SPECIAL SPECIFICATION Inch Water Main and Miscellaneous Water and Wastewater Main Replacements and Routine Appurtenances Adjustments

Similar documents
SECTION MEASUREMENT AND PAYMENT

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

CHECK THE LOWER RIGHT CORNER OF EACH DETAIL FOR THE LATEST REVISION.

SECTION TRENCHING & BACKFILLING

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

B. Subsurface data is available from the Owner. Contractor is urged to carefully analyze the site conditions.

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

SERVICE LINES, METERS AND APPURTENANCES

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

SECTION 1100 GRADING 1102 MATERIALS AND DEFINITIONS.

SECTION EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES

San Antonio Water System Standard Specifications for Construction ITEM NO. 850 SANITARY SEWER STRUCTURES

All service lines shall conform to the following requirements:

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

1. B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class C 111 Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings

MATERIAL ALLOWANCES AND UNIT PRICES

PERMITTING AND CONSTRUCTION MANUAL

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE

STANDARD SPECIFICATIONS SECTION BORING AND JACKING. A. Section includes requirements for boring and jacking casing pipe.

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83

SECTION FACILITY SANITARY SEWERS

CW 3620 INSTALLATION OF UNDERGROUND TRAFFIC SIGNAL SERVICES TABLE OF CONTENTS

SANITARY SEWERS. B. Construct or relocate building sanitary sewer services, stubs, and connections.

CITY OF MARTINEZ STANDARD SPECIFICATIONS FOR WATER LINE WORK

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction.

SECTION 806 MANHOLE REHABILITATION

CONSTRUCTION STANDARDS SECTION CS 3 TRENCH FOUNDATION, BEDDING AND BACKFILL

901 - PIPE SEWERS COMPLETE IN PLACE

MANHOLES, VAULTS AND CATCH BASINS SECTION A. Section Soil and Aggregate Materials. C. Section Storm Drainage Systems

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

CITY OF TACOMA RIGHT-OF-WAY RESTORATION POLICY. Guidance on restoration of City Rights-of-Way

SECTION DUCTILE IRON FITTINGS. A. This section includes materials, installation, and testing of ductile iron fittings 48 inches and smaller.

City of Denton. Water and Wastewater Criteria Manual

Summary of the 2011 Changes

SECTION MANHOLES AND STRUCTURES. A. Section Includes: 1. Manholes for water, storm drain and sanitary sewer systems.

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SPECIFICATIONS - DETAILED PROVISIONS Section Welded Steel Tanks for Water Storage C O N T E N T S

PERMEABLE INTERLOCKING PAVERS

SECTION CAST-IN-PLACE CONCRETE

***************************************************************************************************************

CONSTRUCTION SPECIFICATION FOR KEYHOLE EXCAVATION AND PERMANENT REINSTATEMENT OF KEYHOLE CORES TABLE OF CONTENTS

Engineering Design Center. Standard Drawings. 1st Edition -January 2016

Construction Specification for Utility Adjustments

SECTION WATER DISTRIBUTION

San Antonio Water System Standard Specifications for Construction ITEM NO. 852 SANITARY SEWER MANHOLES

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General

Bill of Quantity (BOQ)

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water Supply Services

WATER AND SEWER REGULATIONS PUBLISHED BY AUTHORITY

SECTION WATER MAINS CITY OF LEE S SUMMIT, MISSOURI DESIGN CRITERIA

Contact the Jurisdictional Engineer for materials allowed by each jurisdiction.

San Antonio Water System Standard Specifications for Construction ITEM NO. 804 EXCAVATION, TRENCHING AND BACKFILL

Section Storm Sewers STORM SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES. A. Storm Sewers. B. Abandonment of Storm Sewers

SECTION UTILITY MANHOLES AND STRUCTURES

SECTION GRAVITY IRRIGATION PIPELINES RUBBER GASKETED REINFORCED CONCRETE PIPE (RGRCP)

SECTION STORM UTILITY DRAINAGE PIPING PART 1 - GENERAL 1.1 SUMMARY 1.2 SUBMITTALS 1.3 PROJECT CONDITIONS

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

Table of Contents for Guide Specifications

CITY OF TROY CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587

PIPE REHABILITATION. Comply with Division 1 - General Provisions and Covenants, as well as the following:

SECTION WATER DISTRIBUTION SYSTEM

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES

CHAPTER 3 - PRESSURE IRRIGATION

SECTION FLEXIBLE PAVING

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE)

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following:

UNIFORM DESIGN AND CONSTRUCTION STANDARDS FOR EXTENDING WATER DISTRIBUTION SYSTEMS SECTION 2 DESIGN STANDARDS

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

SECTION UNCLASSIFIED EXCAVATION AND GRADING

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

SANITARY SEWER SYSTEM CONSTRUCTION STANDARD SPECIFICATIONS SECTION 130 SANITARY SEWER SYSTEM CONSTRUCTION

CURRENT NORTH LAS VEGAS ADDENDA

RESIDENTIAL FIRE SERVICE METERS Addendum #1

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

Index. Composition and Order of Plan Set. Utility Plan... 5

Addendum No. 1 Page 1 of 2

EXCAVATION PERMIT CHECKLIST

4A General Information A. Concept... 1 B. Conditions... 1

INDEX FOR SPECIFICATIONS FOR REMOVING CULVERTS AND PLACING CULVERTS SCOPE... 1

Construction Documents (CDs) Required Signature Blocks and Standard Notes

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017

SECTION 4 - DESIGN STANDARDS FOR WATER DISTRIBUTION FACILITIES

DIVISION 4 SANITARY SEWERS AND STORM DRAINS

CHAPTER 6. Sanitary Sewer

Transcription:

