1 2.5 98 8 1 17 N=3 FILL - SANDY LEAN CLAY , with crushed limestone and brick fragments, brown dark brown at Sample 2 3-1-2 4.5 96 8 2 29 N=3 LEAN CLAY (CL), trace sand, brown, soft 5

medium stiff at Sample 3 9.5 91 15 2-2-50/3" 3 22 LIMESTONE, highly weathered 10.5 90 10 Auger Refusal on apparent limestone at 10.5 Feet

Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic Classification of rock materials has been estimated by the drill crew based on disturbed samples. Core samples and/or petrographic analysis may reveal other rock types. Advancement Method: See Exploration and Testing Procedures for a Notes: Continuous Flight Solid Stem Augers description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Auger Cuttings; Pavement Patch Elevations measured in the field

WATER LEVEL OBSERVATIONS Boring Started: 08-21-2017 Boring Completed: 08-21-2017 None while drilling Drill Rig: 748 Driller: RP None after drilling 870 40th Ave Bettendorf, IA Project No.: 07175109 THIS BORING LOG IS NOT VALID SEPARATED IF FROM ORIGINAL REPORT.GEO SMART ONEIDA LOG-NO WELL 07175109 AVENUE SAN.GPJ TERRACON_DATATEMPLATE.GDT 8/31/17 BORING LOG NO. 2 Page 1 of 1 PROJECT: Oneida Avenue Sanitary Sewer CLIENT: Veenstra & Kimm, Inc. Improvements SITE: Oneida Avenue and East River Drive Davenport, Iowa

LOCATION See Exploration Plan

Latitude: 41.52623° Longitude: -90.55822° WATER SAMPLE NUMBER RESULTS DEPTH (Ft.)

Surface Elev.: 97.5 (Ft.) FIELD TEST GRAPHIC LOG CONTENT (%) WATER LEVEL SAMPLE TYPE RECOVERY (In.) DEPTH ELEVATION (Ft.) OBSERVATIONS 0.6 PORTLAND CEMENT CONCRETE, approx. 7" 97 FILL - LEAN CLAY , with sand and crushed limestone, gray

14-15-14 16 1 6 N=29

10-7-3 wood fragments at Sample 2 15 2 16 N=10 5

1-2-2 19 3 29 N=4 10

dark gray at Samples 3 and 4

1-2-1 17 4 41 N=3 15.0 82.5 Boring Terminated at 15 Feet 15

Stratification lines are approximate. In-situ, the transition may be gradual. Hammer Type: Automatic

Advancement Method: See Exploration and Testing Procedures for a Notes: Continuous Flight Solid Stem Augers description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Auger Cuttings; Pavement Patch Elevations measured in the field

WATER LEVEL OBSERVATIONS Boring Started: 08-21-2017 Boring Completed: 08-21-2017 None while drilling Drill Rig: 748 Driller: RP None after drilling 870 40th Ave Bettendorf, IA Project No.: 07175109 THIS BORING LOG IS NOT VALID SEPARATED IF FROM ORIGINAL REPORT.GEO SMART ONEIDA LOG-NO WELL 07175109 AVENUE SAN.GPJ TERRACON_DATATEMPLATE.GDT 8/31/17 SUPPORTING INFORMA TION

SUPPORTING INFORMATION GENERAL NOTES DESCRIPTION OF SYMBOLS AND ABBREVIATIONS Oneida Avenue Sanitary Sewer Improvements ■ Davenport, Iowa August 31, 2017 ■ Terracon Project No. 07175109

GENERAL NOTES NO R OCK

SAMPLING WATER LEVEL FIELD TESTS Water Initially Encountered (HP) Hand Penetrometer

