ST9304-CN 881102BID NO 89-050
DALLAS COUNTY, TEXAS
1985 BOND PROGRAM
Di;STRICT NO. I
O~
CONTRACT DOCUMENTS
BELT
FOR
LINE
ROAD
_----x ' · ..... '."--,. 'r~ v&
~. ~.,,'° ~ %% ~',~
~._ .....~ ......................... : ......
ALLEN M. BEENE
.....
" 50933 "
',~,~,,,--1~,,
FROM MacARTHUR BLVD. TO'IH-35E
DALLAS
PAVING,DRAINAGE AND BRIDGES
PROJECT NO. 490-402&403
NOVEMBER, 1988
DALLAS. TEXAS
COUNTY DEPARTMENT OF PUBLIC
WORKS
NOTICE TO CONTRACTORS
FOR
DALLAS COUNTY ROAD AND BRIDGE CONSTRUCTION
Sealed proposaIs addressed to County Judge and Commissioners'
Court for improvement of certain roads in Dallas County will be
received at the office of the County Purchasing Agent at 601 Elm
Street, 4th Floor, Dallas County Services Building, Dallas, Texas,
until~enO'Cl?C~_~A.M. De__~ger 8, 1988
and then-~publicly opened and read.
DESCRIPTION OF WORK TO BE DONE
Construction of Belt Line Road from MacArthur to IH 35E in the Cities of Coppell -
and Carrollton to include a four lane divided urban tho=oughfare with six lane
bridges and other necessary items to cc~01ete the project for Base Bid. An -
alternate bid will include construction of a six lane divided urban thoroughfare.
An alternate bid will be taken for construction of the storm drain box with precast
sectioD~. County Forces wall accomplish'R.O.W. Preparation, embankment construc-
tion ~ ~oa~ay excavation.
Detailed plans and specifications of the work may be seen for
examination, and information may be obtained at the office of the
County Director of Public Works at 411 Elm Street, 4th Floor, Dallas,
Texas.
A certified check, cashier's or Bidder's Bond for five per-
cent of the amount of the bid, made payable without recourse to the
order of the County Judge of Dallas County, Texas, must accompany each
proposal, as a guarantee that the bidder, if successful, will enter
into a contract and make bond in accordance with the requirements of
the specifications. The right is reserved by Dallas County to reject
any and all proposals or to waive any irregularities in the bid
proposal where in the best interests of the County.
Proposals shall be submitted in sealed envelopes and marked,
"Bid for the Construction of Belt Line Road Pro~ec~490-402and403
in Dallas
County, Texas."
All bids received will be retained by Dallas County and will
not be returned to the bidders.
BELT LINE ROAD PROJECT 490-402 and 403
PAVING, DRAINAGE AND BRIDGE
TABLE OF CONTENTS
COUNTY OF DALLAS GENERAL PROVISIONS AND REGULATIONS
LIST OF GOVERNING STANDARD SPECIFICATIONS, SPECIAL PROVISIONS,'. AND SPECIAL
SPECIFICATIf~1S
S~ECIAL PROVISIONS FOR GoVE~NING 'SPECIFICA~;IONS
SPECIAL SPECIFICATI(I~S
CONTRACT
ITEM I - DEFINITION OF TERMS
1.1
DEFINITION: Whenever in these specifications or in other Contract
Documents the following terms or pronouns in place of them are
used, the intent and meaning shall be interpreted as follows=
1.2 COUNTY= A political subdivision of the State; the County of
Dallas; Party of the First Part to 'this agreement; Owner.
1.3
COUNTY COMMISSIONER'S COURT: The duly elected County Judge and
four County Co~.issioners; the legally constituted governing body
of the County of Dallas, Texas.
1.4 ENGINEER: The Director of Public Works of Dallas County,
Texas, acting directly or through duly authorized representatives.
1.5
INSPECTOR= The authorized representative of the Engineer, assigned
to supervise and inspect any or all parts of the work and the
materials to be used therein.
1.6
BIDDER: An individual, firm or corporation or any
thereof, submitting a proposal.
combination
1.7
1.8
CONTRACTOR: The individual, firm or corporation or any combination
thereof, Party of' the Second Part, with which the contract is made
by the County of Dallas.
SUPERINTENDENT: The representative of the Contractor authorized to
receive and fulfill instructions from the engineer and who shall
supervise and direct the cons{ruction.
1.9
PROPOSAL: .The offer of the bidder, made out on the prescribed
form, giving prices for performing the work described in the plans
and specifications.
1.10 PROPOSAL GUARANTY: The security designated in the proposal and
furnished by the bidder as a guaranty that the bidder will enter
into a contract if awarded the work.
1.11 PLANS: The plans, profiles, typical sections, general cross-
sections, working drawings and supplemental drawings, or
reproductions thereof, approved by the Engineer, which show the
location, dimensions and details of the work and which are a part
of the contract.
1.12 SPECIFICATIONS: The specifications shall include the General
Conditions and Covenants, herein provided, the September 1, 1982
Edition of the Texas State Department of Highways and Public
Transportation Standard Specifications for Construction of
Highways, Streets and Bridges by reference, supported by the
"Special Provisions" and any Supplemental Agreements necessary to
the completion of the Project. Where the phrases "as directed by
May 1988
the Engineer", "ordered by the Engineer in Charge", or "to the
satisfaction of the Engineer" occur it is to be understood that
the directions, orders or instructions to which they relate .are
within the limitations of, and are authorized by the Contract.
1.13 CONCRETE PAVEM~T= Where the term "Concrete" is shown, specified,
mentioned or referred to, the meaning shall be Portland Cement
Concrete.
1.14 SPECIAL PROViSIOnS= "Special Provisions" are the specific
requirements necessary and pertinent to the particular project
covered by the Contract Documents wherein the State Highway
Department Specifications are modified and/or supplemented to
more clearly defined the project construction requirements
including work performance and quantities and qualities of
material to be furnished. Wherever there may appear to be a
conflict between the requirements of other sections of the
specifications and those of the "Special Provisions", the
requirements of the latter shall take precedence and shall
govern.
1.15 SUPPLEMENTAL AGREEMENTS: Written agreements entered into between
the Contractor and Dallas County and approved by the Surety,
covering alterations and changes in plans which may be necessary
to the proper completion of the work.
1.16 CONTRACT: The agreement between the County of 'Dallas and the
Contractor covering ~he furnishing of materials and performance
of the ~ork. The Contract will include the Plans,
Specifications, special Provisions, contract Bonds and
Supplemental Agreements.
1.17 SURETY: The corporate body or bodies bound with and for the
Contractor for the faithful performance of the work covered by
the contract and for the payment for all labor and material
supplied in the prosecution of the work.
1.18 PERFORMANCE BOND: The security furnished by the Contractor to
guarantee the 'completion of the work in accordance with the terms
of the contract.
1.19 PAYMENT BOND: The security furnished by the Contractor solely for
the protection of claimants, as defined by law, supplying labor
and materials for the prosecution of the work in accordance with
the terms of the contract.
1.20 TH~ WORK: The work shall include the furnishing of all labor,
materials, equipment and other incidentals necessary or
convenient to the successful completion of the project and the
carrying out of all the duties and obligations imposed by the
contract.
May 1988
1.21 PROJECT= The specific section of the highway together with all
appurtenances and conStruction to be performed thereon under the
contract.
1.22 LABORATORY: Any qualified commercial laboratory which may be
designated or approved by the Engineer.
1.23 WORKING-DAY= A working day is defined as a calendar day, not
including Saturdays, Sundays, or legal holidays as authorized and
designated by the County Conmmissioners' Court, in which weather
or other conditions not under the control of the Contractor will
permit the performance of the principal units of work under way
for a continuous period of not less than 7 hours between 7 A.M.
and 6 P.M. For every Saturday on which the Contractor chooses to
work, one day will be charged against the contract working time
when weather conditions will permit 7 hours of work as outlined
above. A principal unit of work shall be that unit which
controls the completion time of the contract. Nothing in this
item shall be construed as .prohibiting the Contractor from
working on Saturdays if he so desires. Work on Sunday will not
be permitted except in cases of extreme emergency and then only
with the written permission of the Director of Public Works. If
Sunday work is permitted, working time will be charged on the
same basis as week days.
1.24 CALENDAR DAY: Whe~ the contract provides that calendar days shall
be the measure of construction time, it shall be accepted that a
calendar day is any day of the week of month; weather, Sundays
and legal holidays not excepted.
1.25 ABBREVIATIONS: Wherever the abbreviations defined herein occur on
the plans, in the specifications, contract, bonds,
advertisements, proposal or in any other document or instrument
herein contemplated .or to which the specifications apply or may
apply, the intent.and meaning shall be as follows:
A.A.S.H.T.O.
A.P.I.
A.R.E.A.
A.S.A.
A.S.T.M.
A.W.S.
A.W.W.A.
As .
Ave.
Blvd.
C.I.
C.O.
conc.
cond.
corr.
American Association of State Highway and
Transportation Officials
American Petroleum Institute
American Railway Engineering Association
American Standards Association
American Society of Testing and Materials
American Welding Society
American Water Works Association
Asphalt or Asphaltic concrete
Avenue
Boulevard
cast iron
center line
clean-out
concrete (Portland Cement Concrete)
conduit
corrugated
May 1988
CU.
culv.
