Loading...
HomeMy WebLinkAboutADDENDUM NO. 4 - Contract 1123Contract 1123 Addendum No. 3 Page 1 of 1 ADDENDUM NO. 4 TO THE BIDDING DOCUMENTS HUNTINGTON ROAD AND KATOSKI DRIVE RECONSTRUCTION FROM WATERLOO CITY LIMITS TO GREENHILL ROAD CONTRACT NO. 1123 CITY OF WATERLOO, IOWA DATE: March 10, 2026 LETTING DATE & TIME: March 12, 2026, 1:00 P.M., Local Time TO ALL BIDDERS ON THE ABOVE PROJECT: All Bidders submitting a bid on the above contract shall carefully read this Addendum and give it consideration in the preparation of their bid. TO ALL BIDDERS ON THE ABOVE PROJECT: I. The Project Specifications for this project are hereby revised as follows: The Contractor shall use the attached revised Addendum 4 – Proposal to submit their bids. The following changes have been made. • Item 8.2 PAINTED PAVEMENT MARKINGS, DURABLE quantity changed from 380.65 to 253.76 II. The Project Plans for this project are hereby revised as follows: Sheet B.17 the following changes have been made. • Added Hydrant Assembly Detail. Sheet C.2 the following changes have been made. • Item 8.2 PAINTED PAVEMENT MARKINGS, DURABLE quantity changed from 380.65 to 253.76 Sheet C.4 the following changes have been made. • Estimate Reference Note change for item 5.1. Sheet C.5 the following changes have been made. • Estimate Reference Note change for item 7.2 Sheet C.8 the following changes have been made. • Added proposed information for hydrant assembly relocations. Sheets C.14-C.16 the following changes have been made. • Updated the Factored Quantity of the Pavement Marking Line Types Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. The bidder shall acknowledge receipt of this Addendum by inserting the number and date in the spaces provided in the Form of Bid or Proposal, Item 9. _____________________________________________________________________________________ Andy Floy, P.E. Foth Infrastructure & Environment Senior Transportation Engineer ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 1 of 9 ADDENDUM 4 - FORM OF BID OR PROPOSAL HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT CONTRACT NO. 1123 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of ________________, a Partnership consisting of the following partners: ________________________________________________ _________________________________________________________ , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by Foth Infrastructure & Environment, LLC now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 2.1 2010-A CLEARING & GRUBBING, UNIT UNIT 609 $ $ 2.2 2010-D-1* TOPSOIL, 4 INCHES, ON OR OFF-SITE SY 45390 $ $ 2.3 2010-D-2 TOPSOIL, COMPOST AMENDED, CY 231 $ $ 2.4 2010-E EXCAVATION, CLASS 10, ROADWAY & BORROW CY 21737 $ $ 2.5 2010-E EXCAVATION, CLASS 10, WASTE CY 11925 $ $ 2.6 2010-E EMBANKMENT IN PLACE, CONTRACTOR FURNISH CY 13007 $ $ 2.7 2010-G SUBGRADE PREPARATION, 12 IN. SY 41324 $ $ 2.8 2010-J* MODIFIED SUBBASE, 8 IN. SY 43862 $ $ 2.9 2010-K-2-C* REMOVAL, ENTRANCE PIPE, LESS THAN OR EQUAL TO 18 IN. LF 111 $ $ 2.10 2010-K-2-C* REMOVAL, CULVERT, 36 IN. LF 368 $ $ 2.11 2010-K-2-C* REMOVAL, SUBDRAIN LF 9470 $ $ SUBTOTAL EARTHWORK = $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 2 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 4 - SEWERS AND DRAINS 4.1 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN. LF 779 $ $ 4.2 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 36 IN. LF 331 $ $ 4.3 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 60 IN. LF 211 $ $ 4.4 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 72 IN. LF 262 $ $ 4.5 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 15 IN. LF 2774 $ $ 4.6 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 18 IN. LF 884 $ $ 4.7 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 24 IN. LF 155 $ $ 4.8 4020-D REMOVE STORM SEWER PIPE, LESS THAN OR EQUAL TO 36 IN. LF 2325 $ $ 4.9 4020-D REMOVE STORM SEWER PIPE, GREATER THAN 36 IN. LF 202 $ $ 4.10 4030-A* PIPE CULVERT, CONCRETE, 12 IN. DIA. LF 40 $ $ 4.11 4030-B* APRON, CONCRETE, 12 IN. DIA. EA 2 $ $ 4.12 4030-B* APRON, CONCRETE, 15 IN. DIA. EA 2 $ $ 4.13 4030-B* APRON, CONCRETE, 30 IN. DIA. EA 1 $ $ 4.14 4030-B* APRON, CONCRETE, 36 IN. DIA. EA 3 $ $ 4.15 4030-B* APRON, CONCRETE, 72 IN. DIA. EA 1 $ $ 4.16 4040-A* SUBDRAIN, 6" HDPE, CASE B, TYPE 1 LF 14928 $ $ 4.17 4040-A* SUBDRAIN, 6" CORRUGATED PE, CASE B, TYPE 1 LF 880 $ $ 4.18 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1 EA 34 $ $ 4.19 4040-C-1 SUBDRAIN CLEANOUT, TYPE B EA 4 $ $ 4.20 4040-D-1* SUBDRAIN OUTLETS AND CONNECTIONS EA 150 $ $ 4.21 SPECIAL FIELD TILE REPAIR AND FITTINGS, PVC, UNSPECIFIED DIAMETER LF 250 $ $ SUBTOTAL SEWERS AND DRAINS = $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 3 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 5 – WATER MAIN AND APPURTENANCES 5.1 5020-C REMOVE AND REINSTALL FIRE HYDRANT ASSEMBLY EA 2 $ $ 5.2 5020-G VALVE BOX EXTENSION EA 3 $ $ 5.3 5020-H VALVE BOX REPLACEMENT EA 8 $ $ SUBTOTAL WATER MAIN AND APPURTENANCES = $ DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 6.1 6010-A* MANHOLE, STORM SEWER, SW-401, 48 IN. EA 2 $ $ 6.2 6010-A* MANHOLE, STORM SEWER, SW-401, 60 IN. EA 2 $ $ 6.3 6010-A* MANHOLE, STORM SEWER, SW-401, 72 IN. EA 1 $ $ 6.4 6010-A* MANHOLE, STORM SEWER, SW-401, 96 IN. EA 3 $ $ 6.5 6010-A* MANHOLE, STORM SEWER, SW-403, 9' x 9' EA 1 $ $ 6.6 6010-B INTAKE, SW-505, DOUBLE GRATE EA 55 $ $ 6.7 6010-B INTAKE, SW-505, DOUBLE GRATE, MODIFIED EA 3 $ $ 6.8 6010-B INTAKE, SW-506, DOUBLE GRATE EA 10 $ $ 6.9 6010-B INTAKE, SW-512, 24 IN. EA 1 $ $ 6.10 6010-B* INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE EA 3 $ $ 6.11 6010-B* INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 1 EA 1 $ $ 6.12 6010-B* INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 2 EA 1 $ $ 6.13 6010-E-1* MANHOLE ADJUSTMENT, MINOR, STORM OR SANITARY EA 8 $ $ 6.14 6010-F-1* MANHOLE ADJUSTMENT, MAJOR, STORM OR SANITARY EA 11 $ $ 6.15 6010-G-1 CONNECTION TO EXISTING MANHOLE EA 8 $ $ 6.16 6010-H-1* REMOVE MANHOLE EA 10 $ $ 6.17 6010-H-2* REMOVE INTAKE EA 36 $ $ SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 4 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 7 – STREETS AND RELATED WORK 7.1 7010-A* PAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN. SY 35914 $ $ 7.2 7010-A* PAVEMENT, PCC, CLASS C- 4WR W/ CLASS 3 AGG., 8 IN., COLORED SY 1094 $ $ 7.3 7010-A* PAVEMENT, PCC, CLASS C- 4WR W/ CLASS 3 AGG., 8 IN., REINFORCED SY 394 $ $ 7.4 7010-G* CONCRETE MEDIAN, 6 IN. SY 2554 $ $ 7.5 7030-A-1 REMOVAL OF SIDEWALK OR SHARED USE PATH SY 2785 $ $ 7.6 7030-A-3 REMOVAL OF DRIVEWAY SY 1457 $ $ 7.7 7030-C SHARED USE PATH, PCC, 6 IN. SY 6295 $ $ 7.8 7030-E* SIDEWALK, PCC, 4 IN. SY 189 $ $ 7.9 7030-E* SIDEWALK, PCC, 6 IN. SY 1660 $ $ 7.10 7030-G* DETECTABLE WARNINGS SF 1170 $ $ 7.11 7030-H-1* DRIVEWAY, PAVED, PCC, 6 IN. SY 404 $ $ 7.12 7030-H-1* DRIVEWAY, PAVED, PCC, 8 IN. SY 422 $ $ 7.13 7030-H-3 GRANULAR SURFACING, CLASS-A CRUSHED STONE, DRIVEWAY, 6 IN. TON 41 $ $ 7.14 7040-H PAVEMENT, REMOVAL SY 38088 $ $ SUBTOTAL STREETS AND RELATED WORK = DIVISION 8 – TRAFFIC SIGNALS AND TRAFFIC CONTROL 8.1 8010-C TRAFFIC SIGNAL REMOVAL LS 1 $ $ 8.2 8020-C* PAINTED PAVEMENT MARKINGS, DURABLE STA 253.76 $ $ 8.3 8020-H* PRECUT SYMBOLS AND LEGENDS EA 25 $ $ 8.4 8030-A* TEMPORARY TRAFFIC CONTROL LS 1 $ $ 8.5 8040-B TRAFFIC SIGNS SF 602.65 $ $ 8.6 8040-D PERFORATED SQUARE STEEL TUBE POSTS LF 1152.5 $ $ 8.7 8040-G PERFORATED SQUARE STEEL TUBE POST ANCHORS, SOIL EA 72 $ $ 8.8 8040-G PERFORATED SQUARE STEEL TUBE POST ANCHORS, CONCRETE EA 39 $ $ 8.9 8040-I REMOVE AND REINSTALL TRAFFIC SIGNS EA 2 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 5 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 8.10 SPECIAL REMOVAL OF SIGNS EA 53 $ $ 8.11 SPECIAL TEMPORARY ACCESS INFORMATION SIGN EA 30 $ $ 8.12 SPECIAL RECTANGULAR RAPID FLASHING BEACONS (RRFB) LS 9 $ $ 8.13 SPECIAL PORTABLE DYNAMIC MESSAGE SIGNS CDAY 126 $ $ 8.14 SPECIAL TEMPORARY BARRIER RAIL, CONCRETE LF 50 $ $ SUBTOTAL TRAFFIC SIGNALS AND TRAFFIC CONTROL = $ DIVISION 9 - SITE WORK AND LANDSCAPING 9.1 9010-B* HYDRAULIC SEEDING, FERT. & MULCH., TYPE 1 (PERM. LAWN MIX.) SY 36935 $ $ 9.2 9010-B* HYDRAULIC SEEDING, FERT. & MULCH., TYPE 4 (URBAN TEMP. EROS. CONTROL MIX.) SY 36935 $ $ 9.3 9020-A SOD, FESCUE SY 1492 $ $ 9.4 9030-A PLANTS, PERINNIALS, CONTAINERIZED EA 448 $ $ 9.5 9030-A PLANTS, UNDERSTORY TREES, BALLED AND BURLAPPED EA 16 $ $ 9.6 9030-A PLANTS, OVERSTORY TREES, BALLED AND BURLAPPED EA 91 $ $ 9.7 9030-A PLANTS, EVERGREEN TREES, BALLED AND BURLAPPED EA 6 $ $ 9.8 9040-D-1 FILTER SOCKS, 9 IN. LF 21068 $ $ 9.9 9040-D-2 FILTER SOCKS, REMOVAL LF 21068 $ $ 9.10 9040-J RIP RAP, CLASS E TON 335.6 $ $ 9.11 9040-N-1 SILT FENCE OR SILT FENCE DITCH CHECK LF 4970 $ $ 9.12 9040-N-2 SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT LF 4970 $ $ 9.13 9040-N-3 SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE LF 4970 $ $ 9.14 9040-O-2 TRACK-OUT CONTROL TON 72 $ $ 9.15 9040-T-1* INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN EA 147 $ $ 9.16 9040-T-2* INLET PROTECTION DEVICE, MAINTENANCE EA 147 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 6 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 9.17 9060-D REMOVAL AND REINSTALLATION OF EXISTING FENCE, CHAIN LINK LF 56 $ $ SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 11.1 11010-A CONSTRUCTION SURVEY LS 1 $ $ 11.2 11020-A MOBILIZATION LS 1 $ $ 11.3 11030-A MAINTENANCE OF POSTAL SERVICE LS 1 $ $ 11.4 11030-B MAINTENANCE OF SOLID WASTE COLLECTION LS 1 $ $ 11.5 11040-B TEMPORARY GRANULAR SIDEWALK SY 268 $ $ 11.6 11050-A CONCRETE WASHOUT LS 1 $ $ 11.7 SPECIAL LIMESTONE BLOCKS, 12 IN. X 12 IN. LF 588 $ $ 11.8 SPECIAL LIMESTONE EDGING, 4 IN. X 4 IN. LF 199 $ $ 11.9 SPECIAL TRAP ROCK, 1-4 INCH SIZE TON 18.8 $ $ 11.10 SPECIAL MULCH, DOUBLE SHREDDED HARDWOOD, 3 IN. DEPTH CY 44 $ $ 11.11 SPECIAL STREET SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERS LF 50 $ $ 11.12 SPECIAL MONUMENT SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERS LF 62 $ $ 11.13 SPECIAL LOGO SIGNAGE, CORTEN STEEL, WATERJET CUTOUT, ACRYLIC BACKER BOARD LF 19 $ $ 11.14 SPECIAL GRADE MOUNTED ELECTRICAL METER, MAIN LOAD CENTER PEDESTAL EA 4 $ $ 11.15 SPECIAL CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 1 INCH DIA. LF 500 $ $ 11.16 SPECIAL CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 3/4 INCH DIA. LF 200 $ $ 11.17 SPECIAL CONDUCTORS, #8 AWG CU THWN-2, FROM METER/MAIN PEDESTAL TO PULL BOX LF 1800 $ $ 11.18 SPECIAL CONDUCTORS, #10 AWG CU THWN-2, FROM PULL BOX TO SIGN LF 600 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 7 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 11.19 SPECIAL POLYMER / CONCRETE BELOW GRADE OPEN BOTTOM PULL AND JUNCTION BOX EA 13 $ $ 11.20 SPECIAL METER / MAIN LOAD CENTER PEDESTAL MOUNTED BUTTON PHOTOCONTROL EA 4 $ $ 11.21 SPECIAL METER / MAIN LOAD CENTER PEDESTAL MOUNTED ELECTRICALLY HELD OPEN TYPE CONTACTOR EA 4 $ $ 11.22 SPECIAL F1 SIGNAGE LED STRIPS, CHANNELS, LENSES AND MISC. WIRING COMPONENTS LF 35 $ $ 11.23 SPECIAL F1 SIGNAGE 120VAC/24VDC DIMMING POWER SUPPLY EA 6 $ $ 11.24 SPECIAL F1 SIGNAGE 120/277V WALLBOX MOUNTED CONTROLLER WITH 0-10V DIMMING EA 6 $ $ 11.25 SPECIAL WEATHER TIGHT 2-5/8 INCH DEEP SINGLE GANG DEVICE BOX, COVER, AND MISC. FITTINGS EA 13 $ $ 11.26 SPECIAL BENCH EA 1 $ $ 11.27 SPECIAL BIKE RACK EA 1 $ $ 11.28 SPECIAL LITTER RECEPTICLE EA 1 $ $ SUBTOTAL MISCELLANEOUS = $ DIVISION 12 - STRUCTURES 12.1 2401-6750001 REMOVALS, AS PER PLAN LS 1 $ $ 12.2 2402-0425031 GRANULAR BACKFILL TON 276 $ $ 12.3 2402-0425040 FLOODED BACKFILL CY 433 $ $ 12.4 2402-2720000 EXCAVATION, CLASS 20 CY 2522 $ $ 12.5 2402-3825025 GRANULAR MATERIAL FOR BLANKET CY 679 $ $ 12.6 2403-0100000 STRUCTURAL CONCRETE (MISCELLANEOUS) CY 29.5 $ $ 12.7 2403-0100020 STRUCTURAL CONCRETE (RCB CULVERT) CY 35.6 $ $ 12.8 2404-7775000 REINFORCING STEEL LB 9408 $ $ 12.9 2415-2111204 PRECAST CONCRETE BOX CULVERT, 12 FT. X 4 FT. LF 170 $ $ 12.10 2415-2201204 PRECAST CONCRETE BOX CULVERT STRAIGHT END SECTION, 12 FT. X 4 FT. EACH 2 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 8 of 9 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 12.11 2418-0000010 TEMPORARY STREAM DIVERSION EACH 2 $ $ 12.12 2507-8029000 EROSION STONE TON 33.8 $ $ 12.13 2519-1001000 FENCE, CHAIN LINK, VINYL COATED LF 152 $ $ 12.14 2599-9999020 GRANULAR BEDDING TON 91 $ $ SUBTOTAL STRUCTURES = $ TOTAL BID = $___________________________ 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of _______________________________________________________Dollars ($ ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 9 of 9 The Contractor shall submit information on subcontractors on “SUBCONTRACTOR REQUEST AND APPROVAL” Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. (Name of Bidder) (Date) BY: Title Official Address: (Including Zip Code): I.R.S. No. pw://foth-pw.be ntley.com:foth-pw-0 1 /Docum ents/Clients/Waterloo IA C/Hu ntingto n Road and Ka toski Drive Recons/CAD/Pla ns/0025 W01 3 .00_B_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_B_SHT.dgn 3/10/2026 DRAWN BY: 8:52:54 AM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. 6t2 6t1 6t2 6t1 (Back of Curb) Location Station 6t26t3 (typ.) Diagonal Bar Wall 4 Wall 3 Wall 1 Wall 2 Max. Dia. 1 Wall 2 3 4 54" 60" 54" 60" 1 1 A B B PIPE DIAMETERS MAXIMUM 60 1 0 . 5 1 6 FI G U R E REINFORCING BAR LIST Mark Size Location Shape Length SpacingCount 7'-0" 8'-4" 8''8'' 6'-0'' 6'' min 1 2 3 Refer to Sheet B.19 for manhole casting details. 