2004 Specifications CSJ 0196-06-017 SPECIAL SPECIFICATION 5262 72-Inch Water Main and Miscellaneous Water and Wastewater Main Replacements and Routine Appurtenances Adjustments 1. Description. Furnish and install all materials, equipment, and labor listed in the Specifications for 72-inch Water Main and Miscellaneous Water and Wastewater Main Replacements and Routine Appurtenances Adjustments on Harry Hines Boulevard, Royal Lane to IH 35E, herein known as the document and all materials shown on the plans. 2. Materials. Install piping systems using the materials designated on the plans and in details shown for each particular system. Furnish materials so designated in accordance with all material requirements of the attached document. 3. Construction Methods. Perform work in a manner consistent with the document (SPECIFICATIONS FOR WATER MAIN AND MISCELLANEOUS WATER AND WASTEWATER MAIN REPLACEMENTS AND ROUTINE APPURTENCES ON HARRY HINES BOULEVARD; CSJ 0196-06-017 and the following Specifications, Addendums and Standards necessary to perform the work: A. The General Specifications (Standard Specifications for Public Works Construction North Central Texas Third Edition 1998 including all amendments). B. The City of Dallas General Design Standards. C. Occupational Safety and Health Standards Excavations, 29 CFR Part 1926, effective January 2, 1990. A copy of the Standard Specification for Public Works Construction may be obtained from the North Central Texas Council of Governments, 616 Six Flags Drive, Arlington, Texas, Telephone (817) 640 3300. A copy of the City of Dallas General Design Standards can be obtained at the Water Utilities Department, 320 E. Jefferson, Room 218 Dallas Texas 75203, Telephone (214) 948-4590. 4. Measurement. This Item will be measured as follows and as explicitly detailed in the Document: 1 6" D.I. Water Pipe w/paving Foot 2 8" D.I. Water Pipe w/paving Foot 3 6" PVC Water Pipe w/paving Foot 1-4 5262 11-05

4 8" PVC Water Pipe w/paving Foot 5 12" PVC Water Pipe w/paving Foot 6 66" PCCP w/paving Foot 7 72" PCCP w/paving Foot 8 8" PVC Pressure Rated WW Pipe w/paving Foot 9 12" PVC Pressure Rated WW Pipe w/paving Foot 10 21" PVC Pressure Rated WW Pipe w/paving Foot 11 Point Repair of 12" Wastewater Main Each Removal of Internal Obstacles for Wastewater Each 12 Mains 13 Connection to Ex. MH Each 14 Pipe Bursting of Ex. 8" WW Main to 12" WW Main Foot 15 Pipe Bursting of 21" WW Main to 21" WW Main Foot 16 Cast Iron Fittings Ton 17 Water Service Each 18 8" Comb. Service w/8" Meter & Transfer Each 19 6" Closed FL Service w/6" DC Device & Transfer Each 20 8" Closed FL Service w/6" DC Device & Transfer Each 21 Reconnect Water Service Each 22 Install Fire Hydrant Each 23 Remove Ex. Fire Hydrant Each 24 Deliver Ex. Fire Hydrant Each 25 6" Gate Valve Each 26 8" Gate Valve Each 27 12" Gate Valve Each 28 48" Water Manhole w/blowoff Each 29 72" Access Manhole w/blowoff Each 30 72" Diameter Water Manhole w/paving Each 31 72" Butterfly Valve Each 32 8" Water Main (BOTOC) Foot 33 12" Water Main (BOTOC) Foot 34 72" Water Main (BOTOC) Foot 35 72" Water Main Hywy Xing (BOTOC) Foot 36 Pitot Outlet & Manhole Each 37 Cut & Plug Ex. Water Main Each 38 Cut & Plug Ex. Water Main for Test Each 39 Remove Lead Pipe Joints Each 40 3/4" Flush Point Each 2-4 5262 11-05

41 72" Dished Head Plug Each 42 72" Test Fittings Each 43 Type II Air Valve Assembly Each 44 Wastewater Lateral Each 45 External Wastewater Lateral connection Each 46 Wastewater Access Device w/paving Each 47 48" Wastewater Drop Manhole w/paving Each 48 60" WW Drop Manhole w/paving Each 49 48" Wastewater Manhole w/paving Each 50 Vacuum Test for WW MH Each 51 Fence Replacement Foot 52 Place Block Sod Square Yard 53 Television Inspection Foot 54 Trench Safety & Support Foot 55 66" Closure Section Each 56 72" Closure Section Each 57 Pipe to Soil Potential Monitoring Station Each 58 Remove Internal Test Plug Each 59 Rock Foundation Cubic Yard 60 Stabilized Backfill Cubic Yard 61 Flowable Backfill Cubic Yard 62 Four "F" Flowable Backfill Cubic Yard 63 Four "F" Flowable Base - High Strength & Fast Set Cubic Yard 64 Sand Backfill Cubic Yard 65 Cement Treated Base Backfill Cubic Yard 66 Cement Stabilized Sand Backfill Cubic Yard 67 Class "B" Concrete Cubic Yard 68 Furnish and Place Rip Rap Square Yard 69 Disposal of Heavily Chlorinated Water Main Flushing Water Lump Sum 70 Steel Guard Post Bollard Each 71 Adjust and/or Relocate Water Meter Box Each 72 Adjust Water Valve Covers & Stacks Each 73 Adjust WW Lateral Cleanouts Each 74 Adjust WWAD Each 75 Adjust WWMH w/24" Lid Each 76 Adjust WWMH w/40" Lid Each 77 Adjust Water Manhole w/ 24" Lid Each 3-4 5262 11-05

78 Adjust Water Manhole w/ 40" Lid Each 77 Adjust Flush Point Each 78 Adjust Type II Air Valve Each 79 Install Fire Hydrant Extension Each 80 Remove Fire Hydrant Extension Each 81 Adjust Large Water Service Covers & Stacks Each 81 Investigation Each 83 Alter Water Valve Covers & Stacks Each 84 Alter WW Manhole w/24" Lid Each 85 Alter WW Manhole w/40" Lid Each 86 Replace Ex. W.W. Lateral Cleanout Each 87 Adjust/Relocate New Fire Hydrant Each 90 Relocated Commercial Water Service Each 5. Payment. The work performed with this Item and measured as provided under Measurement will be paid for at the unit price bid for the various items of work. These prices shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to satisfactorily complete the work prescribed in the document and as detailed on the plans. Miscellaneous ductile iron fittings required to complete the work will not be paid for directly, but will be subsidiary to this Item unless otherwise shown in the plans. Water line sterilization and testing of the completed water main system will not be paid for directly, but will be subsidiary to this Item unless otherwise shown on the plans. 4-4 5262 11-05