Auger Split Spoon Water Level After a Specified Period (T) Torvane of Time Water Level After a Specified Period (b/f) Standard Penetration Test (blows per Shelby Tube Macro Core of Time foot) (PID) Photo-Ionization Detector Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Ring Sampler Rock Core Subsurface water level variations will occur over time. In (OVA) Organic Vapor Analyzer low permeability soils, accurate determination of subsurface water levels is not possible with short term (DCP) Dynamic Cone Penetrometer water level observations. Grab Sample No Recovery DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. STRENGTH TERMS CONSISTENCY OF FINE-GRAINED SOILS RELATIVE DENSITY OF COARSE-GRAINED SOILS (50% or more passing the No. 200 sieve) (More than 50% retained on No. 200 sieve) Consistency determined by laboratory shear strength testing, field visual-manual procedures, or Density determined by Standard Penetration Resistance standard penetration resistance Standard Penetration or N-Value Descriptive Term Unconfined Compressive Standard Penetration or N-Value Descriptive Term (Density) Blows/Ft. (Consistency) Strength, Qu, tsf Blows/Ft. Very Loose 0 – 3 Very Soft Less than 0.25 0 – 1 Loose 4 – 9 Soft 0.25 to 0.50 2 – 4 Medium Dense 10 – 29 Medium Stiff 0.50 to 1.00 4 – 8 Dense 30 – 50 Stiff 1.00 to 2.00 8 – 15 Very Dense > 50 Very Stiff 2.00 to 4.00 15 – 30 Hard > 4.00 > 30 RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Descriptive term(s) of Major component of Percent (%) of dry weight Particle size other constituents sample Trace < 15 Boulders Over 12 in. (300mm) With 15 – 29 Cobbles 12 in. to 3 in. (300mm to 75mm) Modifier > 30 Gravel 3 in. to #4 sieve (75mm to 4.75mm) Sand #4 to #200 sieve (4.75mm to 0.075mm) Silt or Clay Passing #200 sieve (0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive term(s) of Percent (%) of dry weight Term Plasticity Index other constituents Trace < 5 Non plastic 0 With 5 – 12 Low 1 – 10 Modifier > 12 Medium 11 – 30 High > 30

Responsive ■ Resourceful ■ Reliable UNIFIED SOIL CLASSIFICATION SYSTEM Oneida Avenue Sanitary Sewer Improvements ■ Davenport, Iowa August 31, 2017 ■ Terracon Project No. 07175109

UNIFIED SOIL CLASSI FICATION SYSTEM

Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name B Symbol E F Gravels: Clean Gravels: Cu ³ 4 and 1 £ Cc £ 3 GW Well-graded gravel C More than 50% of Less than 5% fines Cu < 4 and/or 1 > Cc > 3 E GP Poorly graded gravel F coarse fraction Gravels with Fines: Fines classify as ML or MH GM Silty gravel F,G,H Coarse-Grained Soils: C retained on No. 4 sieve More than 12% fines Fines classify as CL or CH GC Clayey gravel F,G,H More than 50% retained E SW Well-graded sand I on No. 200 sieve Sands: Clean Sands: Cu ³ 6 and 1 £ Cc £ 3 D 50% or more of coarse Less than 5% fines Cu < 6 and/or 1 > Cc > 3 E SP Poorly graded sand I fraction passes No. 4 Sands with Fines: Fines classify as ML or MH SM Silty sand G,H,I sieve More than 12% fines D Fines classify as CL or CH SC Clayey sand G,H,I PI > 7 and plots on or above “A” line CL Lean clay K,L,M Inorganic: J Silts and Clays: PI < 4 or plots below “A” line J ML Silt K,L,M Liquid limit less than 50 Liquid limit - oven dried Organic clay K,L,M,N Organic: < 0.75 OL Fine-Grained Soils: Liquid limit - not dried Organic silt K,L,M,O 50% or more passes the PI plots on or above “A” line CH Fat clay K,L,M No. 200 sieve Inorganic: Silts and Clays: PI plots below “A” line MH Elastic Silt K,L,M Liquid limit 50 or more Liquid limit - oven dried Organic clay K,L,M,P Organic: < 0.75 OH Liquid limit - not dried Organic silt K,L,M,Q Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat

A Based on the material passing the 3-inch (75-mm) sieve H If fines are organic, add “with organic fines” to group name. B If field sample contained cobbles or boulders, or both, add “with I If soil contains ³ 15% gravel, add “with gravel” to group name. cobbles or boulders, or both” to group name. J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. C Gravels with 5 to 12% fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29% plus No. 200, add “with sand” or “with gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly gravel,” whichever is predominant. graded gravel with silt, GP-GC poorly graded gravel with clay. L If soil contains ³ 30% plus No. 200 predominantly sand, add “sandy” D Sands with 5 to 12% fines require dual symbols: SW-SM well-graded to group name. sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded M If soil contains ³ 30% plus No. 200, predominantly gravel, add sand with silt, SP-SC poorly graded sand with clay “gravelly” to group name. 2 N PI ³ 4 and plots on or above “A” line. (D 30 ) O E PI < 4 or plots below “A” line. Cu = D60/D10 Cc = P PI plots on or above “A” line. D 10 x D 60 Q PI plots below “A” line. F If soil contains ³ 15% sand, add “with sand” to group name. G If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM.