12 inch minimum wall height above all pipes. edge of the walls. the footprint of base is not required to extend beyond the outer Cast-in-place base shown. If base is precast integral with walls, pipe openings. Install four #4 diagonal bars at manhole opening and at all Height Wall Rings Adjustment (Back of Curb) Location Station 36''36'' 6t2 6t2 5w3 5w3 Invert 5w1 5w1 10" 4'' 6b2 6b1 Base Back of Curb Form Grade4'-8'' Casting V1600-3 SW-603 Type R Casting 10"6t3 6t36t1 6t1 6t1 27''24'' 5w2 5w2 Invert 5w1 Wall 4'' Base 8'' 6b2 6b1 5w1 Flowline Lowest (typ.) Diagonal bar 2 3 3 4 12'' min. 6t1 60 1 0 . 5 1 6 SH E E T 2 O F 3 SECTION B-B SECTION A-A FI G U R E Refer to SW-514 for boxout details. 5b3 5b3 12'' min. 12'' min. 8'' 7'-4'' (15'-0'' max.) Depth 5b3 5w2 8' - 4 " 7' - 0 " Wall 4 Wall 3 Wall 1 Wall 2 60 1 0 . 5 1 6 PLAN FI G U R E Refer to SW-514 for boxout details. 10" 5b3 8" 8" 8"8" SH E E T 1 O F 3 SH E E T 3 O F 3 SLAB PLAN 5w3 5w2 5w3 (Showing Horiz. Wall Reinforcing) 1' - 1 0 " 7'-9" CL . 5 " 2' - 6 " Lap (Typ.) 1'-10" Min. BENT BARS CL. "213 Refer to Sheet B.19 for manhole casting details. pipe openings. Install four #4 diagonal bars at manhole opening and at all 8" 8" 7'- 0 " 8' - 4 " 8"24" 7'-4" 6t1 5 5 5 5 5 6 6 6 6 6 5c1 5w3 5w2 5w1 5b3 6b2 6b1 6t3 6t2 6t1 5 Varies Varies 42 42 9 8 20 8 16 5c1 "2125 5w25c1 8" 6 " 6'-0" 3'-1" 7'-0" 11'-5" Wall Height plus 4'' 3'-4" 7'-6" 8'-6" 4'-4" 7'-0" 8'-0" 6" 8" 8" 8" 8" 12" 12" 8" See Detail 8" Top Wall 1 & 3 Wall 2 & 4 Walls Base Base Base Top Top Top A 4 Spa. @ 6"; 5-5c1 5c1 STANDARD ROAD PLAN MODIFIED 1 SW-516 REVISION SHEET 3 of 3 Modified for 15' maximum depthMODIFICATIONS: WITH MANHOLE DOUBLE GRATE INTAKE STANDARD ROAD PLAN MODIFIED 1 SW-516 REVISION SHEET 2 of 3 Modified for 15' maximum depthMODIFICATIONS: WITH MANHOLE DOUBLE GRATE INTAKE STANDARD ROAD PLAN MODIFIED 1 SW-516 REVISION SHEET 1 of 3 Modified for 15' maximum depthMODIFICATIONS: WITH MANHOLE DOUBLE GRATE INTAKE CL. "213 4 2 4 B.17J. PROVOST A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA TYPICAL SECTIONS AND STANDARD DETAILS 4 3/10/26 ARG HYDRANT ASSEMBLY DETAIL 4 WATERLOO COMMUNITY SCHOOL DISTRICTDIVISION 2 CITY OF WATERLOODIVISION 1 72720TONTRACK-OUT CONTROL9040-O-29.14 497025932377LFSILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE9040-N-39.13 497025932377LFSILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT9040-N-29.12 497025932377LFSILT FENCE OR SILT FENCE DITCH CHECK9040-N-19.11 335.6263.172.5TONRIP RAP, CLASS E9040-J9.10 21068883012238LFFILTER SOCKS, REMOVAL9040-D-29.9 21068883012238LFFILTER SOCKS, 9 IN.9040-D-19.8 606EAPLANTS, EVERGREEN TREES, BALLED AND BURLAPPED9030-A9.7 91091EAPLANTS, OVERSTORY TREES, BALLED AND BURLAPPED9030-A9.6 16016EAPLANTS, UNDERSTORY TREES, BALLED AND BURLAPPED9030-A9.5 4480448EAPLANTS, PERINNIALS, CONTAINERIZED9030-A9.4 149201492SYSOD, FESCUE9020-A9.3 369352017116764SYHYDRAULIC SEEDING, FERT. & MULCH., TYPE 4 (URBAN TEMP. EROS. CONTROL MIX.)9010-B9.2 369352017116764SYHYDRAULIC SEEDING, FERT. & MULCH., TYPE 1 (PERM. LAWN MIX.)9010-B9.1 DIVISION 9 - SITE WORK AND LANDSCAPING 50500LFTEMPORARY BARRIER RAIL, CONCRETESPECIAL8.14 1264284CDAYPORTABLE DYNAMIC MESSAGE SIGNSSPECIAL8.13 954LSRECTANGULAR RAPID FLASHING BEACONS (RRFB)SPECIAL8.12 301515EATEMPORARY ACCESS INFORMATION SIGNSPECIAL8.11 533122EAREMOVAL OF SIGNSSPECIAL8.10 211EAREMOVE AND REINSTALL TRAFFIC SIGNS8040-I8.9 392613EAPERFORATED SQUARE STEEL TUBE POST ANCHORS, CONCRETE8040-G8.8 725220EAPERFORATED SQUARE STEEL TUBE POST ANCHORS, SOIL8040-G8.7 1152.5576.25576.25LFPERFORATED SQUARE STEEL TUBE POSTS8040-D8.6 602.65427.9174.75SFTRAFFIC SIGNS8040-B8.5 10.50.5LSTEMPORARY TRAFFIC CONTROL8030-A8.4 25916EAPRECUT SYMBOLS AND LEGENDS8020-H8.3 253.77142.83110.94STAPAINTED PAVEMENT MARKINGS, DURABLE8020-C8.2 10.50.5LSTRAFFIC SIGNAL REMOVAL8010-C8.1 DIVISION 8 - TRAFFIC CONTROL 380881575622332SYPAVEMENT, REMOVAL7040-H7.14 41410TONGRANULAR SURFACING, CLASS-A CRUSHED STONE, DRIVEWAY, 6 IN.7030-H-37.13 4224220SYDRIVEWAY, PAVED, PCC, 8 IN.7030-H-17.12 40461343SYDRIVEWAY, PAVED, PCC, 6 IN.7030-H-17.11 1170858312SFDETECTABLE WARNINGS7030-G7.10 16601166494SYSIDEWALK, PCC, 6 IN.7030-E7.9 1899693SYSIDEWALK, PCC, 4 IN.7030-E7.8 629506295SYSHARED USE PATH, PCC, 6 IN.7030-C7.7 14571280177SYREMOVAL OF DRIVEWAY7030-A-37.6 27855272258SYREMOVAL OF SIDEWALK OR SHARED USE PATH7030-A-17.5 255413341220SYCONCRETE MEDIAN, 6 IN.7010-G7.4 394207187SYPAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., REINFORCED7010-A7.3 1094783311SYPAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., COLORED7010-A7.2 359141666919245SYPAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN.7010-A7.1 DIVISION 7 - STREETS AND RELATED WORK 361719EAREMOVE INTAKE6010-H-26.17 1028EAREMOVE MANHOLE6010-H-16.16 853EACONNECTION TO EXISTING MANHOLE6010-G-16.15 1129EAMANHOLE ADJUSTMENT, MAJOR, STORM OR SANITARY6010-F-16.14 844EAMANHOLE ADJUSTMENT, MINOR, STORM OR SANITARY6010-E-16.13 110EAINTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MODIFIED 26010-B6.12 110EAINTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MODIFIED 16010-B6.11 312EAINTAKE, SW-516, DOUBLE GRATE W/ MANHOLE6010-B6.10 101EAINTAKE, SW-512, 24 IN.6010-B6.9 1037EAINTAKE, SW-506, DOUBLE GRATE6010-B6.8 312EAINTAKE, SW-505, DOUBLE GRATE, MODIFIED6010-B6.7 551936EAINTAKE, SW-505, DOUBLE GRATE6010-B6.6 110EAMANHOLE, STORM SEWER, SW-403, 9' x 9'6010-A6.5 312EAMANHOLE, STORM SEWER, SW-401, 96 IN.6010-A6.4 101EAMANHOLE, STORM SEWER, SW-401, 72 IN.6010-A6.3 211EAMANHOLE, STORM SEWER, SW-401, 60 IN.6010-A6.2 202EAMANHOLE, STORM SEWER, SW-401, 48 IN.6010-A6.1 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWER 853EAVALVE BOX REPLACEMENT5020-H5.3 330EAVALVE BOX EXTENSION5020-G5.2 Division 2Division 1TotalDivision 2Division 1Unit As BuiltEstimated Quantities ItemItem CodeItem No. ESTIMATED PROJECT QUANTITES Modified 100-01B pw://foth-pw.be ntley.com:foth-pw-0 1 /Docum ents/Clients/Waterloo IA C/Hu ntingto n Road and Ka toski Drive Recons/CAD/Pla ns/0025 W01 3 .00_C_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_C_SHT.dgn 3/10/2026 DRAWN BY: 1:52:09 PM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. C.2G. MEIDENBAUER A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA ESTIM ATED QUANTITIES AND TABULATIONS 4 2 2 2/27/26 ASF REVISED PCC BID ITEMS 4 3/10/26 ARG REVISED PAVEMENT MARKING QUANTITIES 253.76 Refer to RC and RR sheets for additional Erosion Stone locations. Refer to V-sheets for details, breakdown of quantities, and additional information. All items shall follow Iowa DOT Specifications. GRANULAR BEDDING2599-999902012.14 FENCE, CHAIN LINK, VINYL COATED2519-100100012.13 EROSION STONE2507-802900012.12 TEMPORARY STREAM DIVERSION2418-000001012.11 PRECAST CONCRETE BOX CULVERT STRAIGHT END SECTION, 12 FT. X 4 FT.2415-220120412.10 PRECAST CONCRETE BOX CULVERT, 12 FT. X 4 FT.2415-211120412.9 REINFORCING STEEL2404-777500012.8 STRUCTURAL CONCRETE (RCB CULVERT)2403-010002012.7 STRUCTURAL CONCRETE (MISCELLANEOUS)2403-010000012.6 GRANULAR MATERIAL FOR BLANKET2402-382502512.5 EXCAVATION, CLASS 202402-272000012.4 FLOODED BACKFILL2402-042504012.3 GRANULAR BACKFILL2402-042503112.2 REMOVALS, AS PER PLAN2401-675000112.1 STRUCTURES-------------------------- 12 DIVISION ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be by Each Bench, Bike Rack, or Litter Recepticle. Basis of Payment shall be by Each Bench, Bike Rack, or Litter Recepticle installed. Item includes purchase, delivery, and installation of all site furnishing items per plans. Refer to KE-sheets for locations and additional information. Any hardware required for installation shall be incidental. LITTER RECEPTICLESPECIAL11.28 BIKE RACKSPECIAL11.27 BENCHSPECIAL11.26 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- LF items method of measurement shall be Lineal Foot. Basis of Payment shall be Lineal Foot of item installed. EA items method of measurement shall be by Each. Basis of Payment shall be by Each item installed. MidAmerican Energy. channels/dimming controller/power supply, single gang device boxes, and electrical/lighting items per plans. Coordinate all connections to existing electrical with DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A Items include purchase, delivery, and installation of all required electrical meters/pedestals, conduit, conductors, pull boxes, photocontrols, fixtures/mounting, Refer to K-sheets for locations and additional information. Any required mounting hardware shall be incidental. Coordinate all connections to existing electrical with MidAm. WEATHER TIGHT 2-5/8 INCH DEEP SINGLE GANG DEVICE BOX, COVER, AND MISC. FITTINGSSPECIAL11.25 F1 SIGNAGE 120/277V WALLBOX MOUNTED CONTROLLER WITH 0-10V DIMMINGSPECIAL11.24 F1 SIGNAGE 120VAC/24VDC DIMMING POWER SUPPLYSPECIAL11.23 F1 SIGNAGE LED STRIPS, CHANNELS, LENSES AND MISC. WIRING COMPONENTSSPECIAL11.22 METER / MAIN LOAD CENTER PEDESTAL MOUNTED ELECTRICALLY HELD OPEN TYPE CONTACTORSPECIAL11.21 METER / MAIN LOAD CENTER PEDESTAL MOUNTED BUTTON PHOTOCONTROLSPECIAL11.20 POLYMER / CONCRETE BELOW GRADE OPEN BOTTOM PULL AND JUNCTION BOXSPECIAL11.19 CONDUCTORS, #10 AWG CU THWN-2, FROM PULL BOX TO SIGNSPECIAL11.18 CONDUCTORS, #8 AWG CU THWN-2, FROM METER/MAIN PEDESTAL TO PULL BOXSPECIAL11.17 CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 3/4 INCH DIA.SPECIAL11.16 CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 1 INCH DIA.SPECIAL11.15 GRADE MOUNTED ELECTRICAL METER, MAIN LOAD CENTER PEDESTALSPECIAL11.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Logo Signage. Basis of Payment shall be Lineal Foot of Logo Signage installed. Item includes shop drawings, purchase, fabrication, delivery, and installation of Logo Signage per plans. Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental. LOGO SIGNAGE, CORTEN STEEL, WATERJET CUTOUT, ACRYLIC BACKER BOARDSPECIAL11.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Monument Signage. Basis of Payment shall be Lineal Foot of Monument Signage installed. Item includes shop drawings, purchase, fabrication, delivery, and installation of Monument Signage per plans. Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental. MONUMENT SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERSSPECIAL11.12 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Street Signage. Basis of Payment shall be Lineal Foot of Street Signage installed. Item includes shop drawings, purchase, fabrication, delivery, and installation of Street Signage per plans. Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental. STREET SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERSSPECIAL11.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Cubic Yards of Mulch. Basis of Payment shall be Cubic Yards of Mulch installed. Item includes purchase, delivery, and installation, and maintenance of Mulch and weed fabric at trees and planting areas. Weed fabric is incidental to this bid item. Refer to K-sheets for locations and additional information. MULCH, DOUBLE SHREDDED HARDWOOD, 3 IN. DEPTHSPECIAL11.10 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Tons of Trap Rock. Basis of Payment shall be Tons of Trap Rock installed. Item includes purchase, delivery, and installation of Trap Rock. Refer to K-sheets for locations and additional information. Non-woven geotextile fabric shall be incidental. TRAP ROCK, 1-4 INCH SIZESPECIAL11.9 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Limestone. Basis of Payment shall be Lineal Foot of Limestone installed. Item includes purchase, delivery, and installation of limestone per plans. Refer to K-sheets for locations and additional information. LIMESTONE EDGING, 4 IN. X 4 IN.SPECIAL11.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Limestone. Basis of Payment shall be Lineal Foot of Limestone installed. Item includes purchase, delivery, and installation of limestone per plans. Subbase, fabric, and field cuts (to fit last blocks in radius) are incidental to this bid item. Refer to K-sheets for locations and additional information. LIMESTONE BLOCKS, 12 IN. X 12 IN.SPECIAL11.7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Locations to be determined by the Contractor and approved by the City. CONCRETE WASHOUT11050-A11.6 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to J-sheets for locations. Item included to maintain pedestrian access to the school. TEMPORARY GRANULAR SIDEWALK11040-B11.5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- - - MAINTENANCE OF SOLID WASTE COLLECTION11030-B11.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- detail in B-sheets for details. in accordance with Section 11,030 3.01. Contractor shall notify all property owners a minimum of 48 hours prior to any changes in postal services. Refer to typical mailbox This bid item also includes relocation of existing curbside mailboxes along Huntington. Coordinate delivery of mail with the USPS and all properties within the project area MAINTENANCE OF POSTAL SERVICE11030-A11.3 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- - - MOBILIZATION11020-A11.