D.P.& CO.
Dia.
Dr.
Elev.
F.
Ft. or '
Gal.
G.I.
G.T.E.
H.S.
In. or "
Lin.
L.S.G.Co.
M.H.
Max.
Mono.
No.
%
p.s.i.
R.
Reinf.
Rem.
Rep.
R/W or ROW
Sani.
S.W.B.T.
Sq.
Std.
St.
.Str.
S.D.H.P.T.
or T.S.D.H.P.T.
Vo.
W.U.T. Co.
Yd.
I.D.
O.D.
C.
L.F.
S.F. or Sq. Ft.
S.Y. or Sq. Yd.
C.F. or Cu. Ft.
C.Y. or Cu. Yd.
MGD
CFS
cubic
culvert
Dallas Power & Light Co.
Diameter
Driveway
Elevation
Fahrenheit
Foot or Feet
Gallon
Galvanized Iron
General Telephone and Electronics
Horseshoe
Inch or Inches
linear
Lone Star Gas Co.
Pound
Manhole
Maximum
Monolithic
Number
Percent
Pounds' per square inch
Radius
Reinforced
Remove
Replace
Right-of-Way
Sanitary
Southwestern Bell Telephone Co.
Square
Standard
Street or storm
Strength
State Department of Highways and Public
Transportation
Volume
Western Union Telegraph Company
Yard
Inside Diameter
Outside Diameter
Centigrade
Linear Feet
Square Feet
Square Yard
Cubic Feet
Cubic Yard
Million Gallons per Day
Cubic Feet per Second
May 1988
ITEM 2 - INSTRUCTIONS TO BIDDERS.
2.1 PROPOSAL FORM: Upon request, bidders will be furnished a
proposal form by the Department of Public Works which will state
the location and description of the proposed work and an itemized
list of the items of work to be done, or materials to be furn-
ished, upon which bid prices are asked. The proposal form will
provide for entering the time within which the work is to be com-
pleted, the amount of the proposal guaranty and such information
as to ability, skill and business standing as may be necessary.
The specifications and "Special Provisions" will be bound with the
proposal form.
2.2 QUANTITIES IN PROPOSAL FORM: The quantities of work or
materials as set forth fn the proposal form or on the plans are a
calculated approximation and are for the purpose of comparing the
bids on a uniform basis. Payment will be made by the County to
the contractor only for the actual quantities of work performed
or materials furnished in accordance with the contract. The
quantity of work to be done and materials to be furnished may be
increased or decreased as hereinafter provided.
2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK:
Bidders are advi~d t--~ the plans, specifications and other docu-
ments on file in the Dallas County Department of Public Works
shall constitute all the information which the County will furnish.
Bidders are required, prior to submitting any proposal, to read
the specifications, proposal, contract and bond forms carefully,
to visit the site of the work, to examine carefully local condi-'
tions, to inform themselves by their independent research, tests
and investigations of the difficulties to be encountered and
judge for themselves of the accessibility of the work and all at-
tending circumstances affecting the cost of doing the work or
time required to make an intelligent proposal.. No information
given by the County or any official thereof, other than that shown
on the plans and contained in the specifications, proposal and
other documents, shall be binding upon the County. Bidders shall
rely exclusively on their own estimates, investigations, tests
and other data which are necessary for full and complete informa-
tion upon which the proposal may be based. Any bidder by the
filing of his proposal represents and warrants that he has pre-
pared his bid in accordance with the specifications, with full
knowledge and understanding of the terms and provisions thereof;
that he has reviewed, studied and examined the bid prior to the
signing and filing of same, and that he was cognizant of the
terms of his pr. oposal, verified his calculations and found them
to be correct and agrees to be bound thereby.
Bidders are hereby further advised to visit the site of work and
to carefully examine conditions, particularly with respect to
utility installations that may affect their scheduling, adminis-
tering, progress and/or cost of doing the work. Bidders are,
further, advised that failure on the part of any utility (public
or franchised), after issuance of a work order (Article 3.7) at
a time mutually agreed to by the engineer and contractor, to
adjust and/or relocate, in a timely manner, a utility installa-
tion (surface or sub-surface) that is obstructing proposed con-
struction under this contract, shall not be considered suffi-
cient basis for a claim for adjustment in the unit prices or
contract amount in any manner whatsoever, except under the
conditions of Item 5, paragraph 5.3, when changes in lines or
grades, as authorized by the engineer requires extra work.
Time charges may be suspended, when in the opinion of the engineer,
such utility obstructions will delay the satisfactory execution
and completion of the work as anticipated by the approved schedule
of work submitted by the contractor.
2.4 PREPARATION OF PROPOSAL: The bidder shall submit his pro-
posal on the forms furnished by' the County Department to Public
Works. All blank spaces in the form shall be correctly filled in
and the bidder shall state the prices, both in words and numerals,
for which he proposes to do the contemplated work or furnish the
required material. The prices shall be written in ink, distinctly
and legibly. In cases of discrepancy between the price written
in words and the price written in figures, the price written in
words shall govern. If the proposal is submitted by an indivi-
dual, his name must be signed by him or his duly authorized agent.
If the proposal is submitted by a firm, association or partner-
ship, the name and address of each member must be.given and the
proposal signed by a member of the firm, association or partner-
ship, or a person duly authorized. If the proposal is submitted
by a company or corporation, the company or corporate name and
business must be given and the proposal signed by an official or
duly authorized agent. Powers of Attorney, authorizing agents
to bind the bidding authority, must be properly certified in
writing and submitted with the proposal. The entire proposal
must be executed in ink. It is understood and agreed that the
proposal may not be withdrawn after the bids have been opened.
2.5 PROPOSAL GUARANTY: No proposal will be considered unless
it is accompanied by a certified or cashier's check on any State
or National Bank in Dallas County or an acceptable Bidder's Bond,
in the amount of not less than five (5) per cent of the total a-
mount of the bid and payable unconditionally to County Judge,
Dallas County, Texas. The proposal guaranty is required by Dallas
County as evidence of good faith and as a guarantee that if a-
warded the contract bidder will execute the contract furnish the
required bonds within ten days after the award of said contract
or pay the damages as set forth in Article 3.6 hereof. .Said
Bidder's Bond shall not be withdrawn after the opening of the
bids. Checks and Bonds of unsuccessful bidders will be returned
to them by the 'County Commissioners' Court or the Director of
Public Works as soon as possible after all proposals have been
checked. In event the successful bidder fails or refuses to exe-
cute the contract in accordance with his proposal he and the
surety shall become liable to the County of Dallas for the amount
of the Bidder's Bond and the defaulting contractor, in addition
thereto, shall be liable for further damages as set forth in
Article 3.6 hereof. In each Bidder's Bond submitted the surety
thereon shall designate an agent resident in Dallas County,
Texas, to whom requisite notices may be delivered and upon
whom service of process may be had should it become necessary.
Certified or Cashier's Checks shall receive the same consider-
ation as Bidder's Bond under conditions as outlined above.
2.6 FILING OF PROPOSALS: No proposal will be considered unless
it is filed with the County Purchasing Department at his office
located at 601 Elm Street, Dallas, Texas 75202, within the
time limit for receiving proposals as stated in the Advertise-
ment. Each proposal shall be in a sealed envelope, plainly
marked with the Word "Proposal" and the name or description of
the project as designated in the Advertisement.
2.7 WITHDRAWING PROPOSAL: Proposals filed with the County
Purchasing Department cannot be withdrawn or modified prior
to the time set for opening proposal. Request for nonconsid-
eration of a proposal must be made in writing, addressed to
the County Commissioners' Court and filed with the County
Purchasing Department prior to the time set-for opening
proposals. After other proposals are opened, and publicily
read, the proposal for which nonconsideration is~properly
requested may be returned unopened. No proposal may be
withdrawn after the bids have been opened and each bidder,
in submitting a proposal, Warrants and guarantees that his
bid has been carefully reviewed and checked and %hat it is
in all things true and accurate and free of mistakes and
that it will not and cannot be withdrawn because of any mis-
takes committed by him.
2.8 OPENING OF PROPOSALS: Proposals will be publicly opened
and read aloud at the ti~e and place indicated in the Advertise-
ment. Bidders or their authorized representatives are invited
to be present.
2.9 IRREGULAR PROPOSALS: Proposals will be considered irregular
if they show any omissions, alteration of'form, additions,
conditions not called for, unauthorized alternate bids or
irregularities of any kind. However, the Commissioners'
Court reserves the right to waive any irregularity and to
make the award in the best interest of the County.
2.10 REJECTION OF PROPOSALS: The Commissioners' Court reserves
the right to reject any or all of the proposals submitted. The
following specific reasons may be cause for rejection:
(a)
Proposal received after the time limit for receiving
proposals as stated in the Advertisement.
(b) Proposal containing one or more irregularity.
(c) Unbalanced value of any bid item.
2.11 DISQUALIFICATION OF BIDDERS: bidders may be disqualified
and their proposals not considered for any of the following
specific reasons:
(a) Reason for believing collusiqn exists among the
bidders.
(b) Reasonable grounds for believing that any bidder is
interested in more than one proposal for the work
contemplated.
(c) The bidder having an interest in any litigation
against Dallas County.
(d) The bidder being in arrears on any existing con-
tract or having defaulted on a previous contract.