Responsive ■ Resourceful ■ Reliable DESCRIPTION OF ROCK PROPERTIES Oneida Avenue Sanitary Sewer Improvements ■ Davenport, Iowa August 31, 2017 ■ Terracon Project No. 07175109

ROCK VERSION 1

WEATHERING Term Description Unweathered No visible sign of rock material weathering, perhaps slight discoloration on major discontinuity surfaces. Slightly Discoloration indicates weathering of rock material and discontinuity surfaces. All the rock material may be Weathered discolored by weathering and may be somewhat weaker externally than in its fresh condition. Moderately Less than half of the rock material is decomposed and/or disintegrated to a soil. Fresh or discolored rock is Weathered present either as a continuous framework or as corestones. Highly More than half of the rock material is decomposed and/or disintegrated to a soil. Fresh or discolored rock is Weathered present either as a discontinuous framework or as corestones. Completely All rock material is decomposed and/or disintegrated to soil. The original mass structure is still largely intact. Weathered All rock material is converted to soil. The mass structure and material fabric are destroyed. There is a large Residual Soil change in volume, but the soil has not been significantly transported. STRENGTH OR HARDNESS Uniaxial Compressive Description Field Identification Strength, psi (MPa) Extremely Weak Indented by thumbnail 40-150 (0.3-1) Crumbles under firm blows with point of geological hammer, can be Very Weak 150-700 (1-5) peeled by a pocket knife Can be peeled by a pocket knife with difficulty, shallow indentations Weak Rock 700-4,000 (5-30) made by firm blow with point of geological hammer Cannot be scraped or peeled with a pocket knife, specimen can be Medium Strong 4,000-7,000 (30-50) fractured with single firm blow of geological hammer Specimen requires more than one blow of geological hammer to Strong Rock 7,000-15,000 (50-100) fracture it Very Strong Specimen requires many blows of geological hammer to fracture it 15,000-36,000 (100-250) Extremely Strong Specimen can only be chipped with geological hammer >36,000 (>250) DISCONTINUITY DESCRIPTION Fracture Spacing (Joints, Faults, Other Fractures) Bedding Spacing (May Include Foliation or Banding) Description Spacing Description Spacing Extremely Close < ¾ in (<19 mm) Laminated < ½ in (<12 mm) Very Close ¾ in – 2-1/2 in (19 - 60 mm) Very thin ½ in – 2 in (12 – 50 mm) Close 2-1/2 in – 8 in (60 – 200 mm) Thin 2 in – 1 ft. (50 – 300 mm) Moderate 8 in – 2 ft. (200 – 600 mm) Medium 1 ft. – 3 ft. (300 – 900 mm) Wide 2 ft. – 6 ft. (600 mm – 2.0 m) Thick 3 ft. – 10 ft. (900 mm – 3 m) Very Wide 6 ft. – 20 ft. (2.0 – 6 m) Massive > 10 ft. (3 m) Discontinuity Orientation (Angle): Measure the angle of discontinuity relative to a plane perpendicular to the longitudinal axis of the core. (For most cases, the core axis is vertical; therefore, the plane perpendicular to the core axis is horizontal.) For example, a horizontal bedding plane would have a 0-degree angle. ROCK QUALITY DESIGNATION (RQD) 1 Description RQD Value (%) Very Poor 0 - 25 Poor 25 – 50 Fair 50 – 75 Good 75 – 90 Excellent 90 - 100 1. The combined length of all sound and intact core segments equal to or greater than 4 inches in length, expressed as a percentage of the total core run length. Reference: U.S. Department of Transportation, Federal Highway Administration, Publication No FHWA-NHI-10-034, December 2009 Technical Manual for Design and Construction of Road Tunnels – Civil Elements

Responsive ■ Resourceful ■ Reliable

ATTACHMENT 3:

CANADIAN PACIFIC RAILROAD REQUIREMENTS

1930’s Interceptor Flow Diversion Railroad Flagmen Table for 1930's Interceptor Construction Work Within Excavation Within 25' of Restoration Within 25' of Will Flagmen Be Sub‐Area C.P. Rail ROW? Centerline of Rail? Centerline of Rail? Required? McClellan Boulevard No No No No

Mound Street No No No No

Iowa American Water Plant No Potentially Potentially Yes ‐ Likely

Water Plant West No No No Yes ‐ Likely No ‐ Pav't restoration Mississippi Avenue Yes Yes Yes ‐ Likely abuts R.O.W. Sailboat Club Area No Yes Yes Yes ‐ Likely