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- marked according to Section 11010, 3.02, D of the SUDAS Standard Specifications. establishing permanent monumentation (iron pins or cut "X") at 500 ft. tangents, PC's, PT's, Intersection PI's, and property pins, post construction. Property limits shall be project limits following completion of the construction activities. This item shall also include resetting and filing of tie certificates on disturbed section corners; DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A staking shall be performed by a licensed surveyor or licensed engineer. The Contractor will be responsible for maintaining all horizontal and vertical control within the This bid item shall include all survey work necessary for construction of this project as intended by the contract documents and approved revisions. All construction CONSTRUCTION SURVEY11010-A11.1 MISCELLANEOUS--------------------------DIVISION 11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Item included on Parcel 20 to allow room for construction of the RCB extension and channel grading. Refer to R-sheets and Tab 9060-200 for location. REMOVAL AND REINSTALLATION OF EXISTING FENCE, CHAIN LINK9060-D9.17 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Intermediate protection shall be incidental to Drop In item. See B-sheets for details. All Inlet Protection Devices shall be drop-in. Refer to RR-sheets and Tab 9040-7 in the RC-sheets for locations. INLET PROTECTION DEVICE, MAINTENANCE9040-T-29.16 INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN9040-T-19.15 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- seasons. Engineering fabric is considered incidental. Unit price also includes removal and disposal of accumulated sediment, and removal and disposal of Track-out Stone. Refer to RR-sheets and J-sheets for information. Thickness assumed to be 6 inches. Additional quantity included for maintenance or replacement between construction TRACK-OUT CONTROL9040-O-29.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- for replacement (replacement to paid separately), or for areas that have achieved 70% permanent growth. This item is included for silt fence and ditch check removal required for staging reasons, SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE9040-N-39.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Item quantity was estimated as 10% of the total Silt Fence quantity. This item is included for cleanout and repair of the silt fence and ditch checks during the project. SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT9040-N-29.12 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- replacements. Refer to RR-sheets and Tab 9040-2 in the RC-sheets for locations and additional information. Silt Fence quantity includes 25% additional quantity for field adjustments and SILT FENCE OR SILT FENCE DITCH CHECK9040-N-19.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to RR-sheets and Tab 9040-6 in the RC-sheets for locations and additional information. Engineering fabric is considered incidental. RIP RAP, CLASS E9040-J9.10 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to RR-sheets and Tab 9040-4 in the RC-sheets for locations and additional information. Item includes 25% additional quantity for field adjustments and replalcements. FILTER SOCKS, REMOVAL9040-D-29.9 FILTER SOCKS, 9 IN.9040-D-19.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Percolation testing shall be incidental to tree planting. Tree wells, if required based on failed percolation test, are also incidental. Refer to K-sheets for locations and details. Stake trees under 4 inch caliper using metal stakes, 3 per tree at 120 degree separation. Stakes shall be painted black. PLANTS, EVERGREEN TREES, BALLED AND BURLAPPED9030-A9.7 PLANTS, OVERSTORY TREES, BALLED AND BURLAPPED9030-A9.6 PLANTS, UNDERSTORY TREES, BALLED AND BURLAPPED9030-A9.5 PLANTS, PERINNIALS, CONTAINERIZED9030-A9.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to K-sheets for locations and details. SOD, FESCUE9020-A9.3 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Engineer. Meathod of measurement and basis of payment shall be by Square Yard. Mowing will be incidental to this item for the duration of the care period and/or as directed by the responsibility of the Contractor at no additional costs to the City. Contractor shall provide seed tickets for quantity verification after each application. Item includes quantity for restoration of all areas within the construction limits as shown in the plans. Seeding areas outside the construction limits shall be the HYDRAULIC SEEDING, FERT. & MULCH., TYPE 4 (URBAN TEMP. EROS. CONTROL MIX.)9010-B9.2 HYDRAULIC SEEDING, FERT. & MULCH., TYPE 1 (PERM. LAWN MIX.)9010-B9.1 SITE WORK AND LANDSCAPING--------------------------DIVISION 9 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- place throughout winter shutdown and until the project is completely closed out. Method of measurement shall be Linear Foot of Temporary Barrier Rail. Basis of Payment shall be Linear Foot of Temporary Barrier Rail installed. Barrier shall remain in Refer to J-sheets for locations. Item included to block traffic from entering the dead end leg of the roundabout at the main schol entrance. TEMPORARY BARRIER RAIL, CONCRETESPECIAL8.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Quantity based on placement of PDMS for seven (7) days prior to changes in traffic control. The Contractor will be paid the contract unit price for each calendar day the PDMS is used. PDMS shall be placed at locations determined by the Engineer. Refer to the Iowa DOT Standard Specifications Section 4188.07 for details. The quantity of Portable Dynamic Message Signs shall be determined by calendar days. PORTABLE DYNAMIC MESSAGE SIGNSSPECIAL8.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to N-sheets for locations and details. Refer to Special Provisions for additional information. RECTANGULAR RAPID FLASHING BEACONS (RRFB)SPECIAL8.12 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- as needed during the course of the project. Method of measurement shall be per Each sign installed. Basis of payment shall be per Each sign and will include the signs, installing, maintaining and removing the signs DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A the discretion of the Engineer. Item included for temporary directional signing for alternative routes to businesses and school. Refer to J-sheets for locations. Additional quantity included to be used at TEMPORARY ACCESS INFORMATION SIGNSPECIAL8.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to PM-sheets and Tab 8040-100 locations and details. Refer to R-sheets and Tab 8040-200 for removal locations. REMOVAL OF SIGNSSPECIAL8.10 REMOVE AND REINSTALL TRAFFIC SIGNS8040-I8.9 PERFORATED SQUARE STEEL TUBE POST ANCHORS, CONCRETE8040-G8.8 PERFORATED SQUARE STEEL TUBE POST ANCHORS, SOIL8040-G8.7 PERFORATED SQUARE STEEL TUBE POSTS8040-D8.6 TRAFFIC SIGNS8040-B8.5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Place Sidewalk Closed Ahead signs and Trail Closed Ahead signs prior to work affecting existing sidewalk or path. Engineer and all other work necessary to control traffic during construction. All detour signing is incidental to Temporary Traffic Control item. This bid item shall include the furnishing, installation, maintenance, and removal of all signs, barricades, and safety closures as detailed hereon and as required by the Refer to the J-Sheets for details TEMPORARY TRAFFIC CONTROL8030-A8.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- of the symbols or legends. Grooving for the Precut Symbols and Legends is incidental. Grind area to a depth of 1/8 inch below the plane of pavement surface and treat with sealer prior to placement Refer to PM-sheets, Tab. 8020-100 and Tab. 8020-101 for locations and additional information. PRECUT SYMBOLS AND LEGENDS8020-H8.3 PAINTED PAVEMENT MARKINGS, DURABLE8020-C8.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Deliver equipment to the City lot at 1400 Black Hawk Street. Salvage signal heads, cabinets, mast arms, poles, cameras, and whips back to the City. Coordinate delivery of items with Safia Elahi at Traffic Operations (319-291-4440). Includes removal of poles, concrete pads, foundations, footings, wiring, conduit, cabinets, pedestrian signal equipment, handholes, and manholes. Refer to R-sheets for locations. Items includes removal of all traffic signal infrastructure at the Katoski Drive intersections with Downing Avenue and Greenhill Road. TRAFFIC SIGNAL REMOVAL8010-C8.1 TRAFFIC CONTROL--------------------------DIVISION 8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- that have been damaged prior to placement of proposed pavement. No additional payment will be made for variances in pavement depth. Refer to Tab 7040-100 and R-sheets for locations and additional information. Contractor will be responsible for providing additional full-depth saw cuts to edges of concrete PAVEMENT, REMOVAL7040-H7.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to L-sheets and Tab 7030-200 for locations and details. GRANULAR SURFACING, CLASS-A CRUSHED STONE, DRIVEWAY, 6 IN.7030-H-37.13 DRIVEWAY, PAVED, PCC, 8 IN.7030-H-17.12 DRIVEWAY, PAVED, PCC, 6 IN.7030-H-17.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- MetaDome, LLC – MetaCast; EJ Group, Inc. – Detectable Warning Plates; Neenah Foundry Company Detectable Warning Surfaces shall be cast iron. Approved vendors include: Provide 'BT' joints at all curb ramp and street pavement connections, 'B' joints between ramps and turning spaces, and 'E' joint 'between turning spaces and shared use path. Incidental to this item is the preparation and compaction of the top 6" of subgrade. Sidewalk, PCC, 6 IN. to be used for ADA compliant ramps and turning spaces. Refer to the B-Sheets, Tab 7030-100 on the C -Sheets, and S-Sheets for locations and details DETECTABLE WARNINGS7030-G7.10 SIDEWALK, PCC, 6 IN.7030-E7.9 SIDEWALK, PCC, 4 IN.7030-E7.8 SHARED USE PATH, PCC, 6 IN.7030-C7.7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- placement of proposed pavement. made for variances in existing pavement depth or composition. Contractor will be responsible for additional full depth sawcuts to edges that have been damaged prior to Refer to the R-Sheets and Tabs 7030-101 and 7030-201 for locations. Includes all necessary sawcuts. Driveway pavement depths may vary. No additional payment will be REMOVAL OF DRIVEWAY7030-A-37.6 REMOVAL OF SIDEWALK OR SHARED USE PATH7030-A-17.5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Ramp Median noses are incidental to roadway pavement. Refer to B-sheets, L-sheets, and Tab 7010-101 for locations and details. Item includes granular subbase beneath median. CONCRETE MEDIAN, 6 IN.7010-G7.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Prism Pigments color Coal Dark or Engineer approved equal. Reinforced C-4WR included for areas above RCBs. See B-sheets and L-sheets for locations and details. paving and C-SUD or C-4WR for hand pours. Colored C-4WR included for hand pours in the truck aprons. Thickened edge at back of curb is incidental. Colored PPC shall be Refer to L-sheets for jointing and geometric information. Material Testing for Plastic and Hardened Concrete will be performed by the City of Waterloo. C-SUD for slipform Refer to Tab. 7010-100 for quantities and additional information. Refer to B-sheets for typical sections. Refer to D-sheets and E-sheets for plan and profile information. PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., REINFORCED7010-A7.3 PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., COLORED7010-A7.2 PAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN.7010-A7.1 STREETS AND RELATED WORK--------------------------DIVISION 7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- where the structure was removed. DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A Remove Manhole or Intake will include complete removal of the structure and backfilling the area as required to complete the construction in the area Refer to Tab 6010-200 on C-sheets for details. Refer to R-sheets for locations. REMOVE INTAKE6010-H-26.17 REMOVE MANHOLE6010-H-16.16 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to M-sheets for locations. Core drill opening for connection. CONNECTION TO EXISTING MANHOLE6010-G-16.15 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- All sanitary sewer castings and adjusting rings to be sealed with heat shrink sleeves. at 3505 Easton Avenue. Minor adjustments shall not allow extension rings for intakes and extensions shall be poured integral with boxouts. See City of Waterloo Supplement Specifications for required castings and covers. Existing castings are to be delivered to the City of Waterloo Waste Management yard Refer to Tab 6010-100 on C-sheets for details. Refer to R-sheets for locations. MANHOLE OR INTAKE ADJUSTMENT, STORM OR SANITARY, MAJOR6010-F-16.14 MANHOLE OR INTAKE ADJUSTMENT, STORM OR SANITARY, MINOR6010-E-16.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- All manholes shall contain steps. Rubber O-Ring or Profile Gaskets will be used for Precast Riser Joints. Engineering Fabric Wrap shall not be used. See City of Waterloo Supplemental Specifications for required castings and covers. Casting Extension Rings will be considered incidental to manhole construction. In lieu of extension rings for intakes, extensions shall be poured integral with boxouts. Refer to B-Sheets for details and M-Sheets for locations INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 26010-B6.12 INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 16010-B6.11 INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE6010-B6.10 INTAKE, SW-512, 24 IN.6010-B6.9 INTAKE, SW-506, DOUBLE GRATE6010-B6.8 INTAKE, SW-505, DOUBLE GRATE, MOD 16010-B6.7 INTAKE, SW-505, DOUBLE GRATE6010-B6.6 MANHOLE, STORM SEWER, SW-403, 9' x 9'6010-A6.5 MANHOLE, STORM SEWER, SW-401, 96 IN.6010-A6.4 MANHOLE, STORM SEWER, SW-401, 72 IN.6010-A6.3 MANHOLE, STORM SEWER, SW-401, 60 IN.6010-A6.2 MANHOLE, STORM SEWER, SW-401, 48 IN.6010-A6.1 STRUCTURES FOR SANITARY AND STORM SEWERS--------------------------DIVISION 6 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to R-sheets and Tab 5020-200 for locations and details. VALVE BOX REPLACEMENT5020-H5.3 VALVE BOX EXTENSION5020-G5.