(e) Lack of competency as revealed by the financial
statement, experience record, equipment statement,
questionaires, etc.
(f) Uncompleted work which in the judgement of Commis-
sioners' Court'will prevent or hinder the prompt
completion of additional work if awarded.
ITEH 3 - AWARD AND EXECUTION OF CONTRACT.
3.1 CONSIDERATION O~F BIDS: For the purpose of award, after the
proposals are opened and read, the correct summation of the pro-
ducts of the approximate quantities shown in the proposal by
the unit bid prices will be considered the amount of the bid.
The amounts will then be compared and the results of such com-
parison will be made available to the public. Until the final
award of the contract, however, the right will be reserved to
reject any or all proposals and to waive technical errors as
may be deemed best for the interests of Dallas County.
3.2 AWARD OF C. 0NTRACT: The award of the contract, if it he
awarded, will be to the lowest responsible bidder whose proposal
shall Comply with the requirements necessary to render it formal.
The award, i-f made, will be within ninety (90) - days after the
opening of the proposals but in no case will an award be made
until all necessary investigations are made as to the responsibi-
lity of the Bidder to whom it is proposed to award the Contract.
3.3 RETURN OF PROPOSAL GUARANTY: As soon as all proposals have
been tabulated the proposal guaranties will be returned to those
Bidders whom, in the opinion of the Commissioners' Court and the
Director of Public Works, would not be considered in-the award
of the contract. The proposal guaranty roy the two lowest and/or
best proposals will be retained by the Commissioners' Court
until the required Bonds have been furnished and the contract
executed, following which these guaranties will be returned.
In no event will proposal guaranties be returned until at least
five days shall have elapsed from the time of opening proposals.
3.4 SURETY BONDS AND INSURANCE: Upon execution of the contract
the Contractor shall furnish and file with the Commissioners'
Court, Surety Bonds, in the amounts herein provided, in accordance
with the 'provisions of Article 5160, Revised Civil Statues of
the State of Texas, as amended by Acts of the lesular Session of
the Le$islature, 1959, and Workmen's Compensation Insurance and
Public Liability and Property Damage Insurance in the amoults
herein required unless otherwise provided in the "Special Provisions"
(A)
Performance Bond: A good and sufficient bond in an
amount equal to 100 per cent of the approximate total
amount of the contract, as evidenced by the proposal
tabulation, or otherwise guaranteeing the full and
faithful execution of the work and performance of the.
contract in accordance with the plans, speci£ications
and contract documents, including any extensions there-
of, for the protection of Dallas County. This bond
shall provide for the repair, and for maintenance
attendant thereto, of all defects due to faulty mater-
ials and workmanship that may appear within a period of
(S)
(C)
(D)
of one year from the date of completion and acceptance of the work
by'the Commissioners' Court, or such lesser period of time as may
be designated in the "Special Provisions".
Pa}~ment Bond: A good and sufficient bond in an amount equal to 100
percent of the approximate total amount of the contract, as evidenced
by the proposal tabulation, or otherwige guaranteeing the full and
proper protection of all claimants supplying labor and materials
in the prosecution of the work provided for in said contract and
for the use of each such claimant.
Compensation Insurance: The Contractor shall provide and maintain
during the life of this contract WDrkmen's Compensation Insurance for
all of his employees at the site of the project and in'case any work
is sublet shall require the sub-contractors similarly to provide
Workmen's Compensation Insurance for all of the latter's employees
unless such employees are afforded protection by the Contractor. In
case any class of employees engaged in hazardous work under this
contract at the site of the project is not protected under the Work-
men's Compensation statue, the Contractor shall provide and shall
cause each subcontractor to provide adequate and suitable insurance
for the protection of his employees not otherwise protected.
Public Liablili~y and Property Damage Insurance: The Contractor
shall take out and maintain during the life of this contract such
Public Liability and Property D-m~ge Insurance as shall protect him
and any sub-contractor, performing work covered by this contract,
from claims for dmm~ges for personal injury, including accidental
-death, as well as claims for property damages which may arise from
operations under this contract, including blasting when done on or in
connection with the work of the Project, whether such operations be
by himself or by any sub-contractor or by any one directly or indirectly
employed by either of them. The amounts of such insurance, unless
otherwise provided in the "Special Provisions~, shall be as follows:
Public Liability Insurance in an amount of not less
than 'one hundred thousand dollars ($100,000) for
injuries, including accidental death, to any one person,
and subject to the same limit for each person in an
amount not less than three hundred thousand dollars
($300,000) on account of one accident; and Property
D--~_ge Insurance in an amount of not less than one
hundred thousand dollars ($100,000) for one accident
and a total of three hundred thousand dollars ($300,000)
in aggregate for the project.
(E) Sureties: NO sureties will be accepted by the
Commissioners' Court who are in default or de-
linquent on any bonds or who are interested in any
litigation against the County of Dallas. All bonds
shall be made on forms furnished by the County of
Dallas and shall be executed by not less than one
corporate surety authorized to.do business in the
State of Texas and acceptable to the Commissioners'
Court. Each bond shall be executed by the Contrac-
tor and the surety. Each surety shall designate
an agent resident in Dallas County, Texas, to whom
any requisite notices may be delivered and on whom
service of process may be had in matters arising
out of such suretyship.
3.5 EXECUTION OF CONTRACT: The person or persons, partnership,
company, firm association or corporation to whom a contract
is awarded shall within ten (10} days after such award sign
the required contractual agreements and file the necessary
bonds and insurance policies. The contract shall become effective
when signed by the Director of Public Works, indicating inves-
tigation of responsibility is satisfactory, Art. 3 2 hereof,
and the County Judge. '
3.6 ~AILURE TO EXECUTE CONTRACT: The failure of the Bidder
to execute the contract, as hereinabove provided, within the
'prescribed ten (10) days after the award of contract, shall
constitute a.breach of his proposal and the County may annul
the award and apply the provisions of Article 2.5 as liquidated
damages together with any additional expense incurred by the
County is executing this contract. The County Commissioners'
Court, at its option, may either accept the bid of the second
lowest or best bid, as provided in Article 3.3 hereof, or
may advertise for bids. In event of re-advertisement the
defaulting contractor shall not be eligible to bid again and
the lowest responsible bid obtained in the re-advertisement
shall be the bid referred to herein.
3.7 WORK ORDER: The Engineer 'shall issue written orders
to the contractor within - Sixty (6~. days after the execution
of the Contract to commence work, except that if utilities
or rights-of-way are not sufficiently clear, the work order
may be delayed by mutual consent of the parties of the contract.
As required by Article 2.3, bidders are to have visited the
site of work and carefully examined conditions, particularly
with respect to utility installations that may affect their
scheduling, administering, progress and/or cost of doing the
work. Failure on the part of any utility (public or fran-
chised), after issuance of a work order in accordance with
this article at a time mutually agreed to by the engineer
and'contractor, to adjust and/or relocate, in a timely manner,
utility installation (surface or sub-surface) that is ob-
structing proposed construction under this contract, shall
not be considered sufficient basis for a claim for adjustment
in the unit prices or contract amount in any manner whatso-
ever, except under the conditions of Item 5, paragraph 5.3,
when changes in lines or grades, as authorized by the engineer,
requires extra work. The requirements are in no way intended
to deny the bidder remedies at law as may be otherwise available
from others directly affecting the work progress.
Time charges may be suspended, when in the opinion of the
engineer, such utility obstructions will delay the satisfactory
execution and completion of the work as anticipated by the
approved schedule of work submitted by the contractor.
ITEM 4 - SCOPE OF WORK:
4.1 INTENT OF PLANS AND SPECIFICATIONS: The intent of the Plans
and SpecificatiOns is to describe a completed work to be per-
formed by the Contractor. Unless otherwise provided, it is
also the intent of the Plans and Specifications that the Con-
tractor shall furnish all materials, supplies, tools, equipment,
machinery, labor, and supervision necessary for the proper
prosecution and completion of the work in fullcompliance
with the Proposal, Plans, and Specifications and other
Contract Documents.
4.2 "OR EQUAL" CLAUSE: Whenever a material or article re-
quired is specified or shown on the plans, by using the name
of a proprietory product or of a particular manufacturer or
vendor, any material or article which will perform adequately
the duties imposed by the general design'will be considered
equal and satisfactory, provided the material or article so
proposed is of equal substance and function and is approved
in writing by the Engineer.
4.3 SPECIAL PROVISIONS: When "Special Provisions" are in-
cluded in the Contract Documents the conditions provided in
Article 1.13 hereof shall govern.
4.4 INCREASED OR DECREASED QUANTITIES OF WORK: The County of
Dallas reserves the right to make changes in'the quantities
of the work, as may be considered necessary or desireable, and
such changes shall not be considered as waiving or invalidating
any conditions or provisions of the contract or bond. The
Contractor shall perform the work as altered, whether increased
or decreased, and no allowance will be made for anticipated
profits. Payment to the Contractor for the contract items
will be made for the actual quantities of work performed and
material furnished at the unit prices set forth in the contract
except as provided below which shall apply to major items of
the contract only. A major item shall be those items
that amount to five percent or more of the original contract.
When the quantity of work to be done or of materials
to be furnished under a major item of the contract is
more-than 125% of the quantity stated in the contract,
either party to the contract, upon demand, shall be
entitled to negotiate for revised consideration of
that portion of the work above 125% of the quantity
stated in the contract.