Oneida Avenue No No Yes Yes

Iowa Street No No Yes Yes

Perry Street No No No No

Brady Street No No No No No ‐ Pav't restoration Harrison Street No Yes Yes abuts R.O.W. Ripley Street No No No Maybe

Scott Street No No No No

Modern Woodmen No Yes Yes Yes Yes ‐ For Sewer Gaines to Warren No No No Boring Myrtle to Marquette No No No No

Sturdevant Street Potentially Potentially Potentially Maybe

Division Street Potentially Potentially Potentially Maybe

1930's WPCP Area No No No No

Note: This table is for reference of likely areas where the Contractor will need to coordinate with Canadian Pacific Railroad to verify whether or not the use of flagmen are needed. The Contractor shall follow Canadian Pacific Specifications of contact procedure and protocol for aquiring C.P. flagmen and coordinate ahead of time as laid out in C.P. Specs. Note that the Contractor is responsible for verifying areas where flagmen are needed and that the table is just a reference for where areas where flagmen may be required.

• Worker’s compensation insurance which fully meets the requirements of any Worker’s compensation law in force at the location where the work is performed, including the requirements of any occupational disease law. • Automobile Liability insurance covering all owned, non-owned an hired vehicles engaged in or about the work site, with a combined single limit of $1,000,000. • Comprehensive general liability insurance with a combined single limit of not less than $2,000,000 per occurrence and $5,000,000 aggregate. • Railroad protective liability insurance (occurrence form) , in the name of the Dakota Minnesota & Eastern Railroad Company d/b/a Canadian Pacific, with limits of $5,000,000 per occurrence and $10,000,000 aggregate for bodily injury (including death) and property damage.

Before Licensee is allowed to enter the property, Licensor must receive and approve certificates of insurance evidencing the workers compensation, comprehensive general liability, and automobile insurance and stating that such coverage will not be cancelled or materially changed without ten days written notice being given to Licensor. Licensor must also receive and approve either the railroad protective liability policy or a binder evidencing that coverage is in effect. All of the required policies shall be issued by insurers acceptable to Licensor and shall be acceptable to Licensor in both form and substance. Licensee shall not enter the Property until all of the required policies have been approved in writing by Licensor. The automobile and comprehensive general liability policies shall be endorsed to add Licensor as an additional insured and to waive subrogation against Licensor. The comprehensive general liability policy shall include a contractual liability endorsement covering Licensee’s obligations under this Agreement. If the policies are procured by Licensee’s contractor, Licensee shall be added as an additional insured under such policies. If the contractor uses and subcontractors(s), the contractor shall provide the required insurances and shall, in addition, either: equivalent to that described herein or (ii) obtain endorsement to the required policies naming the subcontractor(s) as additional insured parties.

ATTACHMENT 4:

KNOWN EVENTS LIST

1930’s Interceptor Flow Diversion Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 10 of 27

Event Type: Festival

Location: LeClaire Park, 400 Beiderbecke Drive Street Closure Info Beiderbecke Drive inside LeClaire Park Event Purpose Blues music festival to entertain and educate the residents of Davenport, IA and surrounding area.

YouthFest 2019 Current Review Status: Approved

Start Date: 07-10-2019

Event Type: General

Location: Fejervary Learning Center Street Closure Info We are looking to close 12 Street from Wilkes Ave to 9th Street. Event Purpose Join in on the fun at Fejervary Learning Center! Come explore the natural play features and enjoy music, food, bounce houses, a petting zoo and over 30+ vendors promoting fun-filled summer activities! YouthFest is a yearly celebration sponsored by Davenport Parks & Recreation and Davenport Community Schools to encourage youth involvement in constructive summer activities. Participants will enjoy hands-on games, activities, and interactive displays at .

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 11 of 27

2nd Annual Duck For Life Fundraiser Current Review Status: Approved

Start Date: 07-13-2019

Event Type: General

Location: , Davenport, IA utilizing approximately 3892 feet, ending at pedestrian bridge at Junge Park, and beginning up stream to the next pedestrian bridge. Street Closure Info No street closures. Event Purpose Sponsored by QC United, proceeds from Duck For Life will aid in supporting school safety for the children of our community.