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- of hydrant assembly; furnishing and installing extension barrel section and stem; and all necessary appurtenances. Use existing tee and valve in place. Use 6.5' bury depth. block; reinstallationRefer to R-sheets and Tab 5020-200 for location and details. The unit price includes, but is not limited to, excavation, removal of the hydrant and thrust REMOVE AND REINSTALL FIRE HYDRANT ASSEMBLY5020-C5.1 WATER MAIN AND APPURTENANCES--------------------------DIVISION 5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Actual size to be determined in the field. Item shall be measured and paid for by the Linear Foot of contract price. This bid item includes all material and equipment to reconnect and/or repair existing field tile encountered during construction. FIELD TILE REPAIR AND FITTINGS, PVC, UNSPECIFIED DIAMETERSPECIAL4.21 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Use CMP Outlet and removable grate rodent guards. Refer to SUDAS detail 4040.233 for more information. Connections to existing subdrain network as well as core drilling into existing structures shall be incidental to these bid items. Refer to M-Sheets and SUDAS detail 4040.231 for locations and information. SUBDRAIN OUTLETS AND CONNECTIONS4040-D-10004.20 SUBDRAIN CLEANOUT, TYPE B4040-C-10204.19 SUBDRAIN CLEANOUT, TYPE A-14040-C-10004.18 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Installation of subdrains shall be completed prior to construction of the subbase. Use perforated, single wall corrugated PE for all subdrain within inner circle of the roundabout. Wrap subdrain pipe with geotextile meeting ASTM D6707. Refer to List of Subdrain Work (104-5C) on Sheet M.3. Refer to the M-Sheets for details and locations. SUBDRAIN, 6" CORRUGATED PE, CASE B, TYPE 14040-A-22064.17 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- ASTM D6707. Installation of subdrains shall be completed prior to construction of the subbase. Use perforated, dual wall HDPE for all subdrain installed 2 feet off back of curb under new pavement unless otherwise specified. Wrap subdrain pipe with geotextile meeting Refer to List of Subdrain Work (104-5C) on Sheet M.3. Refer to the M-Sheets for details and locations. SUBDRAIN, 6" HDPE, CASE B, TYPE 14040-A-12064.16 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to List of Intakes and Utility Accesses (104-5B) on sheet M.1. Unit price includes footings per 4030.221 for all aprons 30" or larger and apron guards for all sizes. APRON, CONCRETE, 72 IN. DIA.4030-B4.15 APRON, CONCRETE, 36 IN. DIA.4030-B4.14 DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A APRON, CONCRETE, 30 IN. DIA.4030-B4.13 APRON, CONCRETE, 15 IN. DIA.4030-B4.12 APRON, CONCRETE, 12 IN. DIA.4030-B4.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to M-Sheets for location and information. PIPE CULVERT, CONCRETE, 12 IN. DIA. 4030-A4.10 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Options for maintenance of drainage may include, but are not limited to installation of temporary culverts, temporary connections to storm sewer, and pumping. LF of length as measured in the field. Incidental to this item is maintence of existing drainage patterns until proposed system is installed. Refer to the R-Sheets and to Tab 4020-100 in the C-Sheets for details and locations. Removal of pipe aprons and apron footings is included in this item and will be paid per REMOVAL OF STORM SEWER GREATER THAN 36 IN.4020-D4.9 REMOVAL OF STORM SEWER LESS THAN OR EQUAL TO 36 IN.4020-D4.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to J-sheets for locations where temporary connections may be needed. Submit temporary drainage plan to City for review. section. Options for maintenance of drainage may include, but are not limited to installation of temporary culverts, temporary connections to storm sewer, and pumping. Incidental to this item is maintence of existing ditch drainage following removal of driveway culverts and roadway storm sewer and prior to construction of the full cross Unit price shall also include pipe supports, dewatering, and concrete collars per SUDAS detail SW-211. Proposed storm sewer placed 12 IN. or less over an existing utility will require the installation of a pipe support per SUDAS detail 3010.901. Storm sewer bedding and backfill shall be class R-2 with trench backfill compacted to a minimum of 95% standard proctor density, unless otherwise noted in the M-Sheets. and incidental to these items. If 36 IN. or smaller, bell and spigot joints shall be used. If larger than 36 In., may use tongue and groove joints. Refer to B-Sheets and M-Sheets for additional information and storm sewer locations. Rubber, Confined, O-ring or Profile gasket complying with ASTM C 443 shall be used Refer to Tab 104-5B in the M-sheets for location and details. STORM SEWER, TRENCHED, RCP, CLASS V, 24 IN.4020-A-14.7 STORM SEWER, TRENCHED, RCP, CLASS V, 18 IN.4020-A-14.6 STORM SEWER, TRENCHED, RCP, CLASS V, 15 IN.4020-A-14.5 STORM SEWER, TRENCHED, RCP, CLASS III, 72 IN.4020-A-14.4 STORM SEWER, TRENCHED, RCP, CLASS III, 60 IN.4020-A-14.3 STORM SEWER, TRENCHED, RCP, CLASS III, 36 IN.4020-A-14.2 STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN.4020-A-14.1 SEWERS AND DRAINS--------------------------DIVISION 4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to R-sheets and Tab 2010-300 for locations and details. REMOVAL, SUBDRAIN2010-K-2-C2.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to R-sheets and Tab 4020-100 for locations and details. REMOVAL, CULVERT, 36 IN.2010-K-2-C2.10 REMOVAL, ENTRANCE PIPE, LESS THAN OR EQUAL TO 18 IN.2010-K-2-C2.9 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- area under PCC Medians. Refer to Typical Sections in the B-sheets and Tabs 7010-100 and 7010-101 in the C-sheets. Area includes proposed paving limits plus 2-ft. beyond back of curb, and includes MODIFIED SUBBASE, 8 IN.2010-J2.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to Typical Sections in the B-sheets. Area includes proposed paving limits plus 2-ft. beyond back of curb. SUBGRADE PREPARATION, 12 IN.2010-G2.7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- location with the City of Waterloo and the interchange contractor. Waste location for material at the end of the project shall be located at the SE corner of the Ansborough Avenue and US-20 interchange. Contrator shall coordinate exact Contact Zach Kelly (319-433-1828) with Waterloo Community School District regarding available fill material near project site. Katoski. Contrator shall coordinate exact location with the high school contractor. Waste material from Stage 1 to be used as embankment in Stage 2 can be placed on the Waterloo Community School District property (Parcel 33) on the east side of Refer to T-sheets for additional information. Topsoil volumes listed in the T-sheet are for information only. EMBANKMENT IN PLACE, CONTRACTOR FURNISH2010-E2.6 EXCAVATION, CLASS 10, WASTE2010-E2.5 EXCAVATION, CLASS 10, ROADWAY & BORROW2010-E2.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- item. Non-woven geotextile fabric, where rquired per plans, is incidental to this bid item. Item included for the top 12 or 24 inches of soil in the center circle of the roundabouts. Refer to K-sheets for additional details. Planting soil testing is incidental to this TOPSOIL, COMPOST AMENDED2010-D-22.3 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- spreading depth is assumed to be a minimun of 4 inches. Topsoil will be measured and paid by Square Yard of topsoil respread to a minimum thickness of 4 inches. Given quantity is for areas within grading limits and additional areas shown in the plans. Refer to RR-sheets for locations. Stripping depth is assumed to be 6 inches and TOPSOIL, 4 INCHES, ON OR OFF-SITE2010-D-12.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Engineer or City. site. Incidental to these items is the removal of all necessary fencing/posts/rock/debris/abondoned utilities encountered during construction and as directed by the Refer to the R-sheets and Tab 2010-100 for locations. Verify all removals with the Engineer or City prior to work. Burning will not be allowed. Wood chips shall be hauled off CLEARING AND GRUBBING, UNIT2010-A2.1 EARTHWORK---------------------DIVISION 2 DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A pw://foth-pw.bentley.com:foth-pw-01/Docum ents/Clients/Waterloo IA C/Huntingto n Road and Katoski Drive Recons/CAD/Plans/0025W013.00_C_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_C_SHT.dgn 3/10/2026 DRAWN BY: 12:48:08 PM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. C.4G. MEIDENBAUER A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA ESTIM ATED QUANTITIES AND TABULATIONS 3 3 3/04/26 ARG REVISED SUBDRAIN BID ITEMS 4 3/10/26 ARG REVISED HYDRANT ASSEMBLY BID ITEM 4 Refer to RC and RR sheets for additional Erosion Stone locations. Refer to V-sheets for details, breakdown of quantities, and additional information. All items shall follow Iowa DOT Specifications. GRANULAR BEDDING2599-999902012.14 FENCE, CHAIN LINK, VINYL COATED2519-100100012.13 EROSION STONE2507-802900012.12 TEMPORARY STREAM DIVERSION2418-000001012.11 PRECAST CONCRETE BOX CULVERT STRAIGHT END SECTION, 12 FT. X 4 FT.2415-220120412.10 PRECAST CONCRETE BOX CULVERT, 12 FT. X 4 FT.2415-211120412.9 REINFORCING STEEL2404-777500012.8 STRUCTURAL CONCRETE (RCB CULVERT)2403-010002012.7 STRUCTURAL CONCRETE (MISCELLANEOUS)2403-010000012.6 GRANULAR MATERIAL FOR BLANKET2402-382502512.5 EXCAVATION, CLASS 202402-272000012.4 FLOODED BACKFILL2402-042504012.3 GRANULAR BACKFILL2402-042503112.2 REMOVALS, AS PER PLAN2401-675000112.1 STRUCTURES-------------------------- 12 DIVISION ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be by Each Bench, Bike Rack, or Litter Recepticle. Basis of Payment shall be by Each Bench, Bike Rack, or Litter Recepticle installed. Item includes purchase, delivery, and installation of all site furnishing items per plans. Refer to KE-sheets for locations and additional information. Any hardware required for installation shall be incidental. LITTER RECEPTICLESPECIAL11.28 BIKE RACKSPECIAL11.27 BENCHSPECIAL11.26 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- LF items method of measurement shall be Lineal Foot. Basis of Payment shall be Lineal Foot of item installed. EA items method of measurement shall be by Each. Basis of Payment shall be by Each item installed. MidAmerican Energy. channels/dimming controller/power supply, single gang device boxes, and electrical/lighting items per plans. Coordinate all connections to existing electrical with DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A Items include purchase, delivery, and installation of all required electrical meters/pedestals, conduit, conductors, pull boxes, photocontrols, fixtures/mounting, Refer to K-sheets for locations and additional information. Any required mounting hardware shall be incidental. Coordinate all connections to existing electrical with MidAm. WEATHER TIGHT 2-5/8 INCH DEEP SINGLE GANG DEVICE BOX, COVER, AND MISC. FITTINGSSPECIAL11.25 F1 SIGNAGE 120/277V WALLBOX MOUNTED CONTROLLER WITH 0-10V DIMMINGSPECIAL11.24 F1 SIGNAGE 120VAC/24VDC DIMMING POWER SUPPLYSPECIAL11.23 F1 SIGNAGE LED STRIPS, CHANNELS, LENSES AND MISC. WIRING COMPONENTSSPECIAL11.22 METER / MAIN LOAD CENTER PEDESTAL MOUNTED ELECTRICALLY HELD OPEN TYPE CONTACTORSPECIAL11.21 METER / MAIN LOAD CENTER PEDESTAL MOUNTED BUTTON PHOTOCONTROLSPECIAL11.20 POLYMER / CONCRETE BELOW GRADE OPEN BOTTOM PULL AND JUNCTION BOXSPECIAL11.19 CONDUCTORS, #10 AWG CU THWN-2, FROM PULL BOX TO SIGNSPECIAL11.18 CONDUCTORS, #8 AWG CU THWN-2, FROM METER/MAIN PEDESTAL TO PULL BOXSPECIAL11.17 CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 3/4 INCH DIA.SPECIAL11.16 CONDUIT, BELOW GRADE SCHEDULE 40 NON-METALLIC, 1 INCH DIA.SPECIAL11.15 GRADE MOUNTED ELECTRICAL METER, MAIN LOAD CENTER PEDESTALSPECIAL11.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Logo Signage. Basis of Payment shall be Lineal Foot of Logo Signage installed. Item includes shop drawings, purchase, fabrication, delivery, and installation of Logo Signage per plans. Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental. LOGO SIGNAGE, CORTEN STEEL, WATERJET CUTOUT, ACRYLIC BACKER BOARDSPECIAL11.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Monument Signage. Basis of Payment shall be Lineal Foot of Monument Signage installed. Item includes shop drawings, purchase, fabrication, delivery, and installation of Monument Signage per plans. Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental. MONUMENT SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERSSPECIAL11.12 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Street Signage. Basis of Payment shall be Lineal Foot of Street Signage installed. Item includes shop drawings, purchase, fabrication, delivery, and installation of Street Signage per plans. Refer to K-sheets and KE-sheets for locations and additional information. PCC footing and mounting hardware shall be incidental. STREET SIGNAGE, CORTEN STEEL, INTEGRALLY LIGHTED ACRYLIC LETTERSSPECIAL11.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Cubic Yards of Mulch. Basis of Payment shall be Cubic Yards of Mulch installed. Item includes purchase, delivery, and installation, and maintenance of Mulch and weed fabric at trees and planting areas. Weed fabric is incidental to this bid item. Refer to K-sheets for locations and additional information. MULCH, DOUBLE SHREDDED HARDWOOD, 3 IN. DEPTHSPECIAL11.10 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Tons of Trap Rock. Basis of Payment shall be Tons of Trap Rock installed. Item includes purchase, delivery, and installation of Trap Rock. Refer to K-sheets for locations and additional information. Non-woven geotextile fabric shall be incidental. TRAP ROCK, 1-4 INCH SIZESPECIAL11.9 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Limestone. Basis of Payment shall be Lineal Foot of Limestone installed. Item includes purchase, delivery, and installation of limestone per plans. Refer to K-sheets for locations and additional information. LIMESTONE EDGING, 4 IN. X 4 IN.SPECIAL11.