SPECIFICATIONS FOR 72-INCH WATER MAIN AND MISCELANEOUS WATER AND WASTEWATER MAIN REPLACEMENTS AND ROUTINE APPURTENANCE ADJUSTMENTS IN HARRY HINES BOULEVARD FROM ROYAL LANE TO DENTON DRIVE CONTRACT NO. 06-633F/06-634F WATER UTILITIES DEPARTMENT CITY OF DALLAS, TEXAS

SECTION C- WATER UTILITIES SPECIAL PROVISIONS AND BID ITEMS C 1. Location and Description of Project C 2. Special Provisions C 3. Bid Items C 4. Specifications PART T - TECHNICAL SPECIFICATIONS

C 1. LOCATION AND DESCRIPTION OF PROJECT This project consists of: WATER MAINS 1. A 72-inch water main in Harry Hines Boulevard from the existing 72-inch water main approximately 1,980 linear feet south of Bixel Street; thence in a northerly direction approximately 14,206 linear feet and connecting to the existing 66-inch water main in Denton Drive; see Map 685W-220C Plan-Profile sheet(s) 24 thru 31. 2. A 72-inch water main, Line J, in Harry Hines Boulevard from the proposed 72-inch water main in Harry Hines Boulevard approximately 1,135 linear feet north of I.H635; thence in a northwesterly direction approximately 225 linear feet to end with Dished Head Plug; see Map 685W-220C Plan-Profile sheet(s) 29. 3. A 12-inch water main in the west ROW of Harry Hines Boulevard from the existing 12-inch water main approximately 1,914 linear feet south of Bixel Street; thence in a northerly direction approximately 3,253 linear feet and connecting to the existing 12- inch water main in Forest Lane; see Map 685W-220C Plan-Profile sheet(s) 33 thru 36. 4. A 12-inch water main in the east ROW of Harry Hines Boulevard from the existing 12-inch water main approximately 1,914 linear feet south of Bixel Street; thence in a northerly direction approximately 3,357 linear feet and connecting to the existing 12- inch water main in Forest Lane; see Map 685W-220C Plan-Profile sheet(s) 33 thru 36. 5. A 12-inch water main relocation (approximately 115 linear feet) crossing Harry Hines Boulevard at the south ROW of Forest Lane; see Map 685W-220C Plan-Profile sheet(s) 36. 6. A 8-inch water main in the east ROW of Harry Hines Boulevard from the existing 8- inch water main approximately 1,279 linear feet north of the north ROW of I.H.635; thence in a northerly direction approximately 475 linear feet to end with 8-inch plug and proposed Flush Point; see Map 685W-220C Plan-Profile sheet(s) 36A. WASTEWATER MAINS 7. An 8-inch wastewater main, Line A, in the west ROW of Harry Hines Boulevard from a proposed manhole on the existing 8-inch wastewater main approximately 2,227 linear feet south of Bixel Street; thence in a northerly direction approximately 1,597 linear feet to end with a proposed Wastewater Access Device; see Map 685W-220C Plan-Profile sheet(s) 37 and 38.

8. An 8-inch wastewater main, Line B, in the east ROW of Harry Hines Boulevard from a proposed manhole on the existing 8-inch wastewater main approximately 2,174 linear feet south of Bixel Street; thence in a northerly direction approximately 1,359 linear feet to end with a proposed Wastewater Access Device; see Map 685W-220C Plan-Profile sheet(s) 37 and 38. 9. An 8-inch wastewater main, Line C, in the west ROW of Harry Hines Boulevard from a proposed drop-connection manhole on the existing 21-inch wastewater main in Bixel Street; thence in a southerly direction approximately 550 linear feet to end with a proposed Wastewater Access Device; see Map 685W-220C Plan-Profile sheet(s) 38 and 39. 10. A 12-inch and 21-inch wastewater main, Line D, (by Pipe-Bursting Method) in the east ROW of Harry Hines Boulevard from a proposed drop-connection manhole on proposed 21-inch wastewater main, Line E, at the east ROW of Harry Hines Boulevard approximately 264 linear feet north of Bixel Street; thence in an easterly direction approximately 159 linear feet; thence in a northerly direction approximately 1,094 linear feet to a proposed manhole on the existing 8-inch wastewater main in Forest Lane; see Map 685W-220C Plan-Profile sheet(s)39 and 40. 11. A 12-inch and 21-inch wastewater main, Line E, in the west ROW of Harry Hines Boulevard from a proposed drop-connection manhole on the existing 21-inch wastewater main in Bixel Street; thence in a northerly direction approximately 1,223 linear feet to end with a proposed Wastewater Access Device; see Map 685W-220C Plan-Profile sheet(s) 39 and 40.

C 2. SPECIAL PROVISIONS S-1 EXISTING MAINS AND SERVICES ACCIDENTAL DAMAGE: DALLAS WATER UTILITIES (DWU) DISPATCHER (214) 670-5700 All water and wastewater facilities must be protected during all phases of the construction operations. The Contractor is responsible for the cost to repair damage to existing water or wastewater main, water services, and/or wastewater laterals. Repairs will be made by DWU and the Contractor will be billed for the cost of the repair. The Contractor will not be permitted to make repairs unless authorized by the Engineer. Damage to other DWU facilities will be repaired by the Contractor, if repair is authorized by the Construction Engineer. If repair is not authorized by the Construction Engineer, the repair will be made by DWU and the Contractor will be billed for the cost of the repair. If such damage occurs the Contractor is to call the DWU dispatcher for repairs. THE CONTRACTOR IS NOT ALLOWED TO OPERATE WATER VALVES IN THE EXISTING SYSTEM. In the event of damage to a water facility that requires closing a water valve in the existing system, the Contractor must contact the DWU dispatcher. DWU personnel will shut off the valve. In the event a live water service is damaged or cut, the Contractor must immediately crimp the service to stop flow. IMMEDIATELY, the Contractor is to call the DWU dispatcher for repairs. PLANNED ALTERATION: If the Contractor plans to damage, cut, or alter the existing system in any manner, the means and methods must be approved by the DWU Construction Engineer. Any work done and materials used or disposed of, related to this item, shall be at no cost to the City. Also, if the DWU Construction Engineer disapproves any means or methods requested by the Contractor, this will not constitute the basis of any claim for additional costs to the City. The Construction Engineer shall have the authority to approve one or more of the following methods or other methods requested by the Contractor:

Temporary Main: If a temporary main is required to accomplish continuous water service, or if a temporary main is required to accomplish continuous wastewater service or if a wastewater pumping bypass operation is used, the work will be done by the Contractor at his expense. This shall include furnishing all labor, tools, materials, equipment, and incidentals necessary to complete the work, including all excavation and disposal of surplus material, transfer of services back to the existing system, and protection and repair of the temporary system. The means, methods, materials and size must be approved by the Engineer. Any wastewater pumping bypass operation must also be approved by the Engineer; including the size and type of pump. The Engineer will determine if a standby pump is required and if the pump(s) must be manned during non-working hours. Bullhead: Temporary services to several residences made off one existing service. Cut Water Service: The service shall not be intentionally cut if the resident or business proprietor objects to discontinued service. In no case will the service be cut for more than four (4) hours unless prior approval is obtained from the Construction Engineer and the resident or proprietor. The Contractor is responsible to coordinate this effort. Repair will be made by the method approved by the Construction Engineer. The methods shall be: 1. Remove the water service to a point one foot outside the ditch line on both sides. Use new copper pipe of the same size to replace the removed section. The connection nearest the main shall be made with a compression connection coupling. The connection nearest the meter will be made with a compression x compression curb stop or compression curb stop w/compression x O.S.I.P. coupling. 2. Install and connect a new copper pipe from the existing corporation cock on the main to the meter. Cut Wastewater Service: Repair shall be made as shown on Page G 4.1 of the Dallas Water Utilities Drawings, Details, & Standard Appurtenances for Water and Sanitary Sewer Construction Methods.

S-2 WATER AND WASTEWATER INFRASTRUCTURES AND APPURTENANCES Identified water and wastewater infrastructures will be altered, replaced, constructed and/or abandoned by the Contractor. Water and wastewater appurtenances encountered will be adjusted by the Contractor to permit construction and conform to the finished grades on the project. All materials and workmanship shall be in accordance with the North Central Texas Council of Governments Standard Specifications for Public Works Construction (NCTCOG), the DWU Addendum to the NCTCOG Specifications, DWU Drawings, Details & Standard Appurtenances, DWU Special Details, and the details shown on Paving Standard Drawing 251D-1. The work associated with water and wastewater facilities will be accomplished in generally three phases. Phase one will be accomplished in advance of grading operations which may include lowering existing appurtenances, repairing, lowering, or constructing portions of the existing water and/or wastewater mains, rebuilding laterals and/or water services to clear proposed storm sewer or other proposed facilities, relocating water services, meter boxes and meters, adjusting or constructing lateral cleanouts, constructing new laterals and/or water services that are in a deteriorated condition or constructed of a material that is identified to be replaced, and other work identified on the plans or outlined in the contract documents. Phase two will be accomplished prior to paving operations, which includes adjustment of appurtenances to the final paving grade. The last phase is the final inspection of the work to coincide with the final paving inspection. The unit price bid for each pay item will include all costs to bring the specified appurtenance to finished line and grade, set in permanent location, and being fully operational at the time of completion of the project. The contract unit price for each item will be full compensation for removal and salvage of the existing appurtenance, for all required cleaning before reinstallation, for all cutting or rebuilding necessary to match the finished grade of the paving or grading, for replacement of all damaged or lost parts, for protecting facilities to assist continuous and uninterrupted service, and for all material, labor, and equipment costs to satisfactorily complete the adjustments to the intent of the plans and specifications. All facilities must be completed to new construction standards in accordance with the NCTCOG Standard Specifications, and be fully operational at the time of final inspection of the completed project. The proposal price bid for pay items covered in this Special Provision for adjustment to water and wastewater appurtenances will not be subject to renegotiation due to quantity overrun or underrun limitations as set forth in Section 1.37.1 of the NCTCOG Standard Specifications for Public Works Construction.

S-3 FINAL PAVING INSPECTION The Contractor or Sub-Contractor utilized to install the water mains shall accompany the Engineer on the Final Paving Inspection. S-4 PERFORMANCE The beginning date of the One Year Maintenance Period for water and wastewater mains and related work as stated in Item 1.2.1.(a) of the Specifications, shall be the Date of Issue of the Certificate of Acceptance for the entire project regardless of the actual date of construction. S-5 QUANTITIES The quantities in the Bid Items are approximate and may represent quantities in excess of those actually installed. Payment will be based on the actual quantities installed and paid in accordance with the applicable Specifications. S-6 NOTIFICATION OF CONSTRUCTION OPERATIONS The Contractor shall be responsible for all Construction Staking associated with the Water and Wastewater Facilities on this project. Staking shall be performed by qualified personnel. Typed Cut Sheets must be submitted to DWU Surveying and Mapping Attn: Robert Preddy, 320 E. Jefferson Boulevard, Room 215, Dallas, Texas 75203 (Phone - 214-948-4584; Fax- 214-948-4599) no later than 3:00PM the day prior to scheduled start of construction. (See example in Part T - Technical Specifications). The Contractor is responsible for maintaining all staked controls and hubs in the construction area at all times and any costs for re-staking or reestablishing controls required shall be borne by the Contractor. Inspection of work associated with the water and wastewater facilities will be done by Dallas Water Utilities. Inspection shall be requested three (3) days prior to the scheduled start of construction, phone (214) 670-8186. S-7 TELEVISION INSPECTION A Television Inspection of the installed wastewater main(s) will be made after the backfill is compacted in place and at a time directed by the Engineer. If, in the opinion of the Engineer, there is a potential for movements, settlement, or damage to the main for any reason, the television inspection may be delayed up to 30 calendar days after the backfill operations. A second Television Inspection of the installed wastewater main shall be conducted at a time as directed by the Engineer. Generally, compaction operations are complete including subgrade preparation and installation of the subbase and base course, but prior to placement of the final paving surface. See Part T Technical Specifications.