Brady Street Sprints Current Review Status: L1 Review

Start Date: 07-25-2019

Event Type: Race / Walk

Location: 5th and Brady (start line) to 1100 Brady (approximate finish line in front of KWQC TV) Street Closure Info Brady Street from 5th to 11th Streets on Thursday, July 25th at 6:00 pm until approximately 8:30 pm. No parking signs on Brady St on Wednesday to assure no cars are on the race route. Event Purpose Promote health and fitness in our community

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 12 of 27

Street Fest Current Review Status: L1 Review

Start Date: 07-25-2019

Event Type: Festival

Location: 2nd St. from Ripley St. to Brady St. Street Closure Info • We request that the following streets be closed for the Downtown Street Festival: Second Street – All lanes from the east side of Ripley Street to the west side of Brady Street. Harrison Street - 2 lanes from 3rd Street to the Harrison Street Parking Garage Entrance (1/2 Block), all lanes from the Garage Entrance to the Transit Center Entrance. We request that Harrison St be closed not later than 7:30am for the stage construction. Main Street - All lanes from The Current Hotel parking lot entrance south to the Main Street Parking Garage, One lane from the Parking Garage (1/2 Block) to River Drive. Event Purpose To bring people to downtown Davenport and expose them to the downtown and the businesses contained there. This event also supports the Bix 7 race.

Jr Bix 7 Current Review Status: L1 Review

Start Date: 07-26-2019

Event Type: Race / Walk

Location: 3rd St between Iowa St and River Dr, 4th St from Pershing to

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 13 of 27

River Dr Street Closure Info 4th St from Pershing to River Dr and 3rd St from Iowa St to River Dr both from 3-9 pm on Friday, July 26th. In addition, requesting no parking for the same area on that day, July 26th. Event Purpose Fun run for children 12 and under, to promote health and fitness in our community

2019 Bix 7 and Quick Bix Current Review Status: L1 Review

Start Date: 07-26-2019

Event Type: Race / Walk

Location: Same as past years, map attached. Street Closure Info Brady St to Kirkwood Blvd to Middle Rd to McClellan Heights, and back to 3rd St. For Quick Bix: Brady St to 15th St to Perry to 4th St. Event Purpose This event is a 7 mile run and walk through the streets of Davenport. It attracts over 20,000 participants, ranging in age from 1-90+. All 50 states are represented. Over 5,000 volunteers are used to provide a safe and secure event. 60% of entrants come from over 50 miles away.

BIX Volleyball Tournament Current Review Status: Approved

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 14 of 27

Start Date: 07-26-2019

Event Type: Park Use

Location: Centennial park soccer field Street Closure Info None Event Purpose grass volleyball tournament

BIX Volleyball Tournament Current Review Status: Approved

Start Date: 07-26-2019

Event Type: Park Use

Location: Street Closure Info None Event Purpose Camping for the out of town Volleyball players

Quad City Times Bix 7 - Starting Line Flyover Event/Hawkeye Howitzer Starting Gun Current Review Status: L1 Review

Start Date: 07-27-2019

Event Type: Race / Walk

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 15 of 27

Location: Brady and 4th Street (Starting Line of Bix 7) Street Closure Info Already determined by Bix 7 Committee. Event Purpose In support of Quad City Times Bix 7 Starting Line Program

Brandy and Heather’s Graduation party Current Review Status: Review Complete

Start Date: 07-27-2019

Event Type: Block Party

Location: 6124 n Hancock ave Davenport Iowa Street Closure Info Hancock ave north of 61st street Event Purpose Graduation celebration

Bix Porch Party Current Review Status: L1 Review

Start Date: 08-01-2019

Event Type: General

Location: - Main Library Street Closure Info

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 16 of 27

Close Main Street from 4th street to the alley before 3rd street Event Purpose Invite people to have fun at the library with jazz music and other family- friendly activities before the weekend Bix Jazz Festival

Bags 'n Brews Current Review Status: Approved

Start Date: 08-10-2019

Event Type: Park Use

Location: Lindsay Park within the Davenport East Village Street Closure Info N/A Event Purpose To host a bags/cornhole tournament and beer tasting event while raising money for the local non-profit Gilda's Club

Palmer College of Chiropractic Homecoming Fireworks Current Review Status: L1 Review

Start Date: 08-10-2019

Event Type: General

Location: Please see attached map. Palmer parking lot Street Closure Info N. Perry between Palmer drive and alley north of 10th. Usually DPD that

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 17 of 27

is at Palmer that night shuts it down during the 10 minute show. Event Purpose Fireworks post homecoming celebration

Floatzilla Current Review Status: Approved

Start Date: 08-15-2019

Event Type: Park Use

Location: Credit Island and Credit Island Lodge Street Closure Info None Event Purpose We host our volunteer orientation on the Thursday before Floatzilla, packet pick-up on Friday before the event, and we host a launch and day of registration on Saturday during the event. Some participants camp on the island Friday and Saturday nights with the permission of the Friends of Credit Island. Campers are not allowed fires on the island and must leave by noon on Sunday. During the event on Saturday, volunteers will be assisting participants in unloading and launching their kayaks and canoes from the dock and boat ramp near the Credit Island Lodge from 10am-1pm.