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Method of measurement shall be Lineal Foot of Limestone. Basis of Payment shall be Lineal Foot of Limestone installed. Item includes purchase, delivery, and installation of limestone per plans. Subbase, fabric, and field cuts (to fit last blocks in radius) are incidental to this bid item. Refer to K-sheets for locations and additional information. LIMESTONE BLOCKS, 12 IN. X 12 IN.SPECIAL11.7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Locations to be determined by the Contractor and approved by the City. CONCRETE WASHOUT11050-A11.6 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to J-sheets for locations. Item included to maintain pedestrian access to the school. TEMPORARY GRANULAR SIDEWALK11040-B11.5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- - - MAINTENANCE OF SOLID WASTE COLLECTION11030-B11.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- detail in B-sheets for details. in accordance with Section 11,030 3.01. Contractor shall notify all property owners a minimum of 48 hours prior to any changes in postal services. Refer to typical mailbox This bid item also includes relocation of existing curbside mailboxes along Huntington. Coordinate delivery of mail with the USPS and all properties within the project area MAINTENANCE OF POSTAL SERVICE11030-A11.3 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- - - MOBILIZATION11020-A11.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- marked according to Section 11010, 3.02, D of the SUDAS Standard Specifications. establishing permanent monumentation (iron pins or cut "X") at 500 ft. tangents, PC's, PT's, Intersection PI's, and property pins, post construction. Property limits shall be project limits following completion of the construction activities. This item shall also include resetting and filing of tie certificates on disturbed section corners; DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A staking shall be performed by a licensed surveyor or licensed engineer. The Contractor will be responsible for maintaining all horizontal and vertical control within the This bid item shall include all survey work necessary for construction of this project as intended by the contract documents and approved revisions. All construction CONSTRUCTION SURVEY11010-A11.1 MISCELLANEOUS--------------------------DIVISION 11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Item included on Parcel 20 to allow room for construction of the RCB extension and channel grading. Refer to R-sheets and Tab 9060-200 for location. REMOVAL AND REINSTALLATION OF EXISTING FENCE, CHAIN LINK9060-D9.17 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Intermediate protection shall be incidental to Drop In item. See B-sheets for details. All Inlet Protection Devices shall be drop-in. Refer to RR-sheets and Tab 9040-7 in the RC-sheets for locations. INLET PROTECTION DEVICE, MAINTENANCE9040-T-29.16 INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN9040-T-19.15 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- seasons. Engineering fabric is considered incidental. Unit price also includes removal and disposal of accumulated sediment, and removal and disposal of Track-out Stone. Refer to RR-sheets and J-sheets for information. Thickness assumed to be 6 inches. Additional quantity included for maintenance or replacement between construction TRACK-OUT CONTROL9040-O-29.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- for replacement (replacement to paid separately), or for areas that have achieved 70% permanent growth. This item is included for silt fence and ditch check removal required for staging reasons, SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE9040-N-39.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Item quantity was estimated as 10% of the total Silt Fence quantity. This item is included for cleanout and repair of the silt fence and ditch checks during the project. SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT9040-N-29.12 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- replacements. Refer to RR-sheets and Tab 9040-2 in the RC-sheets for locations and additional information. Silt Fence quantity includes 25% additional quantity for field adjustments and SILT FENCE OR SILT FENCE DITCH CHECK9040-N-19.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to RR-sheets and Tab 9040-6 in the RC-sheets for locations and additional information. Engineering fabric is considered incidental. RIP RAP, CLASS E9040-J9.10 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to RR-sheets and Tab 9040-4 in the RC-sheets for locations and additional information. Item includes 25% additional quantity for field adjustments and replalcements. FILTER SOCKS, REMOVAL9040-D-29.9 FILTER SOCKS, 9 IN.9040-D-19.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Percolation testing shall be incidental to tree planting. Tree wells, if required based on failed percolation test, are also incidental. Refer to K-sheets for locations and details. Stake trees under 4 inch caliper using metal stakes, 3 per tree at 120 degree separation. Stakes shall be painted black. PLANTS, EVERGREEN TREES, BALLED AND BURLAPPED9030-A9.7 PLANTS, OVERSTORY TREES, BALLED AND BURLAPPED9030-A9.6 PLANTS, UNDERSTORY TREES, BALLED AND BURLAPPED9030-A9.5 PLANTS, PERINNIALS, CONTAINERIZED9030-A9.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to K-sheets for locations and details. SOD, FESCUE9020-A9.3 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Engineer. Meathod of measurement and basis of payment shall be by Square Yard. Mowing will be incidental to this item for the duration of the care period and/or as directed by the responsibility of the Contractor at no additional costs to the City. Contractor shall provide seed tickets for quantity verification after each application. Item includes quantity for restoration of all areas within the construction limits as shown in the plans. Seeding areas outside the construction limits shall be the HYDRAULIC SEEDING, FERT. & MULCH., TYPE 4 (URBAN TEMP. EROS. CONTROL MIX.)9010-B9.2 HYDRAULIC SEEDING, FERT. & MULCH., TYPE 1 (PERM. LAWN MIX.)9010-B9.1 SITE WORK AND LANDSCAPING--------------------------DIVISION 9 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- place throughout winter shutdown and until the project is completely closed out. Method of measurement shall be Linear Foot of Temporary Barrier Rail. Basis of Payment shall be Linear Foot of Temporary Barrier Rail installed. Barrier shall remain in Refer to J-sheets for locations. Item included to block traffic from entering the dead end leg of the roundabout at the main schol entrance. TEMPORARY BARRIER RAIL, CONCRETESPECIAL8.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Quantity based on placement of PDMS for seven (7) days prior to changes in traffic control. The Contractor will be paid the contract unit price for each calendar day the PDMS is used. PDMS shall be placed at locations determined by the Engineer. Refer to the Iowa DOT Standard Specifications Section 4188.07 for details. The quantity of Portable Dynamic Message Signs shall be determined by calendar days. PORTABLE DYNAMIC MESSAGE SIGNSSPECIAL8.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to N-sheets for locations and details. Refer to Special Provisions for additional information. RECTANGULAR RAPID FLASHING BEACONS (RRFB)SPECIAL8.12 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- as needed during the course of the project. Method of measurement shall be per Each sign installed. Basis of payment shall be per Each sign and will include the signs, installing, maintaining and removing the signs DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A the discretion of the Engineer. Item included for temporary directional signing for alternative routes to businesses and school. Refer to J-sheets for locations. Additional quantity included to be used at TEMPORARY ACCESS INFORMATION SIGNSPECIAL8.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to PM-sheets and Tab 8040-100 locations and details. Refer to R-sheets and Tab 8040-200 for removal locations. REMOVAL OF SIGNSSPECIAL8.10 REMOVE AND REINSTALL TRAFFIC SIGNS8040-I8.9 PERFORATED SQUARE STEEL TUBE POST ANCHORS, CONCRETE8040-G8.8 PERFORATED SQUARE STEEL TUBE POST ANCHORS, SOIL8040-G8.7 PERFORATED SQUARE STEEL TUBE POSTS8040-D8.6 TRAFFIC SIGNS8040-B8.5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Place Sidewalk Closed Ahead signs and Trail Closed Ahead signs prior to work affecting existing sidewalk or path. Engineer and all other work necessary to control traffic during construction. All detour signing is incidental to Temporary Traffic Control item. This bid item shall include the furnishing, installation, maintenance, and removal of all signs, barricades, and safety closures as detailed hereon and as required by the Refer to the J-Sheets for details TEMPORARY TRAFFIC CONTROL8030-A8.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- of the symbols or legends. Grooving for the Precut Symbols and Legends is incidental. Grind area to a depth of 1/8 inch below the plane of pavement surface and treat with sealer prior to placement Refer to PM-sheets, Tab. 8020-100 and Tab. 8020-101 for locations and additional information. PRECUT SYMBOLS AND LEGENDS8020-H8.3 PAINTED PAVEMENT MARKINGS, DURABLE8020-C8.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Deliver equipment to the City lot at 1400 Black Hawk Street. Salvage signal heads, cabinets, mast arms, poles, cameras, and whips back to the City. Coordinate delivery of items with Safia Elahi at Traffic Operations (319-291-4440). Includes removal of poles, concrete pads, foundations, footings, wiring, conduit, cabinets, pedestrian signal equipment, handholes, and manholes. Refer to R-sheets for locations. Items includes removal of all traffic signal infrastructure at the Katoski Drive intersections with Downing Avenue and Greenhill Road. TRAFFIC SIGNAL REMOVAL8010-C8.1 TRAFFIC CONTROL--------------------------DIVISION 8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- that have been damaged prior to placement of proposed pavement. No additional payment will be made for variances in pavement depth. Refer to Tab 7040-100 and R-sheets for locations and additional information. Contractor will be responsible for providing additional full-depth saw cuts to edges of concrete PAVEMENT, REMOVAL7040-H7.14 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to L-sheets and Tab 7030-200 for locations and details. GRANULAR SURFACING, CLASS-A CRUSHED STONE, DRIVEWAY, 6 IN.7030-H-37.13 DRIVEWAY, PAVED, PCC, 8 IN.7030-H-17.12 DRIVEWAY, PAVED, PCC, 6 IN.7030-H-17.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- MetaDome, LLC – MetaCast; EJ Group, Inc. – Detectable Warning Plates; Neenah Foundry Company Detectable Warning Surfaces shall be cast iron. Approved vendors include: Provide 'BT' joints at all curb ramp and street pavement connections, 'B' joints between ramps and turning spaces, and 'E' joint 'between turning spaces and shared use path. Incidental to this item is the preparation and compaction of the top 6" of subgrade. Sidewalk, PCC, 6 IN. to be used for ADA compliant ramps and turning spaces. Refer to the B-Sheets, Tab 7030-100 on the C -Sheets, and S-Sheets for locations and details DETECTABLE WARNINGS7030-G7.10 SIDEWALK, PCC, 6 IN.7030-E7.9 SIDEWALK, PCC, 4 IN.7030-E7.8 SHARED USE PATH, PCC, 6 IN.7030-C7.7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- placement of proposed pavement. made for variances in existing pavement depth or composition. Contractor will be responsible for additional full depth sawcuts to edges that have been damaged prior to Refer to the R-Sheets and Tabs 7030-101 and 7030-201 for locations. Includes all necessary sawcuts. Driveway pavement depths may vary. No additional payment will be REMOVAL OF DRIVEWAY7030-A-37.6 REMOVAL OF SIDEWALK OR SHARED USE PATH7030-A-17.5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Ramp Median noses are incidental to roadway pavement. Refer to B-sheets, L-sheets, and Tab 7010-101 for locations and details. Item includes granular subbase beneath median. CONCRETE MEDIAN, 6 IN.7010-G7.