When the quantity of work to be done or of materials
to be furnished under a major item of the contract
is less than 75% of the quantity stated in the contract,
either party to the contract, upon demand, shall be
entitled to negotiate for revised consideration on
the work performed.
Any revised consideration will be paid for as is
hereinafter provided.
4.5 ALTERATION OF PLANS AND SPECIFICATIONS: The County of Dallas re-
serves the right to make such changes in the. plans and specifications
and in the character of the work as may be necessary or desirable to
insure completion of the work ~n the most satisfactory manner, provid-
ed such chanses do not materially alter the ori$tnal plans and speci-
fications or chanse the seneral nature of she work as a whole. Such
chanses shall not be considered as waivinS or invalidatinS any condition
or provision of the contract or bond.
4.6 EXTRA WORK: When any work is necessary to the proper completion of
the project for which no prices are provided in the proposal and contract,
the Contractor shall do such work when ordered in writing by the Engineer
to do so. Payment for extra work will be made as hereinafter provided.
4.7 RE~OVAL AND DISPOSAL OF STRUCTURES AND OBSTRUCTION: Unless other-
wise provided in the "Special Provisions", all fences, buildings and
structures of any character not necessary to the construction of the work
or other obstructions upon or within the limits of the right of way shall
be removed by the Contractor and disposed of as directed. The removal
an6 disposaI of such structures and obstructions shall be performed by
the Contractor at his own expense and shall be considered incidental to
other items of the contract. Provided, however, that all utility lines
along and across the right of way shall be protected by the Contractor.
The respective owners of any utility line in conflict with the work here-
in provided shall remove and/or adjust such line at no cost to the Con-
tractor.
4.8 FINAL CLEANUP: Upon the completion of the work and before accep-
tance and final payment will be made the Contractor shall clean and
remove from the site of the work all surplus and discarded materials,
temporary structures and debrt of every kind. He shall leave the site
of the work in neat and orderly condition equal to that which originally
existed. Surplus and waste materials removed from the site of the work
shall be disposed of at locations satisfactory to the Engineer.
ITEM 5 - CONTROL OF THE WORK.
5.1 AUTHORITY OF THE ENGINEER: Ail work shall be performed
under the supervision of the Engineer, in a workmanlike manner,
to his satisfaction and in accordance with the contract, plans
and specifications. He shall decide all questions which may
arise as to the quality and acceptability of materials fur-
nished, work performed, manner of performance, rate of progress
· of the work, sequence of the construction, interpretation of
the plans and specifications, acceptable fulfillment of the
contract, compensation, mutual rights between contractors under
these specifications and suspension of the work. He shall
determine the amount and quality of work performed and materials
furnished. His decisions shall be final and he will have
executive authority to enforce and make effective such decisions
and orders as the Contractor fails to carry out promptly.
5.2 CONFORMITY WITH PLANS: Finished surface in all cases shall
conform with lines, grades, cross-sections and dimensions as
shown on the plans. Such deviations from the plans and approved
working drawings as may be required will in all cases be deter-
mined by the Engineer and authorized in writing.
5.3 EXISTING STRUCTURES: The plans show the locations of all
known surface and subsurface structures. However, the location
of many gas mains, water mains, conduits, sewers, etc., is
unknown, and the County assumes no responsibility for.failure
to show any or all of these structures on the plans or to show
themin their exact location.' It is mutually agreed that such
failure will not be considered sufficient basis for claim for
additional compensation for extra work or for-increasing the pay
quantities in any manner whatsoever unless the obstruction en-
countered is such as to necessitate changes in the lines or grades
or requires the building of special work. When this occurs, the
provisions in these specifications for payment of extra work will
apply.
As required by Articles 2.3 and 3.7, bidders acknowledge that
they have visited the site of work and carefully examined
conditions, particularly with respect to utility installations
that may affect their scheduling, administering, progress
and/or cost of doing the work.
5.4 CO-ORDINATION OF PLANS, SPECIFICATIONS AND SPECIAL
PROVISIONS: The specifications, the accompanying plans,
special provisions, and supplemental agreements, are essential
parts of the contract and a requirement occurring in one is as
binding as though occurring in all. They are intended to be
co-operative and to describe and provide for a complete work.
In cases of disagreement, figured dimensions shall govern over
scaled dimensions, plans shall govern over specifications and
special provisions shall govern over both specifications and
plans.
5.5 CO-OPERATION OF CONTRACTOR: The Contractor will be supplied
with three copies.-~f the plans, specifications and special
provisions and shall have available on the work at all times one
copy of each. He shall give the work his constant attention to
facilitate the progress thereof and shall co-operate with the
Engineer, his inspector and other Contractors in every way
possible. The Contractor shall provide a competent superin-
tendent on the work at all times who is fully authorized as his
agent on the work. Such superintendent shall be capable of
reading and understanding the plans and specifications and shall
receive and fulfill instructions from the Engineer and his
authorized representatives. The Contractor shall provide all
facilities to enable the Engineer and his inspectors to observe
the workmanship and materials entering into the work.
5.6 CONSTRUCTION STAKES: It shall be the responsibility of.the
Contractor to construct the work to the position and elevations
as set out on the plans and approved changes. The Engineer will
furnish the Contractor control points at intervals not to
exceed 500' and near each major structure and'at alignment
changes throughout the project for determining lines and grades.
From the control points established by the Engineer, the Con-
tractor shall establish and be responsible for the correctness
of alignment, elevation and position of all Construction required
by the contract. The Contractor shall provide a qualified and
experienced force to perform this work and shall keep the
Engineer informed a reasonable time in advance of the time and
place he intends to work, in order that measurement may be made
as necessary for the record and for determination of pay
quantities.
The Engineer may, at his option, make spot or complete checks on
all construction alignment and grades to determine the accuracy
of the Contractor's survey.work. These checks, however, will
not relieve the Contractor of his responsibility of constructing
the work to the positions and elevations as shown on the plans or
approved changes. Computations, sketches and other drawings used
in the design and layout of this project will be made available
to the Contractor, but these items will not relieve the
Contractor of his responsibility as set out above.
The Contractor shall furnish free of charge all stakes and other
materials necessary to preserve control points for alignment
and grade.
The Contractor will be held responsible for the preservation of
all control points established by the Engineer and if, in the
opinion of the Engineer, any Of the stakes or bench marks have
been carelessly or wilfully destroyed or disturbed by the
Contractor they shall be replaced by the Contractor and deducted
fromthe payment for the work.
No direct payment will be made for this work, but the cost of
all labor, equipment and supplies necessary to perform the
work shall be included in the contract unit prices bid for the
various contract items.
5.7 INSPECTION= The Contractor shall furnish the Engineer with
every reasonable facility for ascertaining whether or not the
work as performed is in accordance with the requirements and
intent of the contract. If the Engineer so requests, the
Contractor shall at any time before acceptance of the work,
remove or uncover pOrtions of the finished work as may be
directed. After examination, the Contractor shall restore said
portion of the work to the standard required by the specifi-
cations. Should the work thus exposed or examined prove
acceptable, the uncovering or removing and replacing of the
covering or making good of the parts removed shall be paid for
as "Extra Work". Should the work so exposed or examined prove to
be unacceptable, the uncovering or removing and the replacing of
the covering or making good of the parts removed shall, be at
the Contractor's expense. No work shall be done nor materials
used without suitable supervision or insgection.
5.8 AUTHORITY AND DUTIES OF INSPECTORS: Inspectors will be
authorized to inspect all-~ork done and all materials furnished.
Such inspection may extend to all or to any part of the work
and to the preparation or manufacture of the materials to be used.
An Inspector will be assigned to the work by the Engineer and will
report to the Engineer as to the progress of the work and the
manner in which it is being performed; also to report whenever it
appears that the materials furnished and the work performed by
the Contractor fail to fulfill the requirements of the specifica-
tions and contract; and to call the attention of the Contractor
to any such failure or other infringement. Such inspection will
not relieve the Contractor from any obligation to perform the
work in accordance with the requirements of the specifications.
In case of any dispute arising between the Contractor and the
Inspector as to materials furnished or the manner of performing
the work, the Inspector will have authority to reject materials
or suspend work until the question at issue can be referred to
and decided by the Engineer. The Inspector will not be
authorized to revoke, alter, enlarge, or release any requirement
of these specifications, nor to approve or accept any portion of
work, not to issue instructions contrary to the plans and
specifications. He will in no case act as foreman or perform
other duties for the Contractor or interfere with the manage-
ment of the work. His instructions and coordination will be
directly with and through the Contractor's Superintendent and not
with Sub-contractor's suppliers nor other employees.
The Project Engineer and other Dallas County personnel connected
with the project shall immediately report to the Engineer any
offer of gifts, services, or solicitations from the Contractor,
subcontractor, commercial laboratories, or material suppliers
which could be construed as an attempt to compromise the
quality of work or integrity of the inspection.
5.9 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: Ail work which
has been rej~ted shall be removed an~ r6pl~ in an acceptable
manner by the Contractor at his expense. Work done beyond
the lines and grades given or as shown on the plans, except
as herein provided, or any extra work done without written
authority will be considered as unauthorized and done at the
expense of the Contractor and will not be paid for. Work
so done may be ordered removed at the Contractor's expense.