Floatzilla - Marquette Street Launch Current Review Status: Approved

Start Date: 08-17-2019

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 18 of 27

Event Type: General

Location: Marquette Street boat ramp. Street Closure Info None Event Purpose Using the Marquette Street boat ramp to launch kayaks and canoes for Floatzilla 2019.

QCSO River Front Pops Concert Fireworks Current Review Status: Approved

Start Date: 08-17-2019

Event Type: General

Location: Behind Modern Woodmen Park Street Closure Info No street closures. Bike bath at time of show. Event Purpose Fireworks after the concert shot to music.

Village of East Davenport Wine Walk Current Review Status: Review Complete

Start Date: 08-17-2019

Event Type: Block Party

Location: Village of East Davenport

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 19 of 27

Street Closure Info East 11th Street from Mound Street to Jersey Ridge Road, Jersey Ridge Road from East 11th Street to East 12th Street and Christie Street from East 11th Street to the alley. Event Purpose Fundraiser for Gilda's Club Quad Cities

AugustFest Neighborhood Block Party Current Review Status: Submitted

Start Date: 08-22-2019

Event Type: Block Party

Location: 1000 block of Ash St. Street Closure Info Ash St. is already partially closed. Event Purpose Residents, community based organizations, and businesses located in the Central Community Circle neighborhood celebrating the end of summer, back to school, civic responsibility, and community pride.

Farm Days in the Village Current Review Status: Review Complete

Start Date: 08-23-2019

Event Type: Festival

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 20 of 27

Location: Village of East Davenport. Includes activities on 11th Street and Chrisitie Street. Activities in Lindsay Park on basketball court and grassy area. Not on the ball diamond. Street Closure Info 11th Street will be closed from Mound Street to Jersey Ridge Road. Christie Street from 11th Street to the alley. Event Purpose A free, family oriented event that brings the "farm to the city". Antique tractors, crafts for kids, wagon rides, ,kids tractor pull, farm animals, agricultural exhibits

Shorty Quickbreath Current Review Status: Submitted

Start Date: 08-30-2019

Event Type: Race / Walk

Location: Credit Island Street Closure Info Park Road will be used for the race. We will need one lane for the runners moving in the direction of traffic. Both lanes will be blocked for 5 to 10 minutes at the start of the race. After the start runners will be funneled to the inner lane with cone placement. Event Purpose Running Event

Senior Citizen Riverfront Golf Cart Tour

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 21 of 27

Current Review Status: Review Complete

Start Date: 09-04-2019

Event Type: General

Location: Riverfront bike path between Credit Island Lodge and Bettendorf, between the Credit Island Lodge and Nahant Marsh, and Duck Creek bike path between Junge Park and Bettendorf. Street Closure Info None Event Purpose Every year River Action offers area seniors the chance to use golf carts to experience our local bike paths. City officials give short presentations about trail and riverfront updates on each tour. Each tour is two hours long and occurs three times throughout the day.

Beaux Arts Fall Fair Current Review Status: L1 Review

Start Date: 09-06-2019

Event Type: Festival

Location: 2nd Street between Harrison and Main and museum plaza Street Closure Info 2nd Street between Harrison and Main Event Purpose Art fair

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 22 of 27

Quad Cities River Bandits Race to Home 5k Current Review Status: Approved

Start Date: 09-07-2019

Event Type: Race / Walk

Location: Modern Woodmen Park Street Closure Info The race starts on 2nd Street in front of the YMCA, crosses the Centennial Bridge, goes through Rock Island, across the Arsenal Bridge, and then enters the bike path until it reaches the back gates of the stadium and goes into the ballpark, crossing home plate. So, 2nd Street may need to be closed temporarily, and Gaines Street in front of Modern Woodmen Park would need to be closed for a majority of the day. Event Purpose Benefiting the River Bandits Bandits' Scholars program.