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Prism Pigments color Coal Dark or Engineer approved equal. Reinforced C-4WR included for areas above RCBs. See B-sheets and L-sheets for locations and details. paving and C-SUD or C-4WR for hand pours. Colored C-4WR included for hand pours in the truck aprons. Thickened edge at back of curb is incidental. Colored PPC shall be Refer to L-sheets for jointing and geometric information. Material Testing for Plastic and Hardened Concrete will be performed by the City of Waterloo. C-SUD for slipform Refer to Tab. 7010-100 for quantities and additional information. Refer to B-sheets for typical sections. Refer to D-sheets and E-sheets for plan and profile information. PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., REINFORCED7010-A7.3 PAVEMENT, PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 IN., COLORED7010-A7.2 PAVEMENT, PCC, CLASS C-SUD or C-4WR W/ CLASS 3 AGG., 8 IN.7010-A7.1 STREETS AND RELATED WORK--------------------------DIVISION 7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- where the structure was removed. DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A Remove Manhole or Intake will include complete removal of the structure and backfilling the area as required to complete the construction in the area Refer to Tab 6010-200 on C-sheets for details. Refer to R-sheets for locations. REMOVE INTAKE6010-H-26.17 REMOVE MANHOLE6010-H-16.16 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to M-sheets for locations. Core drill opening for connection. CONNECTION TO EXISTING MANHOLE6010-G-16.15 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- All sanitary sewer castings and adjusting rings to be sealed with heat shrink sleeves. at 3505 Easton Avenue. Minor adjustments shall not allow extension rings for intakes and extensions shall be poured integral with boxouts. See City of Waterloo Supplement Specifications for required castings and covers. Existing castings are to be delivered to the City of Waterloo Waste Management yard Refer to Tab 6010-100 on C-sheets for details. Refer to R-sheets for locations. MANHOLE OR INTAKE ADJUSTMENT, STORM OR SANITARY, MAJOR6010-F-16.14 MANHOLE OR INTAKE ADJUSTMENT, STORM OR SANITARY, MINOR6010-E-16.13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- All manholes shall contain steps. Rubber O-Ring or Profile Gaskets will be used for Precast Riser Joints. Engineering Fabric Wrap shall not be used. See City of Waterloo Supplemental Specifications for required castings and covers. Casting Extension Rings will be considered incidental to manhole construction. In lieu of extension rings for intakes, extensions shall be poured integral with boxouts. Refer to B-Sheets for details and M-Sheets for locations INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 26010-B6.12 INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE, MOD 16010-B6.11 INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE6010-B6.10 INTAKE, SW-512, 24 IN.6010-B6.9 INTAKE, SW-506, DOUBLE GRATE6010-B6.8 INTAKE, SW-505, DOUBLE GRATE, MOD 16010-B6.7 INTAKE, SW-505, DOUBLE GRATE6010-B6.6 MANHOLE, STORM SEWER, SW-403, 9' x 9'6010-A6.5 MANHOLE, STORM SEWER, SW-401, 96 IN.6010-A6.4 MANHOLE, STORM SEWER, SW-401, 72 IN.6010-A6.3 MANHOLE, STORM SEWER, SW-401, 60 IN.6010-A6.2 MANHOLE, STORM SEWER, SW-401, 48 IN.6010-A6.1 STRUCTURES FOR SANITARY AND STORM SEWERS--------------------------DIVISION 6 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to R-sheets and Tab 5020-200 for locations and details. VALVE BOX REPLACEMENT5020-H5.3 VALVE BOX EXTENSION5020-G5.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- of hydrant assembly; furnishing and installing extension barrel section and stem; and all necessary appurtenances. Use existing tee and valve in place. Use 6.5' bury depth. block; reinstallationRefer to R-sheets and Tab 5020-200 for location and details. The unit price includes, but is not limited to, excavation, removal of the hydrant and thrust REMOVE AND REINSTALL FIRE HYDRANT ASSEMBLY5020-C5.1 WATER MAIN AND APPURTENANCES--------------------------DIVISION 5 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Actual size to be determined in the field. Item shall be measured and paid for by the Linear Foot of contract price. This bid item includes all material and equipment to reconnect and/or repair existing field tile encountered during construction. FIELD TILE REPAIR AND FITTINGS, PVC, UNSPECIFIED DIAMETERSPECIAL4.21 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Use CMP Outlet and removable grate rodent guards. Refer to SUDAS detail 4040.233 for more information. Connections to existing subdrain network as well as core drilling into existing structures shall be incidental to these bid items. Refer to M-Sheets and SUDAS detail 4040.231 for locations and information. SUBDRAIN OUTLETS AND CONNECTIONS4040-D-10004.20 SUBDRAIN CLEANOUT, TYPE B4040-C-10204.19 SUBDRAIN CLEANOUT, TYPE A-14040-C-10004.18 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Installation of subdrains shall be completed prior to construction of the subbase. Use perforated, single wall corrugated PE for all subdrain within inner circle of the roundabout. Wrap subdrain pipe with geotextile meeting ASTM D6707. Refer to List of Subdrain Work (104-5C) on Sheet M.3. Refer to the M-Sheets for details and locations. SUBDRAIN, 6" CORRUGATED PE, CASE B, TYPE 14040-A-22064.17 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- ASTM D6707. Installation of subdrains shall be completed prior to construction of the subbase. Use perforated, dual wall HDPE for all subdrain installed 2 feet off back of curb under new pavement unless otherwise specified. Wrap subdrain pipe with geotextile meeting Refer to List of Subdrain Work (104-5C) on Sheet M.3. Refer to the M-Sheets for details and locations. SUBDRAIN, 6" HDPE, CASE B, TYPE 14040-A-12064.16 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to List of Intakes and Utility Accesses (104-5B) on sheet M.1. Unit price includes footings per 4030.221 for all aprons 30" or larger and apron guards for all sizes. APRON, CONCRETE, 72 IN. DIA.4030-B4.15 APRON, CONCRETE, 36 IN. DIA.4030-B4.14 DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A APRON, CONCRETE, 30 IN. DIA.4030-B4.13 APRON, CONCRETE, 15 IN. DIA.4030-B4.12 APRON, CONCRETE, 12 IN. DIA.4030-B4.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to M-Sheets for location and information. PIPE CULVERT, CONCRETE, 12 IN. DIA. 4030-A4.10 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Options for maintenance of drainage may include, but are not limited to installation of temporary culverts, temporary connections to storm sewer, and pumping. LF of length as measured in the field. Incidental to this item is maintence of existing drainage patterns until proposed system is installed. Refer to the R-Sheets and to Tab 4020-100 in the C-Sheets for details and locations. Removal of pipe aprons and apron footings is included in this item and will be paid per REMOVAL OF STORM SEWER GREATER THAN 36 IN.4020-D4.9 REMOVAL OF STORM SEWER LESS THAN OR EQUAL TO 36 IN.4020-D4.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to J-sheets for locations where temporary connections may be needed. Submit temporary drainage plan to City for review. section. Options for maintenance of drainage may include, but are not limited to installation of temporary culverts, temporary connections to storm sewer, and pumping. Incidental to this item is maintence of existing ditch drainage following removal of driveway culverts and roadway storm sewer and prior to construction of the full cross Unit price shall also include pipe supports, dewatering, and concrete collars per SUDAS detail SW-211. Proposed storm sewer placed 12 IN. or less over an existing utility will require the installation of a pipe support per SUDAS detail 3010.901. Storm sewer bedding and backfill shall be class R-2 with trench backfill compacted to a minimum of 95% standard proctor density, unless otherwise noted in the M-Sheets. and incidental to these items. If 36 IN. or smaller, bell and spigot joints shall be used. If larger than 36 In., may use tongue and groove joints. Refer to B-Sheets and M-Sheets for additional information and storm sewer locations. Rubber, Confined, O-ring or Profile gasket complying with ASTM C 443 shall be used Refer to Tab 104-5B in the M-sheets for location and details. STORM SEWER, TRENCHED, RCP, CLASS V, 24 IN.4020-A-14.7 STORM SEWER, TRENCHED, RCP, CLASS V, 18 IN.4020-A-14.6 STORM SEWER, TRENCHED, RCP, CLASS V, 15 IN.4020-A-14.5 STORM SEWER, TRENCHED, RCP, CLASS III, 72 IN.4020-A-14.4 STORM SEWER, TRENCHED, RCP, CLASS III, 60 IN.4020-A-14.3 STORM SEWER, TRENCHED, RCP, CLASS III, 36 IN.4020-A-14.2 STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN.4020-A-14.1 SEWERS AND DRAINS--------------------------DIVISION 4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to R-sheets and Tab 2010-300 for locations and details. REMOVAL, SUBDRAIN2010-K-2-C2.11 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to R-sheets and Tab 4020-100 for locations and details. REMOVAL, CULVERT, 36 IN.2010-K-2-C2.10 REMOVAL, ENTRANCE PIPE, LESS THAN OR EQUAL TO 18 IN.2010-K-2-C2.9 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- area under PCC Medians. Refer to Typical Sections in the B-sheets and Tabs 7010-100 and 7010-101 in the C-sheets. Area includes proposed paving limits plus 2-ft. beyond back of curb, and includes MODIFIED SUBBASE, 8 IN.2010-J2.8 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Refer to Typical Sections in the B-sheets. Area includes proposed paving limits plus 2-ft. beyond back of curb. SUBGRADE PREPARATION, 12 IN.2010-G2.7 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- location with the City of Waterloo and the interchange contractor. Waste location for material at the end of the project shall be located at the SE corner of the Ansborough Avenue and US-20 interchange. Contrator shall coordinate exact Contact Zach Kelly (319-433-1828) with Waterloo Community School District regarding available fill material near project site. Katoski. Contrator shall coordinate exact location with the high school contractor. Waste material from Stage 1 to be used as embankment in Stage 2 can be placed on the Waterloo Community School District property (Parcel 33) on the east side of Refer to T-sheets for additional information. Topsoil volumes listed in the T-sheet are for information only. EMBANKMENT IN PLACE, CONTRACTOR FURNISH2010-E2.6 EXCAVATION, CLASS 10, WASTE2010-E2.5 EXCAVATION, CLASS 10, ROADWAY & BORROW2010-E2.4 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- item. Non-woven geotextile fabric, where rquired per plans, is incidental to this bid item. Item included for the top 12 or 24 inches of soil in the center circle of the roundabouts. Refer to K-sheets for additional details. Planting soil testing is incidental to this TOPSOIL, COMPOST AMENDED2010-D-22.3 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- spreading depth is assumed to be a minimun of 4 inches. Topsoil will be measured and paid by Square Yard of topsoil respread to a minimum thickness of 4 inches. Given quantity is for areas within grading limits and additional areas shown in the plans. Refer to RR-sheets for locations. Stripping depth is assumed to be 6 inches and TOPSOIL, 4 INCHES, ON OR OFF-SITE2010-D-12.2 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Engineer or City. site. Incidental to these items is the removal of all necessary fencing/posts/rock/debris/abondoned utilities encountered during construction and as directed by the Refer to the R-sheets and Tab 2010-100 for locations. Verify all removals with the Engineer or City prior to work. Burning will not be allowed. Wood chips shall be hauled off CLEARING AND GRUBBING, UNIT2010-A2.1 EARTHWORK---------------------DIVISION 2 DescriptionItem CodeItem No. ESTIMATE REFERENCE INFORMATION Modified 100-04A pw://foth-pw.bentley.com:foth-pw-01/Docum ents/Clients/Waterloo IA C/Huntingto n Road and Katoski Drive Recons/CAD/Plans/0025W013.00_C_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_C_SHT.dgn 3/10/2026 DRAWN BY: 12:48:39 PM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. C.5G. MEIDENBAUER A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA ESTIM ATED QUANTITIES AND TABULATIONS 2 4 REVISED PCC BID ITEM REFERENCE NOTES3/10/26 ARG4 2 2/27/26 ASF REVISED PCC BID ITEMS Valve Box Replacement: 5 Valve Box Extension: 3Total Division 2 Valve Box Replacement: 3Total Division 1 SHEET R.9, NOTE 18864.00861.78VALVE BOX REPLACEMENT1021+28, 21' LT11 SHEET R.8, NOTE 6880.91881.97VALVE BOX REPLACEMENT1007+85, 25' LT10 SHEET R.5, NOTE 29903.83904.98VALVE BOX REPLACEMENT3027+12, 60' LT9 SHEET R.5, NOTE 28903.89905.00VALVE BOX REPLACEMENT3027+00, 62' LT8 SHEET R.5, NOTE 19902.38903.99VALVE BOX REPLACEMENT3026+39, 39' RT7 SHEET R.4, NOTE 18878.28878.53VALVE BOX REPLACEMENT3013+65, 80' RT6 SHEET R.4, NOTE 14876.26875.91VALVE BOX EXTENSION3013+17, 129' RT5 SHEET R.4, NOTE 12877.75877.06VALVE BOX EXTENSION3013+18, 79' RT4 SHEET R.4, NOTE 11878.36877.45VALVE BOX EXTENSION3012+98, 75' RT3 SHEET R.2, NOTE 38860.25857.06VALVE BOX REPLACEMENT3000+27, 120' RT2 SHEET R.2, NOTE 37860.30857.75VALVE BOX REPLACEMENT3000+23, 125' RT1 Adjustment ElevationProposedExisting ElevationType of FixtureStation LocationNo. ADJUSTMENT OF FIXTURES 5020-200 Div. 215755.9 Div. 122331.9TOTALS: Div. 2 - 7" HMA62.0540.37HMABOTH4002+07.244000+91.00 Div. 2 - 9.5" PCC209.612.5PCCBOTH4000+91.004000+54.00 Downing Avenue Div. 1 - 9.5" PCC w/ 3" HMA Overlay8239.112.5HMA/PCCBOTH62+68.0051+42.00 Greenhill Road Div. 1 - 9.5" PCC w/ 3" HMA Overlay2131.412.5HMA/PCCBOTH3028+36.003025+36.00 Div. 1 - 9.5" PCC7448.69.5PCCBOTH3027+55.003014+46.00 Div. 2 - 9.5" PCC7820.89.5PCCBOTH3014+46.003002+51.00 Div. 2 - 8" PCC1687.58PCCBOTH3002+51.003000+00.00 Div. 2 - 8" PCC37.01739.58PCCBOTH2026+66.002023+93.00 Katoski Drive Div. 1 - 7" HMA31.0253.67HMABOTH312+51.00311+96.00 Ingersoll Road Div. 1 - 7" HMA31.0275.37HMABOTH208+89.00208+24.00 Edgewood Drive Div. 2 - 7" PCC24.0669.77PCCBOTH1029+44.001026+92.00 Div. 2 - 8" PCC149.08PCCBOTH1026+92.001026+53.00 Div. 2 - 8" PCC247.18PCCBOTH1025+83.001025+07.00 Div. 2 - 7" PCC368.97PCCBOTH1025+07.001023+68.00 Div. 2 - 7" PCC w/ 6" HMA Overlay2323.613HMA/PCCBOTH1023+68.001015+00.00 Div. 1 - 7" PCC w/ 6" HMA Overlay24.03983.913HMA/PCCBOTH1015+00.001000+00.00 Huntington Road Remarks(LF) Saw Cut* (SY) AreaThicknessType PavementSideTo Station From Station * NOT A BID ITEM REMOVAL OF