Upon failure on the part of the Contractor to comply with
any order of the Engineer made under the provisions of
this paragraph, the Engineer shall have authority to cause the
defective work to be removed and replaced and unauthorized work
to be removed, the cost thereof shall be deducted from any
money due or to become due to the Contractor.
5.10 FINAL INSPECTION: The Engineer will make final inspection
of alI--~k included in the contract as soon as practical after
the work in completed and ready for acceptance. If the work
is not acceptable to the Engineer at the time of such inspection
the Contractor will be notified of the particular defects
requiring correction. As soon as the corrections have been
made, another inspection will be scheduled.
ITEM 6 - CONTROL OF MATERIAL
6..1 SOURCE OF SUPPLY AND OUALITY OF MATERIALS= The source of supply
of each of the material shall be approved by the Engineer and
shall be sampled and tested to determine compliance with
the governing specifications before delivery is started. If it is
found after trial that sources of supply previously approved
do not produce uniform and satisfactory products, or if
the product from any source proves unacceptable at any time,
the Contractor shall furnish ma%erials from other approved sources.
Only materials conforming to the requirements of these
specifications and approved by the Engineer shall be used in the
work. All materials being used are subject to inspection or test
at any time during their preparation of use. Any materials which
have been tested and accepted at the source of supply may be
subjected to a check test after delivery and all materials which,
when tested, do not meet the requirements of the specifications will
be rejected. No material which, after approval, has in any way
become unfit for use shall be used in the work. The Engineer
may approve the use of salvaged material which, when properly
sampled and tested, conforms to the governing specifications.
For all Federal-aid funded projects, all manufacturing processes for
cement or steel materials must occur in the United States except:
These requirements do not prevent a minimal use of foreign
material, if the cost of such materials used does not exceed
one tenth of one percent (0.1 percent) of the total contract
cost or $2,500., whichever is greater.
6.2 SAMPLES ANU TESTING: Initial field testing of all
materials, construction items, or products incorporated in the work
will be performed at the direction'and expense of the County,
including initial compaction and density tests deemed necessary in
connection with the-construction of embankment, backfill of
structures, or excavation.
In the event a material, construction item, product incorporated
in the work, embankment, backfill, excavation or any other item
tested, fails to satisfy the minimum requirements of the initial
test described above, appropriate prove-out tests may be made
when directed by the Engineer in writing to determine the extent of
the failure and to verify that the corrective measures have
brought the item up to specifications requirement. The cost of all
testing necessary to determine the extent of the failure and the
adequacy of the corrective measures will be the responsibility of
the Contractor. The intent of this requirement is to determine the
extent of the defective material and shall not be interpreted as a
means to obtain approval for payment of defective materials and/or
workmanship.
October/1988
The County shall contract with an independent testing
laboratory to perform field testing as required by Item
6, Control of Materials, and the various construction
specifications of the contract. Where the Contractor
notifies the County of scheduled work requiring sampling
and testing and the Contractor cancels the work for any
reason whatsoever after the Laboratory personnel have
departed their office for the project site, the testing
laboratory shall bill the Contractor for their time and
travel expenses. When the Contractor's operations Or
Saturday work is scheduled necessitating the payment of
overtime, the laboratory shall bill the County for two-thirds
of the time charges and the Contractor for one-third.
The failure of the County to make any tests of materials
shall in no way relieve the Contractor of his responsibility
of furnishing materials conforming to the specifiations.
Tests, unless otherwise specified, will be made in accordance
with the latest methods of the State Department of Highways
and Public Transportation. The Contractor shall provide
such facilities as the Engineer may require for the collecting
and forwarding samples and shall not use the materials
represented by the samples until tests have been made.
The Contractor shall furnish adequate samples without charge.
When requested, the Contractor shall furnish a complete
written statement of the origin, composition and/or manufacture
of any or all materials that are to be used in the work.
A certificate of compliance may be required for the work.
A certificate shall be signed by the material manufacturer,
the manufacturer of assembled materials or the material
supplier and shall state that the materials involved comply
with the specifications.
6.3 STORAGE OF MATERIALS: Materials shall be stored as
to ensure the preservation of their quality and fitness
for the work. When considered necessary by the Engineer,
they shall be placed on wooden platforms or other hard,
clean surfaces and not on the ground and shall .be covered
when so directed. Stored materials shall be so located
as to facilitate prompt inspection.
6.4 DEFECTIVE MATERIALS: Ail materials not conforming
to the reqirements of the specifications and/or special
provisions shall be considered as defective, and all.such'
materials whether in place or not shall be rejected and
removed immediately from the site of the work unless otherwise
ordered by the Engineer. No rejected materials, the defects
of which have been subsequently corrected, shall be used
until approval has been given in writing by the Engineer.
Upon failure on the part of the Contractor to forthwith
comply with an order of the Engineer based on the provisions
of this Article, the Engineer shall have the authority
to remove and replace defective material to deduct the
cost of removal and replacement from any monies due or
which may become due to the Contractor.
ITEM ? LEGAL RELATIONS AND RESPONSIBILITIES:
7.1 LAWS TO BE OBSERVED: The Contractor shall make himself familiar
with and at all times shall observe and comply with all Federal, State
and local laws, ordinances, Court Orders and regulations which in any
manner affect the conduct of the work and shall indemnify and save
harmless the County of Dallas and its representatives against any claim
arising from the violation of any such law, ordinance, Court Order or
regulation, whether by himself or by his employees.
7.2 PERMITS AND LICENSES: The Contractor shall procure all permits
and licenses, pay all charges and fees and give all notices necessary
and incidental to the due and lawful prosecution of the work.
7.3 PATENTED DEVICES, ~IATERIALS AND PROCESSES: If the Contractor is
required or desires to use any 4esign, device, material, or process covered
by letters of patent or copyright, he shall provide for such use by suit-
able agreement with the patentee or owner. The Contractor and his surety
shall indemnify and save harmless the County of Dallas from any and all
claims for infringement by reason of the use of any patented design,
device, materials, or process, or any trademark or copyright used in
connection with the work and they shall indemnify the County of Dallas
against any costs, expenses, or damages which it may be obliged to pay,
by reason of such infringement, at any time during the prosecution or
after the completion of the work.
7.4 SANITARY PROVISIONS: The Contractor shall estiblish and enforce
among his employees such regulations in regard to cleanliness and disposal
of garbage and waste as will tend to prevent.the inception and the creation
of a nuisance about the work on any property either public or private,
and such regulations as are required by the Engineer shall be put'into
immediate force and effect by the Contractor. The necessary sanitary
conveniences for the use of laborers on the work, properly secluded from
public observation, shall be constructed and maintained by the Contractor
in such a manner and at such points as shall be approved by the Engineer
and their use s~all be strictly enforced by the Contractor. Ail sanitary
laws and regulations of the State and local Health Departments shall
be carefully observed and complied with.
7.5 PUBLIC SAFETY AND CONVENIENCE: The safety of the public and the conven-
ience of traffic shall be regarded as of prime importance. The Contractor
shall secure the Engineerts approval of his plan operations, sequence of
work and methods 'of providing for safe passage of traffic before it is placed
in operation. Unless otherwise provided on the plans or in the Special
Provisions, all portions of the existing road shall be kept open to'traffic,
it being the responsibility of the Contractor to provide for traffic along
or across the road as well as for ingress and egress to private property.
During construction of proposed structures the Contractor shall provide
and maintain detours and/or temporary structures or crossovers of adequate
structural design as may be required for the safety and convenience of
the traffic. If, because of rain or for other reasons, the shoulders,
slopes and ditches on the roadway become unsatisfactory for handling
traffic, construction operations shall be suspended until the necessary
repairs are completed. Where the plans or the Special Provisions require,
or the Engineer directs, that traffic be carried over or along the existing
roadway, construction operations shall be so prosecuted and new material
so placed, spread and maintained as to allow the passage of traffic in
comfort and safety. All equipment not in actual use shall be removed
from the roadway and temporarily stored in such manner and at such locations
as not to interfere with the safe passage of traffic.
The Contractor shall provide and maintain flagmen at such points
and for such periods of time as may be required, or as directed by the
Engineer, to provide for the safety and convenience of public travel
and the Contractor's personnel. Flagmen shall be English-speaking,
courteous, well informed, physically and mentally able to perform their
duties in safe-guarding and directing traffic and protecting the work.
When directing traffic flagmen shall use the standard attire, flags and
signals and published by the State Department of Highways and Public
Transportation.
Except as otherwise provided in the Special Provisions or elsewhere
in the Contract, these.provisions for directing traffic, maintenance
of detours and subsequent obliteration thereof, flagmen, etc., will not
be paid for directly but shall be considered as subsidiary work pertain-
lng to the various bid items of this contract.
7.6 BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFFIC
HANDLING: The Contractor shall have the sole responsibility for providing,
installing, moving, replacing, maintaining, cleaning and removing upon
completion of work, all barricades, warning signs, barriers, cones, lights,
signals and other such type devices and of handling traffic as indicated
in the plans or as directed by the Engineer. Ail barricades, warning
signs, barriers, cones, lights, signals and other such type devices shall
conform to details shown on the plans or those indicated in the TMUTCD.
The Contractor may provide special signs not covered by plans to
protect the traveling public against special conditions or hazards, provided
however, that such signs are first approved by the Engineer.