S-8 TEMPORARY PAVING The Contractor is responsible to place, maintain, and remove all temporary paving required for the project. If, in the opinion of the Engineer, the temporary paving placed by the Contractor is not adequate, either in placement or maintenance of the work, the Engineer shall require specific correction, which shall be performed by the Contractor at no additional cost to the City. Temporary paving will be placed over the compacted backfilled ditches and adjacent disturbed pavement areas and any other location on or adjacent to the project to insure that traffic is maintained over a safe, weatherproof, and evenly graded surface. The temporary paving shall consist of a minimum of two inches of cold mix asphalt pavement conforming to Item 2.4.13 of the specifications or two inches of hot mix asphalt pavement conforming to Item 2.4.15 of the specifications. The Contractor shall determine if additional material is required to support the temporary pavement such as flexible base, lime treated base, crushed rock base, additional thickness of hot/cold asphalt pavement or other measures to insure the temporary pavement is adequate for the purpose designed. The temporary pavement may not be deleted from any portion of the work unless approved, in advance, by the Engineer. Temporary surfaces shall be adequately compacted and sealed to prevent degradation of the repair during the temporary period. Any temporary surface that fails to provide an acceptable riding surface shall be repaired or removed and replaced, as directed by the Engineer, at the Contractor's expense. S-9 STABILIZED MATERIAL Item(s) 704A, 704B, 704C, 704D, and 704E may be used interchangeably for various applications during construction at the discretion of the Engineer. There shall be no renegotiation of Bid prices for any of these items due to quantity underruns or overruns S-10 APPROVED MATERIALS BY TRADE NAME The Owner maintains a list of approved materials by trade name as shown in Part-T of these Specifications. The Contractor can furnish materials from this list without a formal written submittal process. However, the Contractor is not bound to the use of these particular brand name materials and can propose Equals, providing he follows the formal written submittal process outlined in Part-T of these Specifications and obtains the Owner s final written approval of Equal substitutions.

S-11 CEMENT TREATED BASE BACKFILL All Open Cut/Excavations for water services and wastewater lateral services, with the exception of gravel alleys, will be backfilled with Cement Treated Backfill (C.T.B.) in accordance with Item 6.2.10(b) of these Specifications. The backfill will not be measured as a separate item and shall be considered subsidiary to all items to be installed. S-12 COLD WEATHER PIPE LAYING Contractor may only lay pipe when temperature is 36 degrees Fahrenheit and rising. Any special methodology or procedure for laying pipe at less than 36 degrees requires the approval of the Project Manager. Only pipes with removable gaskets will be accepted for review. Non-approval of the proposed methodology or procedure does not entitle the Contractor to any delay charges. S-13 SHUTDOWN OF WATER MAINS 20" DIAMETER AND LARGER Construction that requires the shutdown of any water mains size 20" and larger shall only be done during the winter months between October 1 and May 1, unless prior approval has been obtained from the Engineer. The schedule of these shutdowns must be coordinated with Distribution & Pumping Division and approved by the Engineer. S-14 WATER MAIN TIE-IN DURING OFF HOURS Tie-in connections affecting curtailment of quality or quantity of water to an area, businesses, etc., must be performed during the weekend or off-hours. All work must be coordinated through the owner or its representatives. Delay costs due to shut down and connection issues are considered incidental work and shall be borne by the Contractor. Refer to Item 6.7.3.i for other general requirements. NO SEPARATE PAY ITEM. S-15 RAVEN COATING All 48-inch and 60-inch Diameter Drop Connection Manholes and Standard 60-inch Diameter Manholes require Raven Coating 405 or approved equal. S-16 FURNISHING AND DELIVERING OF LARGE VALVES Unless otherwise specified, the City of Dallas will furnish all three (3) 72-inch water butterfly valves. The contractor shall coordinate the pick up of the valves With Mr. Robert Dullnig at (214) 670-8458 at least 2 working days prior to placement of the valves. The Contractor will be responsible for loading the valves at 2819 Municipal Street and transporting them to the job site. The Contractor shall install the valve and all related items. The Contractor is responsible for all associated items including, but not limited to the following items: nuts, bolts, insulating kits etc. NO SEPARETE PAY ITEM.

C 3. ITEM NO. 150CP BID ITEMS 6" DUCTILE IRON WATER PIPE WITH PAVING This item consists of furnishing and placing approximately 20 Linear Feet of 6" Ductile Iron Water Pipe in accordance with Items 6.7.3 and 2.12.8 of these Specifications and Addenda thereto. This item complete and to include polywrap (AWWA C105-99), fittings, mechanical tamping, diagonal utilities, barricading, and all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.), and all embedment materials. Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications. ITEM NO. 150DP 8" DUCTILE IRON WATER PIPE WITH PAVING This item consists of furnishing and placing approximately 20 Linear Feet of 8" Ductile Iron Water Pipe in accordance with Items 6.7.3 and 2.12.8 of these Specifications and Addenda thereto. This item complete and to include polywrap (AWWA C105-99), fittings, mechanical tamping, diagonal utilities, barricading, and all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.), and all embedment materials. Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications. ITEM NO. 180BP 6" PVC WATER PIPE WITH PAVING This item consists of furnishing and placing approximately 320 Linear Feet of 6" Polyvinyl Chloride Water Pipe in accordance with Items 6.7.3 and 2.12.20 of these Specifications and Addenda thereto. This item, complete and to include fittings, polywrap for fittings, mechanical tamping, diagonal utilities, barricading, all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.), and all embedment materials. Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications. ITEM NO. 180CP 8" PVC WATER PIPE WITH PAVING This item consists of furnishing and placing approximately 500 Linear Feet of 8" Polyvinyl Chloride Water Pipe in accordance with Items 6.7.3 and 2.12.20 of these Specifications and Addenda thereto. This item complete, and to include fittings, polywrap for fittings, mechanical tamping, diagonal utilities, barricading, all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.), and all embedment materials.

ITEM NO. 180EP 12" PVC WATER PIPE WITH PAVING This item consists of furnishing and placing approximately 7,080 Linear Feet of 8" Polyvinyl Chloride Water Pipe in accordance with Items 6.7.3 and 2.12.20 of these Specifications and Addenda thereto. This item complete, and to include fittings, polywrap for fittings, mechanical tamping, diagonal utilities, barricading, all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.), and all embedment materials. ITEM NO. 201KP 66" PRESTRESSED CONCRETE CYLINDER PIPE WITH PAVING This item consists of furnishing and placing approximately 60 Linear Feet of 66" Prestressed Concrete Cylinder Water Pipe; including bends, bevels, outlets, test plugs, other concrete fittings and all embedment materials as shown on the plans, and in accordance with Items 6.7.3 and 2.12.5 of these Specifications and Addenda thereto. This item complete and to include fittings, mechanical tamping, diagonal utilities, barricading, and all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.). Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications. ITEM NO. 201LP 72" PRESTRESSED CONCRETE CYLINDER PIPE WITH PAVING This item consists of furnishing and placing approximately 8,340 Linear Feet of 72" Prestressed Concrete Cylinder Water Pipe; including bends, bevels, outlets, test plugs, other concrete fittings and all embedment materials as shown on the plans, and in accordance with Items 6.7.3 and 2.12.5 of these Specifications and Addenda thereto. This item complete and to include fittings, mechanical tamping, diagonal utilities, barricading, and all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.). Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications.