PAVEMENT 7040-100 24Total Division 2 Entrance Pipe Removal: 368Total Division 2 Culvert Removal: 202856Total Division 2 Storm Sewer Removal: 87Total Division 1 Entrance Pipe Removal: 1469Total Division 1 Storm Sewer Removal: SHEET R.2, NOTE 30 (INCLUDES CONCRETE APRONS)77STA 1027+09.64, OFF 34.46 RT to STA 1027+12.16, OFF 32.23 LT SHEET R.2, NOTE 29 (INCLUDES CONCRETE APRONS)77STA 1027+02.10, OFF 34.49 RT to STA 1027+04.40, OFF 32.09 LT SHEET R.2, NOTE 28 (INCLUDES CONCRETE APRONS)79STA 1026+94.48, OFF 35.58 RT to STA 1026+96.78, OFF 32.99 LT SHEET R.9, NOTE 1650STA 1020+20.32, OFF 22.10 LT to STA 1020+66.05, OFF 29.92 LT SHEET R.9, NOTE 2925STA 1020+19.23, OFF 46.39 LT to STA 1020+20.32, OFF 71.02 LT SHEET R.9, NOTE 3024STA 1020+19.23, OFF 46.39 LT to STA 1020+20.32, OFF 22.10 LT SHEET R.9, NOTE 1245STA 1020+19.17, OFF 23.23 RT to STA 1020+20.32, OFF 22.10 LT SHEET R.9, NOTE 2823STA 1019+96.63, OFF 47.57 LT to STA 1020+19.23, OFF 46.39 LT SHEET R.9, NOTE 950STA 1019+72.99, OFF 23.19 LT to STA 1020+20.32, OFF 22.10 LT SHEET R.9, NOTE 324STA 1015+97.72, OFF 20.04 LT to STA 1016+21.65, OFF 20.93 LT SHEET R.8, NOTE 4730STA 1011+98.95, OFF 30.24 LT to STA 1012+28.62, OFF 30.02 LT SHEET R.8, NOTE 4517STA 1011+98.89, OFF 47.51 LT to STA 1011+98.95, OFF 30.24 LT SHEET R.8, NOTE 3829STA 1011+69.96, OFF 50.86 LT to STA 1011+98.86, OFF 50.68 LT SHEET R.8, NOTE 31226STA 1009+73.47, OFF 27.00 LT to STA 1011+98.95, OFF 30.24 LT SHEET R.8, NOTE 1432STA 1008+06.18, OFF 28.91 LT to STA 1008+25.23, OFF 54.50 LT SHEET R.8, NOTE 19156STA 1008+06.18, OFF 28.91 LT to STA 1009+62.63, OFF 29.82 LT SHEET R.8, NOTE 21 (INCLUDES CONCRETE APRON)43STA 1007+94.72, OFF 30.40 RT to STA 1008+37.23, OFF 30.45 RT SHEET R.8, NOTE 1128STA 1007+96.56, OFF 55.14 LT to STA 1008+06.18, OFF 28.91 LT SHEET R.8, NOTE 730STA 1007+76.65, OFF 29.72 LT to STA 1008+06.18, OFF 28.91 LT SHEET R.7, NOTE 1447STA 1003+98.77, OFF 22.66 RT to STA 1003+99.95, OFF 24.26 LT SHEET R.7, NOTE 1785STA 1003+98.77, OFF 22.66 RT to STA 1004+79.06, OFF 23.40 RT SHEET R.7, NOTE 1517STA 1003+87.45, OFF 21.74 RT to STA 1003+98.77, OFF 22.66 RT SHEET R.7, NOTE 1020STA 1002+86.30, OFF 24.46 LT to STA 1003+06.33, OFF 24.68 LT SHEET R.7, NOTE 524STA 1000+91.44, OFF 24.78 LT to STA 1001+15.89, OFF 25.80 LT SHEET R.6, NOTE 1410STA 60+34.67, OFF 35.88 LT to STA 60+37.46, OFF 45.21 LT SHEET R.6, NOTE 1247STA 60+14.07, OFF 6.48 RT to STA 60+34.67, OFF 35.88 LT SHEET R.5, NOTE 53100STA 58+78.10, OFF 55.16 RT to STA 58+81.96, OFF 44.86 LT SHEET R.5, NOTE 4747STA 58+15.87, OFF 50.49 RT to STA 58+31.22, OFF 6.79 RT SHEET R.5, NOTE 5447STA 58+11.18, OFF 35.67 LT to STA 58+31.22, OFF 6.79 RT SHEET R.5, NOTE 5611STA 58+11.18, OFF 35.67 LT to STA 58+13.95, OFF 45.88 LT SHEET R.5, NOTE 48131STA 57+01.49, OFF 5.81 RT to STA 58+31.22, OFF 6.79 RT SHEET R.5, NOTE 6646STA 56+90.52, OFF 34.86 LT to STA 57+21.09, OFF 70.60 LT SHEET R.5, NOTE 23120STA 3026+74.61, OFF 76.38 LT to STA 3026+77.45, OFF 44.05 RT SHEET R.5, NOTE 1531STA 3025+58.43, OFF 3.08 RT to STA 3025+62.83, OFF 27.92 RT SHEET R.4, NOTE 947STA 3013+86.87, OFF 10.29 RT to STA 3013+91.46, OFF 36.69 LT SHEET R.4, NOTE 5420STA 3020+42.98, OFF 14.27 RT to STA 3020+43.42, OFF 5.21 LT SHEET R.4, NOTE 5123STA 3019+66.24, OFF 36.82 RT to STA 3019+66.55, OFF 13.96 RT SHEET R.4, NOTE 4025STA 3017+23.03, OFF 36.89 RT to STA 3017+24.28, OFF 12.15 RT SHEET R.4, NOTE 4249STA 3017+22.66, OFF 36.72 LT to STA 3017+24.28, OFF 12.15 RT SHEET R.4, NOTE 4421STA 3017+22.66, OFF 36.72 LT to STA 3017+43.99, OFF 36.63 LT SHEET R.4, NOTE 2827STA 3013+86.87, OFF 10.29 RT to STA 3013+88.70, OFF 37.06 RT SHEET R.4, NOTE 3089STA 3013+55.30, OFF 72.62 LT to STA 3013+86.87, OFF 10.29 RT SHEET R.4, NOTE 660STA 3012+95.37, OFF 70.29 LT to STA 3013+54.74, OFF 75.70 LT SHEET R.3, NOTE 2877STA 3009+39.74, OFF 3.09 RT to STA 3010+16.92, OFF 4.03 RT SHEET R.3, NOTE 1634STA 3009+37.48, OFF 37.07 LT to STA 3009+39.71, OFF 3.09 RT SHEET R.3, NOTE 1840STA 3009+39.74, Off 36.31 LT to STA 3009+39.71, OFF 3.09 RT SHEET R.3, NOTE 14125STA 3008+39.04, OFF 76.92 RT to STA 3009+39.74, OFF 3.09 RT SHEET R.3, NOTE 33105STA 3006+02.45, OFF 71.53 LT to STA 3007+07.14, OFF 69.61 LT SHEET R.3, NOTE 324STA 3005+83.56, OFF 60.60 LT to STA 3005+83.83, OFF 36.32 LT SHEET R.3, NOTE 6 (INCLUDES CONCRETE APRON)33STA 3005+83.72, OFF 70.03 RT to STA 3005+83.81, OFF 37.05 RT SHEET R.2, NOTE 5222STA 3003+43.65, OFF 39.18 LT to STA 3003+43.85, OFF 17.13 LT SHEET R.2, NOTE 46 (INCLUDES CONCRETE APRONS)135STA 3000+85.75, OFF 85.41 RT to STA 3000+85.88, OFF 39.37 LT SHEET R.2, NOTE 56 (INCLUDES CONCRETE APRON)33STA 3000+54.78, OFF 17.50 LT to STA 3000+69.75, OFF 44.23 LT SHEET R.2, NOTE 4148STA 3000+54.49, OFF 44.75 RT to STA 3000+54.76, OFF 90.41 RT SHEET R.2, NOTE 68 (INCLUDES CONCRETE APRON)29STA 2903+29.12, OFF 80.44 RT to STA 2903+31.74, OFF 52.21 RT SHEET R.2, NOTE 67 (INCLUDES CONCRETE APRON)31STA 2902+13.51, OFF 68.11 RT to STA 2902+19.30, OFF 40.05 RT SHEET R.2, NOTE 1139STA 2025+06.15, OFF 62.42 LT to STA 2025+07.21, OFF 23.04 LT SHEET R.2, NOTE 726STA 2025+06.10, OFF 64.55 RT to STA 2025+10.32, OFF 38.61 RT LFLF > 36 Inch Diameter≤ 36 Inch Diameter Remarks Lenght of Pipe Station to Station Location * Not a bid item STORM SEWER REMOVAL 4020-100 Division 2864.51021+22.0, 28' LT861.181021+21, 25' LT2 Division 1879.11016+53.3, 25' LT877.671016+53, 19' LT1 RemarksProposed ElevationProposed LocationExisting ElevationExisting LocationNo. LIST OF HYDRANT ASSEMBLIES TO BE REMOVED AND REPLACED 5020-200b pw://foth-pw.bentley.com:foth-pw-01/Docum ents/Clients/Waterloo IA C/Huntingto n Road and Katoski Drive Recons/CAD/Plans/0025W013.00_C_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_C_SHT.dgn 3/10/2026 DRAWN BY: 12:13:39 PM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. C.8G. MEIDENBAUER A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA ESTIM ATED QUANTITIES AND TABULATIONS HYDRANT ASSEMBLY PROP. LOCATION DETAILSARG3/10/264 4 pw://foth-pw.be ntley.com:foth-pw-0 1 /Docum ents/Clients/Waterloo IA C/Hu ntingto n Road and Ka toski Drive Recons/CAD/Pla ns/0025 W01 3 .00_C_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_C_SHT.dgn 3/10/2026 DRAWN BY: 1:52:39 PM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. C.14G. MEIDENBAUER A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA ESTIM ATED QUANTITIES AND TABULATIONS 0.262.00CHANNELIZING LINE WHITE0.13DURABLE PAINTRIGHTSB3700+44.693700+30.76SCHOOL_SB_ENTRY 0.450.33DOTTED LINE WHITE1.37DURABLE PAINTRIGHTSB3073+82.603072+46.60SCHOOL_SB_BYPASS LANE 1.702.00CHANNELIZING LINE WHITE0.85DURABLE PAINTRIGHTSB3072+46.603071+63.76SCHOOL_SB_BYPASS LANE 0.671.00EDGE LINE LEFT YELLOW0.67DURABLE PAINTRIGHTSB3071+63.763070+99.78SCHOOL_SB_BYPASS LANE 0.241.00EDGE LINE LEFT YELLOW0.24DURABLE PAINTRIGHTSB3070+89.373070+66.25SCHOOL_SB_BYPASS LANE 0.151.00EDGE LINE LEFT YELLOW0.15DURABLE PAINTRIGHTNB4301+30.054301+14.23DOWNING_NB_ENTRY 1.071.00EDGE LINE LEFT YELLOW1.07DURABLE PAINTRIGHTNB4301+07.234300+00.00DOWNING_NB_ENTRY 0.902.00CHANNELIZING LINE WHITE0.45DURABLE PAINTRIGHTSB3902+65.763902+21.19SCHOOL_NB_EXIT 5.282.00DOUBLE CENTERLINE YELLOW2.64DURABLE PAINTCENTERBOTH4300+00.003902+21.19SCHOOL_NB_EXIT 1.241.00EDGE LINE LEFT YELLOW1.24DURABLE PAINTRIGHTNB3902+21.193900+96.93SCHOOL_NB_EXIT 0.191.00EDGE LINE LEFT YELLOW0.19DURABLE PAINTRIGHTNB3900+84.933900+66.00SCHOOL_NB_EXIT 0.362.00CHANNELIZING LINE WHITE0.18DURABLE PAINTRIGHTNB3900+66.003900+48.18SCHOOL_NB_EXIT 0.181.00EDGE LINE LEFT YELLOW0.18DURABLE PAINTRIGHTEB3800+84.193800+66.00SCHOOL_EB_EXIT 0.362.00CHANNELIZING LINE WHITE0.18DURABLE PAINTRIGHTEB3800+66.003800+47.62SCHOOL_EB_EXIT 0.282.00CHANNELIZING LINE WHITE0.14DURABLE PAINTRIGHTEB3203+15.803203+01.00SCHOOL_EB_ENTRY 0.151.00EDGE LINE LEFT YELLOW0.15DURABLE PAINTRIGHTEB3203+01.003202+85.88SCHOOL_EB_ENTRY 0.381.00EDGE LINE LEFT YELLOW0.38DURABLE PAINTRIGHTEB3202+73.533202+34.44SCHOOL_EB_ENTRY 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3103+09.013103+01.14RAB_SCHOOL 0.170.33DOTTED LINE WHITE0.51DURABLE PAINTRIGHTBOTH3102+83.443102+50.09RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3102+47.463102+38.15RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3102+26.933102+19.22RAB_SCHOOL 1.142.00CHANNELIZING LINE WHITE0.57DURABLE PAINTRIGHTBOTH3102+50.093102+09.57RAB_SCHOOL 0.190.33DOTTED LINE WHITE0.58DURABLE PAINTRIGHTBOTH3102+02.093101+64.18RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3101+61.593101+52.27RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3101+44.973101+37.13RAB_SCHOOL 1.022.00CHANNELIZING LINE WHITE0.51DURABLE PAINTRIGHTBOTH3101+64.183101+28.13RAB_SCHOOL 0.110.33DOTTED LINE WHITE0.34DURABLE PAINTRIGHTBOTH3101+33.263101+19.28RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3100+99.653100+93.24RAB_SCHOOL 0.090.33DOTTED LINE WHITE0.28DURABLE PAINTRIGHTBOTH3101+10.653100+91.51RAB_SCHOOL 0.020.33DOTTED LINE WHITE0.07DURABLE PAINTRIGHTBOTH3100+91.513100+86.37RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3100+83.683100+74.43RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3100+65.093100+57.35RAB_SCHOOL 1.082.00CHANNELIZING LINE WHITE0.54DURABLE PAINTRIGHTBOTH3100+86.373100+48.44RAB_SCHOOL 1.022.00CHANNELIZING LINE WHITE0.51DURABLE PAINTRIGHTBOTH3102+92.253100+07.61RAB_SCHOOL 0.160.33DOTTED LINE WHITE0.48DURABLE PAINTRIGHTBOTH3100+38.923100+07.61RAB_SCHOOL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH3103+16.153100+05.03RAB_SCHOOL 0.342.00CHANNELIZING LINE WHITE0.17DURABLE PAINTLEFTSB2502+11.552501+95.00HUNTINGTON_SB_EXIT 0.181.00EDGE LINE LEFT YELLOW0.18DURABLE PAINTLEFTSB2501+95.002501+77.04HUNTINGTON_SB_EXIT 1.661.00EDGE LINE LEFT YELLOW1.66DURABLE PAINTLEFTSB2501+65.962500+00.00HUNTINGTON_SB_EXIT 1.201.00EDGE LINE LEFT YELLOW1.20DURABLE PAINTLEFTSB2701+94.292700+73.43HUNTINGTON_SB_ENTRY 0.161.00EDGE LINE LEFT YELLOW0.16DURABLE PAINTLEFTSB2700+61.422700+44.70HUNTINGTON_SB_ENTRY 0.262.00CHANNELIZING LINE WHITE0.13DURABLE PAINTLEFTSB2700+44.702700+30.76HUNTINGTON_SB_ENTRY 0.282.00CHANNELIZING LINE WHITE0.14DURABLE PAINTRIGHTNB3301+61.133301+47.08SCHOOL_NB_ENTRY 0.161.00EDGE LINE LEFT YELLOW0.16DURABLE PAINTRIGHTNB3301+47.083301+30.86SCHOOL_NB_ENTRY 1.181.00EDGE LINE LEFT YELLOW1.18DURABLE PAINTRIGHTNB3301+18.523300+00.00SCHOOL_NB_ENTRY 4.282.00DOUBLE CENTERLINE YELLOW2.14DURABLE PAINTCENTERBOTH3300+00.002902+21.37HUNTINGTON_NB_EXIT 1.241.00EDGE LINE LEFT YELLOW1.24DURABLE PAINTRIGHTNB2902+21.372900+97.44HUNTINGTON_NB_EXIT 0.191.00EDGE LINE LEFT YELLOW0.19DURABLE PAINTRIGHTNB2900+85.442900+66.00HUNTINGTON_NB_EXIT 0.362.00CHANNELIZING LINE WHITE0.18DURABLE PAINTRIGHTNB2900+66.002900+47.62HUNTINGTON_NB_EXIT 0.282.00CHANNELIZING LINE WHITE0.14DURABLE PAINTRIGHTNB2302+09.022301+95.00HUNTINGTON_NB_ENTRY 0.161.00EDGE LINE LEFT YELLOW0.16DURABLE PAINTRIGHTNB2301+95.002301+78.14HUNTINGTON_NB_ENTRY 1.661.00EDGE LINE LEFT YELLOW1.66DURABLE PAINTRIGHTNB2301+66.682300+00.00HUNTINGTON_NB_ENTRY 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH2103+08.932103+00.69RAB_HUNTINGTON 0.160.33DOTTED LINE WHITE0.48DURABLE PAINTRIGHTBOTH2102+85.172102+53.45RAB_HUNTINGTON 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH2102+50.862102+41.54RAB_HUNTINGTON 2.4015.00CROSSWALK 1' BAR WHITE 0.16DURABLE PAINTRIGHTBOTH2102+31.662102+25.15RAB_HUNTINGTON 0.982.00CHANNELIZING LINE WHITE0.49DURABLE PAINTRIGHTBOTH2102+53.452102+18.65RAB_HUNTINGTON 0.100.33DOTTED LINE WHITE0.30DURABLE PAINTRIGHTBOTH2101+99.192101+79.67RAB_HUNTINGTON 0.050.33DOTTED LINE WHITE0.16DURABLE PAINT(NONE)(NONE)2101+79.672101+68.43RAB_HUNTINGTON 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH2101+65.832101+56.51RAB_HUNTINGTON 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH2101+46.692101+38.59RAB_HUNTINGTON 0.170.33DOTTED LINE WHITE0.51DURABLE PAINTRIGHTBOTH2101+23.222100+89.87RAB_HUNTINGTON 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH2100+87.302100+77.92RAB_HUNTINGTON 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH2100+66.542100+58.81RAB_HUNTINGTON 1.142.00CHANNELIZING LINE WHITE0.57DURABLE PAINTRIGHTBOTH2100+89.872100+49.23RAB_HUNTINGTON 0.902.00CHANNELIZING LINE WHITE0.45DURABLE PAINTRIGHTBOTH2102+95.462100+06.84RAB_HUNTINGTON 0.170.33DOTTED LINE WHITE0.52DURABLE PAINTRIGHTBOTH2100+41.022100+06.84RAB_HUNTINGTON 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH2103+15.412100+04.25RAB_HUNTINGTON STAEndBegin RemarksFactored QuantityFactorLine TypeLengthMarking TypeSideTravel Direction Of StationRoad Identification PAVEMENT MARKING LINE TYPES 8020-101 REVISED PAVEMENT MARKING QUANTITIESARG3/10/264 4 pw://foth-pw.be ntley.com:foth-pw-0 1 /Docum ents/Clients/Waterloo IA C/Hu ntingto n Road and Ka toski Drive Recons/CAD/Pla ns/0025 W01 3 .00_C_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_C_SHT.dgn 3/10/2026 DRAWN BY: 1:53:03 PM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. C.15G. MEIDENBAUER A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA ESTIM ATED QUANTITIES AND TABULATIONS 1.201.00EDGE LINE LEFT YELLOW1.20DURABLE PAINTRIGHTEB5803+20.995802+00.99GREENHILL_EB_EXIT 0.330.33DOTTED LINE WHITE1.01DURABLE PAINTRIGHTEB5802+92.815801+96.00GREENHILL_EB_EXIT 0.330.33DOTTED LINE WHITE1.01DURABLE PAINTRIGHTEB5802+92.815801+96.00GREENHILL_EB_EXIT 0.250.33DOTTED LINE WHITE0.76DURABLE PAINTRIGHTEB5801+96.005801+22.83GREENHILL_EB_EXIT 1.351.00EDGE LINE LEFT YELLOW1.35DURABLE PAINTRIGHTEB5802+00.695800+66.00GREENHILL_EB_EXIT 0.382.00CHANNELIZING LINE WHITE0.19DURABLE PAINTRIGHTEB5800+66.005800+47.18GREENHILL_EB_EXIT 0.781.00SOLID LANE LINE WHITE0.78DURABLE PAINTRIGHTEB5801+22.835800+46.93GREENHILL_EB_EXIT 0.302.00CHANNELIZING LINE WHITE0.15DURABLE PAINTRIGHTEB5207+30.005207+15.10GREENHILL_EB_ENTRY 0.181.00EDGE LINE LEFT