Upon completion of the work, all barricades, warning signs, barriers,
cones, lights, signals and other such type devices and evidence thereof
shall be removed by the Contractor.
7.7 PROTECTION OF ADJOINING PROPERTY: The Contractor shall take proper
measures to protect the adjacent or adjoining property which might be
injured by any process of construction, and, in case of any injury or
damage resulting from any act or omission on the part of or on behalf
of the Contractor, shall restore at his own expense the damaged property
to a condition similar or equal to that existing before such injury or
damage was done, or he shall make good such injury or damage in an accep-
table manner.
7.8 RESI~HSIBILITT FOR ~' CLAIHS: The Contractor shall save harm-
leos Ch County of Dallas and tha County COueLlSSioners*Courc frou all
c_a.,__a.cc.i_on8 'or clause broushC on .&ccounc of any injuries or damages
.a~n~..ay _a~.y per.~, or property in consequence of any ueslecc in
eSuarnl~q Cna vor~ uy the ConCrncCor; or-fron any cle~ma or anouncs
ond,,.:? '?rb.*, C=,anan,,on h.," o, an, o,har
.'.'.;'~ha~a_.u__n~_~ _o0__r.eopo.no. ~?e E~or all dmase or ~nJury to property of
_ .; .~u~ occurr~ns aur~ns the prosecution of the work resulcins
Erom any acC, outssion, ne$lecc, or u~sconducc on his part tn the manner
or BeCked of sxecuC~n8 the .work; or from h~s failure Co properly 'execute
the york; or from defective work or materials. He shall nsc be releas-
ed from ouch responsibility until all cleans have been settled and suit-
able evidence to chat effect furnished the Comissionsrs8 Court,
7.9 ~ RESPONSIBILITY FOR ~ORK: Until the final acceptance
of the work by the Engineer, as evidenced in writing, it shall be under
the charge and care of the Contractor. The Contractor shall' rebuild
and make sood at his ovn expense all injuries and danases to the work
occurrin$ before its completion end acceptance. In case of suspension
of work for any cause, the Contractor shall be responsible for the pre-
servation of all uacerials. 'He shall provide suitable drabness of the
roadway 4nd shall erect temporary structures where required. The Con-
tractor shall maintOPs the roadway-in Sood and passable condition until
final acceptance. '
7.10 ~.F. RSONALLIABILITy OF~.UBLIC OFFICIAL~: In carrying out the pro-
visions of the contract or in exercisin~ any power or authority ~ranted
.thereunder, there'shall be no liability upon the Ensineer or h~s author-
ized'assisCants, either personally or ochervise, as they are agents and
representatives o£ the Dallas County Counissioner~ Court.
ITEM 8 - PROSECUTION AND PROGRESS
8.1 SUBLETTING THE WORK: No portion of the work.covered by these
specifications and contract, except the purchase and delivery of
materials, may be sublet without written permission of the County
Commissioners' Court. The Court reserves the right to not grant
permission to sublet to the various subcontractors whose relations
with the County work on previous projects, progress and adherance
to schedule and prices for extra work have been less than as desired.
If the Contractor is permitted to sublet any part of the work to
be done under this contract, he will not under any circumstances
be relieved of his responsibility and contractural obligations.
Ail transactions of the Engineer will be with the Contractor; sub-
contractors will be considered only in the capacity of employees
or workmen, subject to th6 same requirements as to character and
compentency. The County of Dallas will not recognize any sub-
contractor on the work. When the work is in operation, the Con-
tractor shall at all times be present in person or represented by
a qualified superintendent. The Contractor shall perform with
his pwn forces, work of a value of not less than 50 'percent of
the value of all work embraced in the contract.
8.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign,
transfer, convey or otherwise dispose of the contract or his right,
title or interest in or to the same, or any part thereof, without
previous consent of the County of Dallas, expressed by resolution
or court order of the Commissioners' Court and concurred in by the.
sureties. If the ContraCtor does, without such previous consent,
assign, transfer,'convey or otherwise dispose of the contract or
of his right,' title or interest therein, or any part thereof to
any person or persons, partnership, company, firm or corporation,
or by bankruptcy, voluntary or involuntary, or by assignment under
the insolvency laws of any state, attempt to dispose of the con-
tract or make default in or abandon said contract, then the'con-
tract may at the option of Dallas County Commissioners' Court,
be revoked and annulled, unless the sureties shall successfully
complete said contract, and any monies due or to become due under
said contract shall be retained by Dallas County as liquidated
damages for the reason that it would be impracticable and extreme-
ly difficult to fix the actual damage.
8.3 PROSECUTION OF THE WORK: Prior to beginning construction
operations, the Contractor shall submit to the Engineer for
approval the proposed work schedule he intends to follow in order
to complete the project within the specified time. He shall begin
work within ten (10) days after the date of authorization to do
so. He shall notify the Engineer at least 24 hours before begin-
ning work at any point on the project. He shall not open up work
to the detriment of work already begun. The Engineer shall
co-ordinate the beginning, sequence and prosecution of the work
and the Contractor shall conduct his operations so as to impose
a minimum of interferences to traffic and to adjoining properties.
8.4 WORKMEN AND EQUIPMENT: The Contractor shall employ such
superintendents, foremen and workmen as are skilled, competent,
and careful. The Engineer may demand the dismissal of any
person employed by the Contractor in, about or on the work whom,
in his opinion, does not perform his work in a proper and skill-
ful manner or who is disrespectful, intemperate, disorderly or
otherwise' objectionable and such person shall not be employed
thereon again without the written consent of the Engineer.
Ail workmen shall have sufficient skill and experience to per-
form properly the work assigned them. The Contractor shall
furnish such equipment and construction forces as is considered
necessary for the prosecution of the work in an acceptable manner
and at a satisfactory rate of progress. Ail equipment, tools
and machinery used for handling materials and executing any part
of the work shall be subject to the approval of the Engineer and
shall be maintained in a satisfactory working condition.
8.5 LABOR PREFERENCE: The Contractor shall give preference to
all labor hired for the project in the following order:
(1)
(2)
(3)
To bona fide residents of the County of Dallas, Texas.
To bona fide residents of the State of Texas.
To bona fide residents of the United States.
Provided. that these preferences shall apply only when such quali-
fied labor is available to perform work to which the employment
relates.
· 8.6 EXTENSION OF TIME OF COMPLETION: The Contractor shall be
entitled to an extension of time as provided herein only when
claim for such extension is submitted to the Dallas County Com-
missioners' Court in writing by the Contractor within seven days
from and after the time when an alleged cause of delay shall
occur, and then only when such claim is approved by the Commis-
sioners' Court. In adjusting the contract time for the comple-
tion of the project, unforeseeable causes beyond the control
and without the fault or negligence of the Contractor, including
but not restricted to inability to obtain supplies and materials,
acts of God, or the public enemy, acts of the owner, fires,
floods, epidemics, quarantine restrictions, strikes, freight
embargoes, unusually severe weather conditions and/or delays
of sub-contractors due to such causes, shall be taken into
consideration. If the satisfactory execution and completion
of the contract should require work and materials in greater
amounts or quantities than those set forth in the contract,
then the contract time shall'automatically be increased in the
same proportion as the cost of the additional work bears to the
cost of the original work contracted for. No allowances will be
made for delays of suspension of the prosecution of the work
due to the fault of the Contractor.
8.7 FAILURE TO COMPLETE ON TIME:~ The time of completion is
the essence of the contract. For each working day that any
work shall remain uncompleted after the time specified in the
proposal and the contract, or the increased time granted by the
Coamissioners* Court or as automatically increased by additional work or
materials ordered'after the contract ia siped, the sun per day siren ia
the following schedule, unless otherwise specified in the Specim! Provisions,
wi1! be deducted from the nonies due the Contractor.
Amount of Contract
Less than
25,000.00 to
50,000.00 to
100,000.00 to
500,000.00 to
1,000,000.00 to
2,000-,000.00 to
5,000,000.00 to
7,500,000.00 to
Hare than
$ 25,000.00
50,000.00
100,000.00
500,000.00
1,000,000.00
2,000,000.00
5,000,000.00
7,500,000.00
10,000,000.00
10,000,000.00
Amount of Liquidated Damages
65.00 per day
105.00 per day
155.00 per day
210.00 per day
350.00 per day
500.00 per day
850.00 per day
1,000.00 per day
1,750.00 per day
2,500.00 per day
The sum of money thus deducted for such delay, failure or noncompletion is
not to be considered as a penalty but shall be deemed, taken and treated
as reasonable liquidated damages since it would be impracticable and
extremely difficult to fix the actual damages.
8.8 TEMPORARY SUSPENSIONS: The Engineer shall have the authority to
suspend the work wholly or in part for such period or periods as he may
deem necessary due to unsuitable weather conditions as are considered
unfavorable for the suitable prosecution o£ the work'or the failure on
the part of the Contractor to correct conditions considered unsafe .for
workmen or the general public. If it should become necessary to stop work
for an indefinite period of time, the Contractor shall store all materials
in such a manner that they viii not obstruct or impede the public unnec-
essarily nor become damaged in any way and he shall take every precaution
to prevent damage or deterioration of the work performed; he shall provide
suitable drainage about the work and erect temporary structures where
necessary. The Contractor shall not suspend work without written author-
ity from the Engineer and shall proceed with the work promptly when
notified by the Engineer to resume operations.