ITEM NO. 311CP 8" PVC PRESSURE RATED WASTEWATER PIPE WITH PAVING This item consists of furnishing and placing approximately 3,680 Linear Feet of 8" Polyvinyl Chloride Pressure Rated Wastewater Pipe conforming to ASTM D2241 (DR 26) Minimum Pressure Rating of 160 PSI and ASTM D3139 joints, and in accordance with Items 6.7.2 and 2.12.25 of these Specifications and Addenda thereto. This item complete, and to include all embedment materials, mechanical tamping, diagonal utilities, barricading, all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.). Measurement and payment will be in accordance with Item 6.7.2.(k) of these Specifications. Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications. ITEM NO. 311EP 12" PVC PRESSURE RATED WASTEWATER PIPE WITH PAVING This item consists of furnishing and placing approximately 1,700 Linear Feet of 12" Polyvinyl Chloride Pressure Rated Wastewater Pipe conforming to ASTM D2241 (DR 26) Minimum Pressure Rating of 160 PSI and ASTM D3139 joints, and in accordance with Items 6.7.2 and 2.12.25 of these Specifications and Addenda thereto. This item complete, and to include all embedment materials, mechanical tamping, diagonal utilities, barricading, all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.). Measurement and payment will be in accordance with Item 6.7.2.(k) of these Specifications. Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications. ITEM NO. 311HP 21" PVC PRESSURE RATED WASTEWATER PIPE WITH PAVING This item consists of furnishing and placing approximately 1,140 Linear Feet of 21" Polyvinyl Chloride Pressure Rated Wastewater Pipe conforming to ASTM D2241 (DR 26) Minimum Pressure Rating of 160 PSI and ASTM D3139 joints, and in accordance with Items 6.7.2 and 2.12.25 of these Specifications and Addenda thereto. This item complete, and to include all embedment materials, mechanical tamping, diagonal utilities, barricading, all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.). Measurement and payment will be in accordance with Item 6.7.2.(k) of these Specifications. Measurement and payment will be in accordance with Item 6.7.3.(g) of these Specifications.

ITEM NO. 354DD POINT REPAIR OF 12" WASTEWATER MAIN This item consists of the Repairing approximately 2 each points of repair identified by internal (television) or external inspection for existing 12" Wastewater Main from the first point of repair found for a distance of up to 20 linear feet upstream. This item to include all labor, materials, equipment, and incidentals required to complete the repairs; including, but not limited to: excavation, trench safety and support, barricading, furnishing and installing pipe material, connection to existing main and/or manhole, by-pass pumping, and all backfill and embedment materials. This shall be a Contingent Item and shall only be used if directed by the Construction Engineer. The provisions of Item 1.37.1 of the Specifications related to over and under runs do not apply to this item. Measurement and payment shall be (20 linear foot section) of main repaired, complete in place. ITEM NO. 355A REMOVAL OF INTERNAL OBSTRUCTIONS FOR WASTEWATER MAINS This item consists of the Removal of 2 Each Internal Obstruction in an Existing Wastewater Main without excavation. This item to include all labor, materials, equipment and incidentals required to complete the removal of obstructions; including, but not limited to: trench safety and support, barricading, by-pass pumping, identifying and locating obstructions, providing and operating specialized cutting and removal equipment and disposal of debris. This item includes only those obstructions and blockages that are not removed in accordance with the Technical Specifications for Wastewater Main Cleaning. This shall be a Contingent Item and shall only be used if directed by the Project Manager, in writing. The provisions of Item 1.37.1 of the Specifications related to over and under runs do not apply to this item. Measurement and payment will be per Each obstruction removed. Two or more obstructions shall be considered as one item for payment purposes if they are separated by less than 3' and can be removed with the same equipment setup. ITEM NO. 356A CONNECTION TO EXISTING MANHOLE This item consists of furnishing and placing approximately 1 Each Connection to an Existing Manhole, in accordance with Item 6.7.2.(i) of these Specifications and Addenda thereto, and the applicable Standard Drawings.. Measurement and payment will be per Each in place in accordance with Item 6.7.2.(i)(3) of these Specifications.

ITEM NO. 357D PIPE-BURSTING OF EXISTING 8" WASTEWATER MAIN WITH 12" WASTEWATER MAIN This item consists of Pipe-Bursting approximately 460 Linear Feet of 8" Wastewater Main with 12" Wastewater Main in accordance with Part T - Technical Specifications. This item to include all labor, materials, equipment, barricading, and incidentals required to complete the pipe bursting replacement of the wastewater main in accordance with these Specifications and Addenda thereto. Measurement shall be the actual Linear Footage of main replaced. Payment shall be at the Contract Unit Price per Linear Foot complete in place. ITEM NO. 357G PIPE-BURSTING OF EXISTING 21" WASTEWATER MAIN WITH 21" WASTEWATER MAIN This item consists of Pipe-Bursting approximately 160 Linear Feet of 21" Wastewater Main with 21" Wastewater Main in accordance with Part T - Technical Specifications. This item to include all labor, materials, equipment, barricading, and incidentals required to complete the pipe bursting replacement of the wastewater main in accordance with these Specifications and Addenda thereto. Measurement shall be the actual Linear Footage of main replaced. Payment shall be at the Contract Unit Price per Linear Foot complete in place. ITEM NO. 502A CAST IRON FITTINGS This item consists of furnishing and placing approximately 4 Tons of Iron Fittings in accordance with Items 6.7.3.(n)(1) and 2.12.7.(e) or 2.12.8.(e) of these Specifications and Addenda thereto. This item is intended to provide compensation for extra fittings not called for on the Plans, which are required, for changes in horizontal or vertical alignment of water mains, as approved by the Construction Engineer, to avoid conflicts with existing utilities. Measurement and payment will be in accordance with Item 6.7.3.(n)(2) of these Specifications. ITEM NO. 505AA WATER SERVICE This item consists of furnishing and placing approximately 50 Each Water Service on an existing or new water main. This item includes all sizes of water services, 3/4" through 2", water meter boxes and meters, 5/8" through 2". This item does not include Commercial Water Meter Vaults. This item includes tapping of the existing or new water main, removing the existing meter box and lid and old service line and replacing with a new meter box and lid, transferring the water service to the meter, and installing a new service line from the new meter box to the property line in accordance with Item 6.7.3.(o) of these Specifications and Addenda thereto, and the applicable Standard Drawings.