VIVA Quad Cities Fiesta Current Review Status: Approved

Start Date: 09-07-2019

Event Type: Festival

Location: LeClaire Park Bandshell Street Closure Info Need to close Beiderbeck drive. Event Purpose

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 23 of 27

VIVA Quad Cities Fiesta is a non-profit organization that was established in 1993 and is the only fiesta of its kind between Des Moines, and Milwaukee that celebrates the vibrant Hispanic culture in the Quad Cities while raising funds for college scholarships. VIVA QC teams up with LULAC QC to put on the annual event.

Tour de CHC Current Review Status: L1 Review

Start Date: 09-07-2019

Event Type: General

Location: River front bike path from the Arsenal Bridge to Ripley Street and the CHC parking lot, 500 W. River Drive. Street Closure Info None Event Purpose Bicycle event to raise money for the pediatric practices at Community Health Care, Inc. (CHC)

St. Anthony Catholic Church Picnic Current Review Status: L1 Review

Start Date: 09-08-2019

Event Type: General

Location: 417 N. Main Street Street Closure Info

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 24 of 27

We would like to block off Main street from 4th to 5th streets from noon to 5 for the safety of parishioners and their children who will be out in front of our church and parish center. Event Purpose Celebrate our annual parish picnic in front of our church and parish center.

Quad Cities Renaissance Faire Current Review Status: Review Complete

Start Date: 09-19-2019

Event Type: Festival

Location: Credit Island Park & Lodge Street Closure Info n/a Event Purpose History re-enactments and edutainment.

Riverassance Festival of Fine Arts (Midcoast Fine Arts) Current Review Status: Approved

Start Date: 09-20-2019

Event Type: Park Use

Location: Lindsay Park Street Closure Info

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 25 of 27

11th Street between Jersey Ridge and Hillcrest Event Purpose Community Art Festival, exhibition and sale of artwork, musical entertainment and food sales.

Scott County Democratic Party Fall Picnic Current Review Status: Submitted

Start Date: 09-22-2019

Event Type: Park Use

Location: LeClaire Park bandshell Street Closure Info none Event Purpose Fall picnic for the Scott County Democratic Party. Presidential candidates will be in attendance.

Quad Cities Marathon Current Review Status: L1 Review

Start Date: 09-22-2019

Event Type: Race / Walk

Location: The race route will mostly stick to the downtown streets and bike path. Please see map for details. Street Closure Info

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 26 of 27

Beiderbecke Drive - Closed, Marquette Street through Gaines Street; Gaines Street Closed at River Drive through Beiderbecke Drive/Bike Path; River Drive - Closed at Brown Street through Scott Street; Western Avenue - Closed at 2nd St through River Drive; 2nd St- Southernmost traffic lane and southernmost parking lanes on 2nd St closed starting at Gaines through Arsenal Bridge On-Ramp - Eastern Most Northbound lane on Highway 67 (Centennial Bridge) Gaines Street / W. 2nd Street Exit Closed; Middle Rd from Kimberly Rd to Pineacre Ave, Eastmere Dr from Middle Rd to Davenport City limits. Event Purpose Road Race / Running Event - To promote healthy living via road running.

Intermediate Cross Country Meet for Davenport Schools Current Review Status: L1 Review

Start Date: 10-01-2019

Event Type: General

Location: Emeis Park & Shelter Street Closure Info N/A Event Purpose Cross Country Meet for Intermediate Students

Make-A-Wish Walk 4 Wishes Current Review Status: Review Complete

Start Date: 10-05-2019

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019 Special Events - Upcoming Report for 2019-06-11 - 2019-12-31 Page 27 of 27

Event Type: Race / Walk

Location: Lindsey Park Yacht Club Street Closure Info none Event Purpose raise funds for local Make-A-Wish

Toys for Tots Current Review Status: Approved

Start Date: 10-06-2019

Event Type: Parade / March / Demonstration

Location: Start at Walmart on West Kimberly and end at old Hobby Lobby location. Street Closure Info None, parade Event Purpose collect toys

https://codext.ci.davenport.ia.us/se/seadmin/report_upcoming.php 6/11/2019

ATTACHMENT 5:

TIDEFLEX SPECIFICATIONS AND CHECK VALVE DETAIL

1930’s Interceptor Flow Diversion Tidflex

CHECKMATE ULTRAFLEX SLIP-IN INLINE CHECK VALVES Specification TT-CMUF-SL

PART 1: GENERAL

1.01 SUBMITTALS

A. Submit product literature that includes information on the performance and operation of the valve, materials of construction, dimensions and weights, elastomer characteristics, headloss, flow data and pressure ratings.