YELLOW0.18DURABLE PAINTRIGHTEB5207+15.105206+96.64GREENHILL_EB_ENTRY 0.421.00SOLID LANE LINE WHITE0.42DURABLE PAINTRIGHTEB5207+42.095206+96.64GREENHILL_EB_ENTRY 0.341.00SOLID LANE LINE WHITE0.34DURABLE PAINTRIGHTEB5206+84.635206+44.15GREENHILL_EB_ENTRY 3.181.00EDGE LINE LEFT YELLOW3.18DURABLE PAINTRIGHTEB5206+84.635203+66.81GREENHILL_EB_ENTRY 0.891.00EDGE LINE LEFT YELLOW0.89DURABLE PAINTRIGHTEB5203+66.815202+77.37GREENHILL_EB_ENTRY 2.702.00DOUBLE CENTERLINE YELLOW1.35DURABLE PAINTCENTERBOTH5202+77.375201+42.24GREENHILL_EB_ENTRY 0.310.25BROKEN LANE LINE WHITE1.25DURABLE PAINTLEFTWB5202+67.435201+42.24GREENHILL_EB_ENTRY 0.160.33DOTTED LINE WHITE0.47DURABLE PAINTRIGHTBOTH5102+99.265102+68.44RAB_GREENHILL 0.462.00CHANNELIZING LINE WHITE0.23DURABLE PAINTRIGHTBOTH5102+71.325102+57.03RAB_GREENHILL 0.070.33DOTTED LINE WHITE0.21DURABLE PAINTRIGHTBOTH5102+68.445102+52.16RAB_GREENHILL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH5102+57.135102+51.39RAB_GREENHILL 0.060.33DOTTED LINE WHITE0.18DURABLE PAINTRIGHTBOTH5102+55.315102+44.18RAB_GREENHILL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH5102+44.895102+36.23RAB_GREENHILL 3.0015.00CROSSWALK 1' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH5102+27.985102+20.89RAB_GREENHILL 0.942.00CHANNELIZING LINE WHITE0.47DURABLE PAINTRIGHTBOTH5102+44.185102+15.10RAB_GREENHILL 0.621.00SOLID LANE LINE WHITE0.62DURABLE PAINTRIGHTBOTH5102+52.165102+04.63RAB_GREENHILL 0.160.33DOTTED LINE WHITE0.49DURABLE PAINTRIGHTBOTH5102+06.185101+78.08RAB_GREENHILL 4.5015.00CROSSWALK 1' BAR WHITE 0.30DURABLE PAINTRIGHTBOTH5101+76.815101+64.06RAB_GREENHILL 4.3515.00CROSSWALK 1' BAR WHITE 0.29DURABLE PAINTRIGHTBOTH5101+52.745101+42.10RAB_GREENHILL 1.182.00CHANNELIZING LINE WHITE0.59DURABLE PAINTRIGHTBOTH5101+78.085101+36.79RAB_GREENHILL 0.130.33DOTTED LINE WHITE0.39DURABLE PAINTRIGHTBOTH5101+27.285101+00.62RAB_GREENHILL 0.321.00SOLID LANE LINE WHITE0.32DURABLE PAINTRIGHTBOTH5101+00.625100+76.62RAB_GREENHILL 1.302.00CHANNELIZING LINE WHITE0.65DURABLE PAINTRIGHTBOTH5103+04.795100+39.32RAB_GREENHILL 0.140.33DOTTED LINE WHITE0.43DURABLE PAINTRIGHTBOTH5100+65.905100+38.74RAB_GREENHILL 0.151.00EDGE LINE LEFT YELLOW0.15DURABLE PAINTLEFTWB4600+57.024600+41.61DOWNING_WB_ENTRY 0.171.00EDGE LINE LEFT YELLOW0.17DURABLE PAINTLEFTSB4501+33.004501+15.65DOWNING_SB_EXIT 1.091.00EDGE LINE LEFT YELLOW1.09DURABLE PAINTLEFTSB4501+08.674500+00.00DOWNING_SB_EXIT 1.291.00EDGE LINE LEFT YELLOW1.29DURABLE PAINTLEFTSB4701+97.684700+68.14DOWNING_SB_ENTRY 0.171.00EDGE LINE LEFT YELLOW0.17DURABLE PAINTLEFTSB4700+61.154700+44.00DOWNING_SB_ENTRY 0.201.00EDGE LINE LEFT YELLOW0.20DURABLE PAINTRIGHTNB5301+85.145301+65.10GREENHILL_NB_ENTRY 1.701.00EDGE LINE LEFT YELLOW1.70DURABLE PAINTRIGHTNB5301+53.094912+30.18DOWNING_NB_EXIT 20.322.00DOUBLE CENTERLINE YELLOW10.16DURABLE PAINTCENTERBOTH4912+30.184902+13.83DOWNING_NB_EXIT 1.311.00EDGE LINE LEFT YELLOW1.31DURABLE PAINTRIGHTNB4902+13.834900+83.09DOWNING_NB_EXIT 0.171.00EDGE LINE LEFT YELLOW0.17DURABLE PAINTRIGHTNB4900+76.104900+58.67DOWNING_NB_EXIT 0.161.00EDGE LINE LEFT YELLOW0.16DURABLE PAINTRIGHTEB4800+71.454800+55.32DOWNING_EB_EXIT 2.7015.00CROSSWALK 1' BAR WHITE 0.18DURABLE PAINTRIGHTBOTH4102+16.434102+09.61RAB_DOWNING 0.140.33DOTTED LINE WHITE0.42DURABLE PAINTRIGHTBOTH4101+97.724101+73.32RAB_DOWNING 1.507.50CROSSWALK 5' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH4101+73.774101+65.75RAB_DOWNING 1.507.50CROSSWALK 5' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH4101+59.794101+53.02RAB_DOWNING 0.802.00CHANNELIZING LINE WHITE0.40DURABLE PAINTRIGHTBOTH4101+73.324101+47.89RAB_DOWNING 0.130.33DOTTED LINE WHITE0.39DURABLE PAINTRIGHTBOTH4100+86.704100+62.58RAB_DOWNING 1.507.50CROSSWALK 5' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH4100+63.014100+55.01RAB_DOWNING 1.507.50CROSSWALK 5' BAR WHITE 0.20DURABLE PAINTRIGHTBOTH4100+49.804100+43.02RAB_DOWNING 0.782.00CHANNELIZING LINE WHITE0.39DURABLE PAINTRIGHTBOTH4100+62.584100+37.97RAB_DOWNING 2.7015.00CROSSWALK 1' BAR WHITE 0.18DURABLE PAINTRIGHTBOTH4102+21.104100+02.75RAB_DOWNING 0.682.00CHANNELIZING LINE WHITE0.34DURABLE PAINT(NONE)(NONE)4102+06.284100+01.54RAB_DOWNING 0.140.33DOTTED LINE WHITE0.43DURABLE PAINTRIGHTBOTH4100+27.234100+01.54RAB_DOWNING 0.382.00CHANNELIZING LINE WHITE0.19DURABLE PAINTLEFTWB3400+89.143400+70.00SCHOOL_WB_EXIT 0.181.00EDGE LINE LEFT YELLOW0.18DURABLE PAINTLEFTWB3400+70.003400+52.24SCHOOL_WB_EXIT 0.411.00EDGE LINE LEFT YELLOW0.41DURABLE PAINTLEFTWB3400+41.243400+00.00SCHOOL_WB_EXIT 0.262.00CHANNELIZING LINE WHITE0.13DURABLE PAINTLEFTWB0+84.820+71.58SCHOOL_WB_ENTRY 0.161.00EDGE LINE LEFT YELLOW0.16DURABLE PAINTLEFTWB0+71.580+54.92SCHOOL_WB_ENTRY 0.382.00CHANNELIZING LINE WHITE0.19DURABLE PAINTLEFTSB3501+71.243501+52.38SCHOOL_SB_EXIT 0.201.00EDGE LINE LEFT YELLOW0.20DURABLE PAINTLEFTSB3501+52.383501+32.16SCHOOL_SB_EXIT 1.211.00EDGE LINE LEFT YELLOW1.21DURABLE PAINTLEFTSB3501+21.163500+00.00SCHOOL_SB_EXIT 0.222.00CHANNELIZING LINE WHITE0.11DURABLE PAINTLEFTSB3701+87.293701+86.74SCHOOL_SB_ENTRY 0.362.00CHANNELIZING LINE WHITE0.18DURABLE PAINTLEFTSB3701+63.563701+62.39SCHOOL_SB_ENTRY 0.822.00CHANNELIZING LINE WHITE0.41DURABLE PAINTRIGHTSB3701+95.043701+54.12SCHOOL_SB_ENTRY 1.211.00EDGE LINE LEFT YELLOW1.21DURABLE PAINTRIGHTSB3701+95.043700+73.36SCHOOL_SB_ENTRY 0.161.00EDGE LINE LEFT YELLOW0.16DURABLE PAINTRIGHTSB3700+61.353700+44.69SCHOOL_SB_ENTRY STAEndBegin RemarksFactored QuantityFactorLine TypeLengthMarking TypeSideTravel Direction Of StationRoad Identification PAVEMENT MARKING LINE TYPES 8020-101 REVISED PAVEMENT MARKING QUANTITIES43/10/26 ARG 4 Includes 15.8 tons of Erosion Stone612.021.300Class E2062.0Class 20433.05.2427.8N/A523.0N/ARCB12'x4'1027+08.68 See V Sheets for Retaining Wall details.57.061.000Class E460.0Class 20N/AN/AN/AN/AN/AN/ARCB10'x4'1009+60.65 SYTONSCYCYCYCYCYCYCY Quantity Type Quantity Type (A+B)(B)(A)TypeElev. Top. Station Location Rt.Lt.and Density w/Moisture Compaction Control w/Moisture Compaction Adjacent Backfill Compacting Dike RemarksFabric Engineering RevetmentExcavation (1) Backfill Flooded Backfill Porous* Backfill Floodable* By Road Contractor KindSizeNumber Design Location (1) Backfill according to DR-111 * Not a Bid Item ROADWAY ITEMS FOR DRAINAGE STRUCTURES INSTALLED BY CULVERT CONTRACTOR Modified 104-04 D22.2-2800+56.58EBW16-7p D25Soil10Perf. Square Steel Tube12800+56.58EBW11-2N/A D29.75Concrete10Perf. Square Steel Tube12800+40.95EBD3-1N/A D22.2-2700+79.74SBW16-7p D25Soil11.5Perf. Square Steel Tube12700+79.74SBW11-2N/A D22.7Concrete10Perf. Square Steel Tube12700+38.58SBR1-2B D22.2-2600+80.12WBW16-7p D25Soil11.5Perf. Square Steel Tube12600+80.12WBW11-2N/A D22.7Concrete10Perf. Square Steel Tube12600+38.63WBR1-2B D22.7Soil1012502+37.10EBR1-2B D28.25Concrete10Perf. Square Steel Tube12501+99.30SBD3-1N/A D22.2-2501+80.13SBW16-7p D25Soil11.5Perf. Square Steel Tube12501+80.13SBW11-2N/A D25Soil10Perf. Square Steel Tube12501+13.57SBR2-1D D22.7Soil10Perf. Square Steel Tube12402+91.39SBR1-2B D29.75Concrete10Perf. Square Steel Tube12402+61.16WBD3-1N/A D22.2-2402+44.07WBW16-7p D25Soil11.5Perf. Square Steel Tube12402+44.07WBW11-2N/A D26Soil10Perf. Square Steel Tube12400+07.64WBR3-9bN/A D22.7Soil10Perf. Square Steel Tube12302+35.41NBR1-2B D22.7Concrete10Perf. Square Steel Tube12302+01.24NBR1-2B D22.2-2301+59.84NBW16-7p D25Soil10Perf. Square Steel Tube12301+59.84NBW11-2N/A D22.8---2300+93.26NBHUNTINGTON D24Soil11.5Perf. Square Steel Tube12300+93.26NBW2-6N/A D22.7Concrete10Perf. Square Steel Tube12202+61.62EBR1-2B D22.2-2202+21.16EBW16-7p D25Soil11.5Perf. Square Steel Tube12202+21.16EBW11-2N/A D22.25-2201+68.16EBOM1-2 D23Soil10Perf. Square Steel Tube12201+68.16EBR4-7N/A D21.7---2200+01.23EBKATOSKI D24Soil11.5Perf. Square Steel Tube12200+01.23EBW2-6N/A D23Soil10Perf. Square Steel Tube12102+74.72BothR6-1RN/A D23Soil10Perf. Square Steel Tube12101+76.42BothR6-1RN/A D23Soil10Perf. Square Steel Tube12101+01.14BothR6-1RN/A D23Soil10Perf. Square Steel Tube12100+10.05BothR6-1RN/A D25Soil10Perf. Square Steel Tube11016+35.27WBR2-1D D26Soil10Perf. Square Steel Tube11016+06.26EBR3-9bN/A 5-1011+64.17SBHUNTINGTON of the sign panel) D1 (Street name signs shall have reflective sheeting and the legend printed on both sides 4.5-1011+64.17SBINGERSOLL D16.25Soil11.5Perf. Square Steel Tube11011+64.17SBR1-1A 5-1007+91.19SBHUNTINGTON of the sign panel) D1 (Street name signs shall have reflective sheeting and the legend printed on both sides 5-1007+91.19SBEDGEWOOD D16.25soil11.5Perf. Square Steel Tube11007+91.19SBR1-1A 5--0+37.20DOWNING of the sign panel) D2 (Street name signs shall have reflective sheeting and the legend printed on both sides 5--0+37.20HACKETT D26.251Soil10Perf. Square Steel Tube10+37.20SBR1-1A RemarksDim 'X' FTInstallation TypeAnchor Type(FT) Leg 3 (FT) Leg 2 (FT) Leg 1Post Materialof Posts Number Station Sign Location Travel Direction of Sign NumberTypicals Type A Signing MATERIALS FOR TYPE 'A' SIGNS Modified 190-51 pw://foth-pw.be ntley.com:foth-pw-0 1 /Docum ents/Clients/Waterloo IA C/Hu ntingto n Road and Ka toski Drive Recons/CAD/Pla ns/0025 W01 3 .00_C_SHT CLIENT PROJECT NO: DESIGNED BY: LETTING DATE: CAD FILE: CHECKED BY: CAD DATE: c:\pw_workdir\pw_ie\fvd_arg\d0874473\0025W013.00_C_SHT.dgn 3/10/2026 DRAWN BY: 1:53:32 PM FOTH PROJECT NO:NO DATE BY REVISION DESCRIPTION SHEET NO. C.16G. MEIDENBAUER A. FLOY G. MEIDENBAUER 0025W013.00 MARCH 5, 2026 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION FROM W ATERLOO CITY LIM ITS TO GREENHILL ROAD WATERLOO, IA ESTIM ATED QUANTITIES AND TABULATIONS 142.8367.43DIVISION 2 TOTAL: 110.9471.43DIVISION 1 TOTAL: 8.381.25NO PASSING ZONE LINE YELLOW6.70DURABLE PAINTRIGHTBOTH1022+75.221016+05.22ML_HUNTINGTON 8.381.25NO PASSING ZONE LINE YELLOW6.70DURABLE PAINTLEFTBOTH1022+75.221016+05.22ML_HUNTINGTON 2.102.00DOUBLE CENTERLINE YELLOW1.05DURABLE PAINTLEFTBOTH1016+05.221015+00.22ML_HUNTINGTON 2.102.00DOUBLE CENTERLINE YELLOW1.05DURABLE PAINTRIGHTBOTH1016+05.221015+00.22ML_HUNTINGTON 0.181.00EDGE LINE LEFT YELLOW0.18DURABLE PAINTLEFTWB2402+56.882402+39.28HUNTINGTON_WB_EXIT 0.641.00EDGE LINE LEFT YELLOW0.64DURABLE PAINTLEFTWB2402+29.282401+65.52HUNTINGTON_WB_EXIT 1.651.00EDGE LINE LEFT YELLOW1.65DURABLE PAINTLEFTWB2401+65.522400+00.00HUNTINGTON_WB_EXIT 0.421.00EDGE LINE LEFT YELLOW0.42DURABLE PAINTLEFTWB2601+15.162600+72.77HUNTINGTON_WB_ENTRY 0.171.00EDGE LINE LEFT YELLOW0.17DURABLE PAINTLEFTWB2600+61.762600+44.69HUNTINGTON_WB_ENTRY 3.762.00DOUBLE CENTERLINE YELLOW1.88DURABLE PAINTRIGHTEB2803+03.902801+15.73HUNTINGTON_EB_EXIT 0.431.00EDGE LINE LEFT YELLOW0.43DURABLE PAINTRIGHTEB2801+15.732800+72.37HUNTINGTON_EB_EXIT 0.151.00EDGE LINE LEFT YELLOW0.15DURABLE PAINTRIGHTEB2800+60.292800+44.85HUNTINGTON_EB_EXIT 0.262.00CHANNELIZING LINE WHITE0.13DURABLE PAINTRIGHTEB2202+69.482202+55.54HUNTINGTON_EB_ENTRY 0.171.00EDGE LINE LEFT YELLOW0.17DURABLE PAINTRIGHTEB2202+55.542202+38.08HUNTINGTON_EB_ENTRY 0.341.00EDGE LINE LEFT YELLOW0.34DURABLE PAINTRIGHTEB2202+28.072201+93.51HUNTINGTON_EB_ENTRY 0.542.00CHANNELIZING LINE YELLOW0.27DURABLE PAINTRIGHTEB2201+75.742201+51.73HUNTINGTON_EB_ENTRY 0.482.00CHANNELIZING LINE YELLOW0.24DURABLE PAINTRIGHTEB2201+47.622201+26.71HUNTINGTON_EB_ENTRY 0.462.00CHANNELIZING LINE YELLOW0.23DURABLE PAINTRIGHTEB2201+21.142201+01.72HUNTINGTON_EB_ENTRY 0.462.00CHANNELIZING LINE YELLOW0.23DURABLE PAINTRIGHTEB2200+96.032200+76.74HUNTINGTON_EB_ENTRY 0.502.00CHANNELIZING LINE YELLOW0.25DURABLE PAINTRIGHTEB2200+72.052200+51.50HUNTINGTON_EB_ENTRY 0.562.00CHANNELIZING LINE YELLOW0.28DURABLE PAINTRIGHTEB2200+49.452200+25.86HUNTINGTON_EB_ENTRY 0.582.00CHANNELIZING LINE YELLOW0.29DURABLE PAINTRIGHTEB2200+25.772200+00.15HUNTINGTON_EB_ENTRY 1.941.00EDGE LINE LEFT YELLOW1.94DURABLE PAINTRIGHTEB2201+93.512200+00.00HUNTINGTON_EB_ENTRY 30.002.00DOUBLE CENTERLINE YELLOW15.00DURABLE PAINTCENTERBOTH1015+00.221000+00.01ML_HUNTINGTON 0.181.00EDGE LINE LEFT YELLOW0.18DURABLE PAINTLEFTWB5404+36.825404+18.29GREENHILL_WB_EXIT 0.461.00SOLID LANE LINE WHITE0.46DURABLE PAINTLEFTWB5404+63.675404+16.96GREENHILL_WB_EXIT 0.150.25BROKEN LANE LINE WHITE0.60DURABLE PAINTLEFTWB5404+06.175403+45.08GREENHILL_WB_EXIT 3.161.00EDGE LINE LEFT YELLOW3.16DURABLE PAINTLEFTWB5404+06.295400+89.38GREENHILL_WB_EXIT 0.891.00EDGE LINE LEFT YELLOW0.89DURABLE PAINTLEFTWB5400+89.385400+00.00GREENHILL_WB_EXIT 0.850.25BROKEN LANE LINE WHITE3.40DURABLE PAINTLEFTWB5403+45.085400+00.00GREENHILL_WB_EXIT 4.281.00EDGE LINE LEFT YELLOW4.28DURABLE PAINTLEFTWB5604+93.515600+62.00GREENHILL_WB_ENTRY 0.302.00CHANNELIZING LINE WHITE0.15DURABLE PAINTLEFTWB5600+62.005600+47.05GREENHILL_WB_ENTRY 0.901.00SOLID LANE LINE WHITE0.90DURABLE PAINTLEFTWB5601+34.015600+32.89GREENHILL_WB_ENTRY 0.221.00EDGE LINE LEFT YELLOW0.22DURABLE PAINTLEFTSB5501+88.395501+66.53GREENHILL_SB_EXIT 1.541.00EDGE LINE LEFT YELLOW1.54DURABLE PAINTLEFTSB5501+54.535500+00.00GREENHILL_SB_EXIT 0.342.00CHANNELIZING LINE WHITE0.17DURABLE PAINTLEFTNB5031+59.035031+44.94GREENHILL_NB_BYPASS_LANE 1.262.00CHANNELIZING LINE WHITE0.63DURABLE PAINTLEFTNB5031+60.435031+00.16GREENHILL_NB_BYPASS_LANE 0.722.00CHANNELIZING LINE WHITE0.36DURABLE PAINTLEFTNB5031+33.655031+00.16GREENHILL_NB_BYPASS_LANE 0.340.33DOTTED LINE WHITE1.02DURABLE PAINTLEFTNB5031+00.405030+00.00GREENHILL_NB_BYPASS_LANE 0.101.00EDGE LINE LEFT YELLOW0.10DURABLE PAINTRIGHTEB5805+07.245804+97.59GREENHILL_EB_EXIT 2.061.50SOLID 6" LINE WHITE1.37DURABLE PAINTRIGHTEB5805+07.305803+70.00GREENHILL_EB_EXIT 1.771.00EDGE LINE LEFT YELLOW1.77DURABLE PAINTRIGHTEB5804+97.305803+20.69GREENHILL_EB_EXIT STAEndBegin RemarksFactored QuantityFactorLine TypeLengthMarking TypeSideTravel Direction Of StationRoad Identification PAVEMENT MARKING LINE TYPES 8020-101 REVISED PAVEMENT MARKING QUANTITIESARG3/10/264 4