The new meter box and lid shall be replaced to the proper grade and relocated to the correct location on a sand cushion. The disturbed area around the meter box will be replaced with sod in accordance with Item 3.9, or concrete in accordance with Item 8.3 to match the existing surface. If the meter is determined by the Project Manager to be defective, it will be replaced with a new meter, furnished by the City. This bid item will also be utilized to provide a water service to a vacant lot where no meter transfer is involved. It will be the Contractor's responsibility to relocate the existing backflow prevention devices on the existing water service between the meter and property line to a proper location as directed by the Project Manager. Should any additional services be found necessary, they will be added to the Contract at the same Unit Price. Likewise, should any of the listed services not be necessary, they will be removed from the Contract without having any effect on the Unit Price. The provisions of Paragraph 1.37.1 of the Specifications regarding negotiating for revised consideration for over/underruns do not apply to this item. Measurement and payment will be in accordance with Item 6.7.3.(o)(2) of these Specifications and will include any costs for pipe, copper, equipment, materials and labor, all boring, tapping, crossing diagonal utilities, costs for barricading, trench safety and support for these services, encasement, embedment, and all temporary and permanent paving related items (saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod), and all other work associated with this item. ITEM NO. 506D 8" COMBINED SERVICE WITH 8" METER AND TRANSFER This item consists of installing 2 Each new 8" Combined Service with 8" Meter, removing the existing vault and existing meter, and transferring service in accordance with the Specifications and Addenda thereto, and the applicable Standard Drawings. The City will furnish the new 8" meter and the meter access hatch cover to the Contractor for the new 8" Combined Service. The Contractor will remove and salvage the existing meter and deliver it to the Large Meter Repair Shop, 2821 Municipal Street. If the existing meter is damaged during removal, the Contractor will be liable for the replacement cost. If the meter is determined by the Engineer to be defective or damaged prior to any work by the Contractor, the Contractor will not be liable for replacement cost. Measurement and payment will be per Each and will include all work to install the 8" Combined Service; to include 8" gate valves, meter, installation of the new vault, vault floor, piping, blocking, disposal of excess material, boring, crossing diagonal utilities, and all temporary and permanent paving related items (saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, etc.), and any costs for barricading, trench safety and support for these services. The ductile iron pipe from the new main to the first fitting of the by-pass piping will not be included in this item. This pipe will be paid under Item No.150DP, 8" D.I. Water Pipe.

ITEM NO. 506L 6" CLOSED FIRELINE SERVICE WITH 6" DETECTOR CHECK DEVICE AND TRANSFER This item consists of installing 4 Each new 8" Closed Fireline Service with 6" Detector Check Device, removing and disposing of the existing vault piping and fittings, and salvaging the existing detector check device, and transferring service in accordance with the Specifications and Addenda thereto, and the applicable Standard Drawings. The City will furnish the new 6" Detector Check Device and the vault access hatch cover to the Contractor for the new 8" Closed Fireline Service. The Contractor will remove and salvage the existing detector check device and deliver it to the Large Meter Repair Shop, 2821 Municipal Street. If the existing detector check device is damaged during removal, the Contractor will be liable for the replacement cost. If the Detector Check Device is determined by the Engineer to be defective or damaged prior to any work by the Contractor, the Contractor will not be liable for replacement cost. Measurement and payment will be per Each and will include all work to dispose of the existing vault, piping and fittings, and all work to install the 8" Closed Fireline Service; to include 6" Detector Check Device, installation of the new vault, vault floor, piping, blocking, disposal of excess material, boring, crossing diagonal utilities, and all temporary and permanent paving and paving related items (saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, etc.), and any costs for barricading, trench safety and support for these services. The ductile iron pipe from the new main to the first fitting of the by-pass piping will not be included in this item. This pipe will be paid under Item No. 150CP, 6" D.I. Water Pipe. ITEM NO. 506M 8" CLOSED FIRELINE SERVICE WITH 6" DETECTOR CHECK DEVICE AND TRANSFER This item consists of installing 2 Each new 8" Closed Fireline Service with 6" Detector Check Device, removing and disposing of the existing vault piping and fittings, and salvaging the existing detector check device, and transferring service in accordance with the Specifications and Addenda thereto, and the applicable Standard Drawings. The City will furnish the new 6" Detector Check Device and the vault access hatch cover to the Contractor for the new 8" Closed Fireline Service. The Contractor will remove and salvage the existing detector check device and deliver it to the Large Meter Repair Shop, 2821 Municipal Street. If the existing detector check device is damaged during removal, the Contractor will be liable for the replacement cost. If the Detector Check Device is determined by the Engineer to be defective or damaged prior to any work by the Contractor, the Contractor will not be liable for replacement cost. Measurement and payment will be per Each and will include all work to dispose of the existing vault, piping and fittings, and all work to install the 8" Closed Fireline Service; to include 6" Detector Check Device, installation of the new vault, vault floor, piping, blocking, disposal of excess material, boring, crossing diagonal utilities, and all temporary and permanent paving and paving related items (saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, etc.), and any costs for barricading,