B. Upon request, provide shop drawings that clearly identify the valve materials of construction and dimensions.

C. Submittal approval required prior to the release for production.

1.02 QUALITY ASSURANCE

A. Supplier shall have at least twelve (12) years experience in the design and manufacture of “CheckMate™” style elastomeric check valves.

B. Manufacturer shall have designed, fabricated and have at least five (5) current installation of a “CheckMate” style elastomeric check valves in the 72” (1800mm) size. Manufacturer must provide documentation, including project name, location, and references.

C. Manufacturer shall have conducted independent hydraulic testing to determine headloss, jet velocity and vertical opening height characteristics on a minimum of three (3) sizes of CheckMate Valves ranging from 6” (150mm) through 24” (600mm). The testing must have been conducted for free discharge (pressurized and open channel flow discharging to atmosphere) and submerged conditions.

PART 2: PRODUCTS

2.01 CHECKMATE ULTRAFLEX ELASTOMERIC CHECK VALVES

A. Check Valves are to be all rubber and the flow operated check type with slip-in cuff connection. The entire CheckMate Ultraflex Valve shall be ply reinforced throughout the body, saddle and bill, which is cured and vulcanized into a one-piece unibody construction. A separate valve body or pipe used as the housing is not acceptable. The valve shall be manufactured with no metal, mechanical hinges or fasteners, which would be used to secure any component of the valve to a valve housing. The port area of the saddle shall contour into a circumferential sealing area (the “bill”) that is concentric with the pipe which shall allow passage of flow in one direction while preventing reverse flow. The entire valve shall fit within the pipe inside diameter. The saddle area of the valve must be flat, not conical, and integral with the rubber body above centerline in order to not produce any areas or voids that can collect or trap debris. The valve must be easily installed in pipes with poor end condition without the need to modify or utilize the headwall or structure to seal and anchor the valve. Once installed, the CheckMate Ultraflex Valve shall not protrude beyond the face of the structure or end of the pipe.

B. The CheckMate Ultraflex Valve shall incorporate multiple concave grooves molded integrally into the flat saddle wall thickness extending longitudinally a minimum of 80% of the length of the saddle to reduce opening resistance and reduce headloss.

C. The CheckMate Ultraflex Valve shall incorporate a customized geometrical notch in the end of the bill to reduce cracking pressure. The notch shall be at the invert/bottom of the bill and symmetrical about the valve centerline. The longitudinal length of the notch shall be no greater than half the length of the bill.

D. The outside diameter of the upstream and downstream sections of the valve must be circumferentially in contact with the inside diameter of the pipe.

E. Slip-in style CheckMate Ultraflex Valves will be furnished with a set of stainless steel expansion clamps. The clamps, which will secure the valve in place, shall be installed in the upstream or downstream cuff of the valve, depending on installation orientation, and shall expand outwards by means of a turnbuckle. Each band shall be pre-drilled allowing for the valve to be pinned and secured into position in accordance with the manufacturer’s installation instructions.

F. Manufacturer must have flow test data from an accredited hydraulics laboratory to confirm pressure drop and hydraulic data.

E. Company name, plant location, valve size patent number, and serial number shall be bonded to the check valve.

2.02 FUNCTION

A. When line pressure exceeds the backpressure, the line pressure forces the bill and saddle of the valve open, allowing flow to pass. When the backpressure exceeds the line pressure, or in the absence of any upstream or downstream pressure, the bill and saddle of the valve is forced closed, preventing backflow.

2.03 MANUFACTURER

A. All valves shall be Series CMUF-SL slip-in CheckMate Ultraflex Valves as manufactured by Tideflex Technologies®, A Division of Red Valve Company, Carnegie, PA 15106. All valves shall be manufactured in the U.S.A.

PART 3: EXECUTION

3.01 INSTALLATION

A. Valve shall be installed in accordance with manufacturer’s written Installation and Operation Manual and approved submittals.

3.02 MANUFACTURER’S CUSTOMER SERVICE

A. Manufacturer’s authorized representative shall be available for customer service during installation and start-up, and to train personnel in the operation, maintenance and troubleshooting of the valve.

B. If specified, the manufacturer shall also make customer service available directly from the factory in addition to authorized representatives for assistance during installation and start-up, and to train personnel in the operation, maintenance and troubleshooting of the valve.