8.9 SUSPENSION OF WORK ANDANNUIA4ENT OF CONTRACT: The work under
contract, or any portion thereof, shall be suspended t--~ediately on
written order of the En$ineer or the Com~seioners' Court, a copy of
such order to be served on the Contractor's sureties, or the contract
'may be annulled by the Cosmissioners' Court for any good cause or
causes, among which special reference is made-to the following:
(a)
Failure of the Contractor to start within ten (10) days
from the date of written notice by the Engineer to begin
work.
(b)
Substantial evidence that the progress of the work being
made by the Contractor is insufficient to complete the
work within the specified time.
(c)
Failure of the Contractor to provide sufficient
and proper equipment or construction forces for
properly executing the work.
(d)
Substantial evidence that the Contractor has
abandoned the work.
(e)
Substantial evidence that the Contractor has
become insolvent, or bankrupt or otherwise financially
unable to carry on the work.
(f)
Deliberate failure on the part of the Contractor to
observe any requirements of these specifications or
to comply with any orders given by the Engineer as
provided for in these specifications.
(g)'
Failure of the Contractor to promptly make good
any defects in materials or workmanship or any
defects of any nature, the correction of which has
been directed in writing by the Engineer.
(h)
Substantial evidence of collusion for the purpose
of illegally procuring a contractor perpetrating
a fraud on the Co~,~issioners' Court in the con-
struction .of work under contract.
When the work is suspended for any of the causes itemized above,
or for any other cause or causes, the Contractor shall discontinue
the work or such part thereof as the Engineer shall designate,
whereupon the sureties may at their option assume the contract
or that portion thereof which the Engineer has ordered the Con-
tractor to discontinue, and may perform the same or may, with
the written consent of the Commissioners' Court, sublet the
same provided, however, that the sureties shall exercise their
option, if at all, within two weeks after the written notice to
discontinue the work has been served upon the Contractor and
upon the sureties or their authorized agents. The sureties in
such event shall assume the Contractor's place in all respects
and shall be paid by the County for all work performed by them
in accordance with the terms of the contract. All monies re-
maining due the Contractor at the time of his default shall
thereupon become due and payable to the sureties as the work
progresses, subject to all the terms of the contract. In case
the sureties do not, within the hereinabove specified time,
exercise their right and option to assume the contract or that
portion-thereof which the Engineer has ordered the Contractor
to discontinue, then the Commissioners' Court shall have the
power to complete by contract or otherwise, as it may determine,
the work herein described or such part thereof as it may deem
necessary, and the Contractor hereto agrees that the Engineer,
acting under authority of the Commissioners' Court, shall have
the right to take possession of or use any or all of the mater-
ials, plant, tools, equipment, supplies and property of every
kind provided by the Contractor for the purpose of his work and
to procure other tools, equipment, and materials for the
same, and to charge the account of the Contractor the expense
of said contract or labor, materials, tools, equipment and
expenses incident thereto. The expense so charged shall be
deducted by the Commissioners' Court out of such monies as
may be due or may at any time thereafter become due the
Contractor under and by virtue of the contract or any part
thereof. The Commissioners' Court shall not be required to
obtain the lowest bid for the work of completing the contract,
but the expenses to be deducted shall be the actual cost of
such work. In case such expense is less than the sum which
would have been p~yable under the contract, if the same had
been completed by the Contractor, then in such case the Commis-
sioners' Court will pay to the Contractor the difference in
the cost, provided that the Contractor shall not be entitled
to any claim for damages or for loss of anticipated profits.
In case such expense shall exceed the amount which would.have
been payable under the contract if the s~m~ had been completed
by the Contractor, then the Contractor and his sureties shall
pay the amount of the excess to the County of Dallas on notice
from the Commissioners' Court for excess due. When any par-
ticular part of the work is being carried on by the Commis-
sioners' Court by contract or otherwise under the provisions
of this section, the Contractor shall continue the remainder
of the work in conformity with the terms of the contract,.
and in such manner as not to hinder or interfere with the per-
formance of workmen as above provided by the Commissioners'
Court.
8.10 MAINTENANCE PROVISIONS FULFILLMENT: Prior to the expira-
tion of any specified maintenance period provided for in the
contract, the Engineer'will make a detailed inspection of the
project and will advise the Contractor and his surety of the
items that require correction. The Engineer will make a sub-
sequent inspection and if the corrections have been Properly
performed the Engineer will issue a letter of release on the
maintenance stipulations to the contractor and his surety. If
for any reason the Contractor has not made the required correc-
tions before the expiration of the maintenance period, the
maintenance stipulations as provided for in the contract shall
re~in in effect until the corrections have been property
performed and a letter of release issued.
8.11 TERMINATION OF CONTRACT: The contract will be considered
fulfilled, save as provided in any maintenance stipulations,
bond, or by law, when all the work has been completed, the
final inspection made by the Engineer and final acceptance and
final payment made by the County Commissioners' Court.
8.12 WAGE RATES: Prevailing Wage Law on Public Works in Texas:
Laborers, workmen, and mechanics employed by the Contractor or
subcontractors on this project shall be paid not less than the
general prevailing rate of per diem wages for work of a similar
character in the locality, and not less that the general prevail-
ing rate of per diem wages for legal holiday and overtime work.
It shall be mandatory upon the contractor to whom the contract
is awarded, and upon any subcontractor under him to pay not
less than the stipulated rate for each craft or type workman
or type mechanic employed in the execution of the contract.
The Contractor and each subcontractor shall keep, or cause to
be kept, an accurate record showing the names and occupations
of all laborers, workmen and mechanics employed by him in the
connection with the work, showing the actual wages paid to
each of such workers, which record shall be open at all reason-
able hours to the inspection of any authorized representative
of the County. The Contractor shall forfeit as a penalty to
the County, ten dollars ($10.00) for each laborer, workman
or mechanic employed, for each calendar day, or portion thereof,
such laborer, workman or mechanic is paid less than the stipu-
lated rate for any work done under the contract, by him or by
any sub-contractor under him. Any laborer, workman or mechanic
required or permitted to work in excess of eight (8} hours per
calendar day, shall be paid on the basis of eight (8} hours
constituting a day's work, and all such labor so employed shall
be paid at a rate of one and one-half (1½) times the regular
rate for every hour worked in excess of forty (40) hours per
week. Legal holiday work shall be paid for at the regular
governing per diem wage rates.
The following schedule of wage rates are the minimum to be paid
for the various classifications of workers employed on the
project.
~ OF
PREVtRZLZNG ~ Ri:ITES FOR Eh~ZNEER]N5 CONSTRUCT]ON
Dt:tLLI~IS COUNTY
SURVEY D~TE - Apr'il Z&~ 1988
,.- TOTI:tL CONSTRUCT]ON ................. $$21~'o 175o ~'45.57
TOTI:tl- NUI'IBER OF HEN ................. . ...... l~e
TOTAl. NUPIBER OF PROSECTS ....................... 18~
:I.I:tSS ] F ] CI:tT ] ON PREVAIL lNG RI:ITE
?":I]R TOOl. OI:~R~TOR
:tS PHi:IL T Rt:IKE R
Bt:ITCH]N6 PLI:INT klE]SHER
?~.~RPENTER~ ROUGH
:~IRPENTER HELPER~ RO~H
~ONCRETE FZN~R ~PR (~)
~. :ONCRETE FZNIB~R~ STaTUeS
~ONCRETE F~N~5~R ~PR (STRS)
CONCRETE RUBBER
;~ECTRICI~N ~R, SENIOR
E~ECTR~C~N ~PER,
~L~GGER
'ORH BUZ~DER (STR~TURES)
FORH BU~L~R ~L~R (STRS)
~OR~ ~NER (~]~ ~ CURB)
DRH SETTER' (~]~ I CURg)
rOR~ SETTER
~P~V~NG & CURB)
OR~ 6ETTER (STR~TURES)
~. O~ ~TTER ~L~R (ST~)
L~O~R, C~N
~~R, UTZL~TY
I~ )NCRETE I:N:IVZN8 FORI"I 8RP. DER
~RETE Pt::IVIN8 JOINT .BEGIL. ER
RETE I:~VZN8 ~
RETE I:N:tV]N6 SPREI:IDER
7.50
11.8
9. Se
7.88
9.13
7.37
S. 69
7.71
&. 63
12.9
11.5
11.1
5. ce
9. 48
&. 92
8. &e
8.7&
&.&3
7.68
5.98
7.37
9. e~
10.1
7. ~5
8.17
7.31
&. 37
.9.88
s. oe
9.04
8.4,4,
9. 73
9. 76
8. OO
9.08
7. ;5
IN
cLI:ISS I F I P.3:iT I ON
~L Z IN='ORI'I Iqt:ICH I NE
R~gINE)CLI~I., ~'HOE (( I I/~CY)
~..R;INE, CCi:iH., B' HOE () 1 1/; CY)
FORM LO;II)ER
rOUND. DRILL OP., TRUCK MNTD
~ R~T END CDR (~ l/~ CY&LESS)
FReT END ~DRt (O~R ~ l/~ CY)
~ZLLING ~CH]~ O~TOR
~ lXER (CONCRETE
MOTOR GRqDER OPER. e F~NE GRADE
~TOR GRADER OPERATOR
~ 3LLER, BTL ~HL (PL. MIX PVT)
~LL[R~ STL ~HL
~LLERt ~E~T]C~
~ ~OPE~LED
~R~PERS (17 CY & LESS)
CTOR (CR~L) 1~ HP & LESS
~CTOR (CR~) O~R
TRACTOR (~UH) 8~ HP & LESS
~ ~ENCHI~ ~CH]~, LIGHT
i' ~ENCH ~ NG ~CH ] ~,
INFORCING STEEL SETTER (RVG)
INFORCINI~ STEEL SETTER(STRS)
INF. :STL STR. ~ HLPR. (BOTH)
SINGLE ~XLE~ L~GHT
~"'NGLE ~XLE, HEAVY
~ ~DEM ~XLE OR SEMITRAILER
LO~BOY FLOIRT
~BR~TOR O~RRTOR (I-#:kND TY~)
~NS T Rl..llq[ NT I)E RSON
I~D OR CI'~INPERSON
PR~V~IIL IN~ R~TE
11.3
9. Oe
8.6,4
lO. 4
6.38
8.44
8.96
8.05
11.9
18.1
9. 77
7.6e
8.33
7.75
8. Oe
7.0e
9.25
8.38
8.12
7. 98
8. &3
6. 37
7,18'
5.54
7.31
7.9~
7.87
6. ~
11.e
18. G
7,~
,'"R~V,.,,~,ING RATB DETERMINED AS PROVIDED FOR IN THE DAVIS BACON RBGULATIONS
Section 1.2 DEFINITION
The ~p~evofl~ug wager shall be the wage paid to the majority (mor~
than 50 percent) of the laborers or meehanios in the classification on
similar projects in the ares during the period in question. If the same
wage is not paid to a majority of those employed in the classification, the
~prevA~l~ng wage" shall be the average of the wages paid, weighted by
the total employed in the classification.