trench safety and support for these services. The ductile iron pipe from the new main to the first fitting of the by-pass piping will not be included in this item. This pipe will be paid under Item No. 180CP, 8" PVC Water Pipe. ITEM NO. 508A RECONNECT EXISTING WATER SERVICE This item consists of furnishing and placing approximately 2 Each Water Service on an existing or new water main. This item includes all sizes of water services, 3/4" through 2", water meter boxes and meters, 5/8" through 2". This item does not include Commercial Water Meter Vaults. This item includes removing a portion of the existing service line and replacing it with a new copper service line to clear all obstructions, and if required by the Project Manager, any or all of the following; tapping of the existing water main, removing the existing meter box and lid and old service line and replacing with a new meter box and lid, and transferring the water service to the meter from the new meter box to the property line in accordance with Item 6.7.3.(o) of these Specifications and Addenda thereto, and the applicable Standard Drawings. If a new meter is required by the Project Manager, the new meter box and lid shall be replaced to the proper grade and relocated to the correct location on a sand cushion. The disturbed area around the meter box will be replaced with sod in accordance with Item 3.9, or concrete in accordance with Item 8.3 to match the existing surface. If the meter is determined by the Project Manager to be defective, it will be replaced with a new meter furnished by the City. It will be the Contractor's responsibility to relocate the existing backflow prevention devices on the existing water service between the meter and property line to a proper location as directed by the Project Manager. Should any additional services be found necessary, they will be added to the Contract at the same Unit Price. Likewise, should any of the listed services not be necessary, they will be removed from the contract without having any effect on the Unit Price. The provisions of Paragraph 1.37.1 of the Specifications regarding negotiating for revised consideration for over/underruns do not apply to this item Measurement and payment will be in accordance with Item 6.7.3.(o)(2) of these Specifications and will include any costs for pipe, copper, fittings, equipment, materials and labor, all boring, tapping, crossing diagonal utilities, costs for barricading, trench safety and support for these services, encasement, embedment, and all temporary and permanent paving related items (saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod) and all other work associated with this item. ITEM NO. 509A INSTALL FIRE HYDRANT This item consists of furnishing and placing approximately 18 Each Fire Hydrant in accordance with Items 6.7.3.(m) and 2.14 of these Specifications and Addenda thereto, and the applicable Standard Drawings. Measurement and payment will be in accordance with Item 6.7.3.(m)(3) of these Specifications and will include all items necessary to furnish and install a fire hydrant; including barricading, all paving removal and replacement, saw-cut, embedment, and concrete blocking required. This item does not include any of the fire hydrant lead. That pipe will be paid for under the appropriate 6" D.I. or 6" PVC Water Pipe bid item.

ITEM NO. 509B REMOVING EXISTING FIRE HYDRANT This item consists of Removing, in the most economical manner, approximately 11 Each Existing Fire Hydrant. If the Project Manager determines the fire hydrant is to be salvaged and paid for under Item No. 509C, the Contractor must take necessary precautions to insure the fire hydrant is not damaged. A cap or plug on the existing fire hydrant lead is included with this item. ITEM NO. 509C DELIVER FIRE HYDRANT This item consists of Delivering approximately 11 Each Existing Fire Hydrant. This item to include loading and hauling the fire hydrant to the Dallas Water Utilities Yard located at 4120 Scottsdale Road. This item is a Contingent Item and payment will be made only if directed by the Project Manager. If delivery is not directed, the fire hydrant shall become the property of the Contractor. ITEM NO. 510B 6" GATE VALVE This item consists of furnishing and placing approximately 19 Each 6" Gate Valve in accordance with Items 6.7.3.(k) and 2.13.1, of these Specifications and Addenda thereto, and the applicable Standard Drawings. Measurement and payment will be in accordance with Item 6.7.3.(k)(3) of these Specifications. ITEM NO. 510C 8" GATE VALVE This item consists of furnishing and placing approximately 5 Each 8" Gate Valve in accordance with Items 6.7.3.(k) and 2.13.1, of these Specifications and Addenda thereto, and the applicable Standard Drawings. Measurement and payment will be in accordance with Item 6.7.3.(k)(3) of these Specifications. ITEM NO. 510E 12" GATE VALVE This item consists of furnishing and placing approximately 30 Each 12" Gate Valve in accordance with Items 6.7.3.(k) and 2.13.1, of these Specifications and Addenda thereto, and the applicable Standard Drawings. Measurement and payment will be in accordance with Item 6.7.3.(k)(3) of these Specifications. ITEM NO. 515E 48" ACCESS MANHOLE WITH BLOWOFF This item consists of furnishing and placing 3 Each 48" Access Manhole with Blowoff. This item complete and to include the manhole, blowoff valves, labor, materials, drain pipe, fittings, barricading, and incidentals as detailed on the Plans. Measurement and payment will be per Each and in accordance with Item 6.7.3.(t)(4) of these Specifications.

ITEM NO. 515G 72" ACCESS MANHOLE WITH BLOWOFF This item consists of furnishing and placing 5 Each 72" Access Manhole with Blowoff. This item complete and to include the manhole, blowoff valves, labor, materials, drain pipe, fittings, barricading, and incidentals as detailed on the Plans. Measurement and payment will be per Each and in accordance with Item 6.7.3.(t)(4) of these Specifications. ITEM NO. 516BP 72" DIAMETER WATER MANHOLE WITH PAVING This item consists of furnishing and placing approximately 4 Each 72" Diameter Manhole in accordance with Item 6.7.3.(k) of these Specifications and Addenda thereto, and the applicable Standard Drawings. Barricading is included in this item. Nonshrink grout shall be used in place of mortar. This item should also include barricading, all temporary and permanent paving, and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and/or gutter, sod, seed, etc.) Measurement and payment will be in accordance with Item 6.7.2.(k)(3) of these Specifications per Each complete in place. ITEM NO. 520MX 72" BUTTERFLY VALVE (PLACE ONLY) This item consists of placing approximately 3 Each 72" Butterfly Valve in accordance with Items 6.7.3.(k) and 2.13.4 of these Specifications and Addenda thereto, and the applicable Standard Drawing. This item should also include barricading, trench safety, four F flowable backfill, all temporary and permanent paving and paving related items (removal, disposal, replacement, saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and gutter, sod, seed, etc). All paving in CITY ROW shall be done in accordance to PAVEMENT CUT AND REPAIR STANDARDS MANUAL issued by Department of Public Works and Transportation (latest edition), except as stated in Special Provisions. All paving done in TXDOT ROW will be done in accordance to their latest Paving Cut Manual. This item also includes all associated piping, closures, fittings and transitional couplings. Measurement and payment will be in accordance with Item 6.7.3(k)(3) of these Specifications and will include all labor, materials, tools, equipment, and incidental items necessary to complete the work.