8c~cCi~ c~Ca~g In the proposal ~ iucl~ed ~ cna c
confo~ co Cb r~r~co of cb ~ec~f~cac~ for ~ch
vided here*ri. ~lmcerhls vhich are specified ~or ~urm~c
cubic 7ard in vehicles obi1 be huled In approveo
Vehicles for C~lo pur-
chere~ ac the ~inC of delive~ ~ the
pose u7 be of ~7 C~e or size aaCisfacCo~ Co the Ens~nee~ provided
thc the ~dy to of such C~e thc the accel contents uy be quickly
~d accuraCel~ deCe~ed, hch approved vehicle~sC display the
~sineer~s approval ~d a plainly lesible n~ber.
9.2 SCOPE OF PA~: ~e Concracco~ shall accept the c~eusaCion
provided in C~e contract in ~ull pa~enc for ~u~ishinS all nacerials,
supplies, labor, ~8 ~d equipment necessa~ ~o c~pleCe the york pro-
vided ~der the contract; for ~y loss or d~aSe ~ich ni~hc ar~se ~r~
the nature of the york, ir~ the action of the el~encs, or
unforseen d~iculCies vhich u~ be encountered duress the prosecution
of the ~r~, ~Cil the final acceptance by the Ensioeer, except vbere
there is concl~ive evidence that such d~se is due co inadeq~ce de-
si~ ~d not to ~proper prosecution o~ the ~rk; for all risks o~ every
description co~ecCed~th the prosecution o~ che~rk; for all e~euses
~d ~ses ~ich ~shC accrue ~o the Contractor b~ reason ol delay
the inic~aCion and prosecution of the york for ~ cause vhacsoever;
~ infrins~enC of patents, trademark, or copyriShc; and for c~lecin~
the ~rk accord~nS co the plus and specifications. ~e paint of any
current or partial estate s~11 tn no ray affect the obl!Sacion of the
Contractor aC his ~ cost to Eepat~ o~ ren~ anl de~ecCive parts of the
cousc~ccion or co replace any defective uCeFials used in the construc-
tion ~d be responsible ~or all d~Ses due Co such defects il such de-
fects or d~ses are discovezed on or before the f~l ~nspecCion ~d
accepC~ce of the ~zk or before the Ce~Cion of the uincen~ce pro-
9.3 PA~ ~~~: ~e extra york do~ b~ the Contractor ~d
authorized ~d approved by the Ensineer ~11 be paid for in the harmer
he~ei~Ce~ described nd the co~ensaci~ Ch~ pr~ided s~11 be accept-
ed by the C~craccor ~ paint ~ ~11 f°r all la~r, uCerials, cools,
equi~C ~d ~ncidencals ~d all superintend~c's ~ t~-keepers'
semites, ~suc~ce, bond ~d all other ~erhead ~ense incurred in the
prosecution of the ~cra york. Pa~enc for extra,rkO11 be nde by
~e of the foll~ns MCh~s:
(a) ~chod '*~* - By ~ic prices asreed on ~iCin~
the Ensineez ~d ConCracco~ and appzov~ b~ the
C~issioners' Court before said extra ~rk is
merited, sublecc to all other conditions of the con-
tract.
Hethod NB" - By lump sum price agreed on in v ricing by the
Engineer and Gantt&trot and approved by the Commissioners'
Court before said excra vork is comenced0 subject to all
other conditions of the contract.
Method "C" - By actual, field cost of the york plus fifteen
(15) percent as described herein belay, agreed on in writing
by the Engineer and Contractor and approved by.the Commis-
sioners* Court before said extra vork is commenced, subject
to all other conditions of the contract.
In the event the extra work is to be performed and paid for under Method
"C", the actual field cost-of the work v ill include the vases and all
workmen, foremen, timekeepers, mechanics and laborers, the cost of mater-
ials, supplies, teams, trucks, rental on machinery and equipment for
only the time actually employed or used on such extra work, plus all
power, fuel, lubricants, water and similar operating expenses and ratable
portion of premiums on construction and maintenance bonds, public liability
and wOrkmens compensation and all ocher insurance required by law or
ordinances. The Engineer will direct the form in which the accounts
of actual field cost will be kept and will specify in writing the method
of doing work, and the type and kind of machinery and equipment to be
used. The fifteen (15) percent of the actual field cost to be paid
the Contractor shall cover and compensate him for profit, overhead, general
superintendence, field office expense and all other elements and cost
and expense nsc embraced within the actual field cost as herein specified.
The Contractor shall give the Engineer access to all accounts, bills
and vouchers relating thereto.
9.4 MONTHLY ESTIMATE AND PARTIAL PAYMENTS: Between the 25th day and
the last day of each month, the Contractor will submit to the Engineer
an approximate estimate of the value of the work done under these speci-
fications during the month. ~enever the estimate of work done since
the last previous estimate exceed one thousand dollars ($1,000.00) in
amount, a percentage of such estimated sum will be paid the Contractor.
The monthly estimate may include 80I of the value of acceptable non-perish-
able materials delivered to the project site. The County of Dallas will
retain fifteen (15) percent on all contracts of $200,000.00 and less
and ten (10) percent on contracts less than $&O0,O00.O0 'and five (5)
percent on contracts of $&O0,O00.O0 and over. b~hen the project is 95
percent complete and work is progressing satisfactorly and on schedule,
the Contractor may apply for a reduction in the amount retained. The
request for a reduction in the amount retained is subject to the approval
of the Engineer. In no case shall the amount retained be less than 10
percent of the work remaining at the time of the request.. Said amount
retained will not be paid until final acceptance of the project. The
Contractor shall furnish to the Engineer such detailed information as
may be requested to assist in the verification of monthly estimates.
It is understood that monthly estimates will be approxinate only and
that all monthly estimates and partial payments in which errors may occur
will be automatically corrected in the succeeding estiaate and partial
payment. Such estimates shall not in any respect be taken as a certifica-
tion of the amount of work done or of its quality or sufficiency or as
an acceptance of work nor, in any way, release the Contractor from any
responsibility of the contract.
9.5 W~THHOLD[NG PAYMENTS: Payments of estimates may be v~thheld if the
work is not be~g ~ecuted ~ ~cor~ce ~th the 8pec~f~cati~s ~d con-
tract.
9.6 F~ ACC~CE: ~er ~he ~rk prodded for by ~he con~rac~
shll h~ be~ f~y perfo~d by the ~tractor he ~sll notify the
~eer ~ ~he proJec~ i8 r~dy for
~1 M~ ~ch ~spec~ ~d ~f ~he ~rk ~8 ~C~sfac~o~ ~d ~ accord-
~ce ~h ~he plus, 8pecif~ca~s ~d conCrac~ ~1 ~s~ a Cer~fica~e
of ~cep~ce ~o ~ ~n~rac~or.
9.7 YI~ PA~: ~enever ~he ~rov~n~8 prodded for by ~he con-
~ac~ shall have be~ c~ple~ed by ~he Con~rac~or, as e~denced by ~he
~8~neer~8 Certificate of ~cep~ce, a f~l es~e show--S ~he ~-
~zed v~ue of ~he ~rk ~ ~ prepared by the ~s~eer as soon as ~he
necessary measur~en~s ~d c~u~a~ons, can be ~de. ~ prior 2s~es
upon which pa~s ~ve been ~de are sub~ec~ ~o correc~ons or revisions
~ ~he f~na~ pa~en~. ~e ~ of ~he f~nal es~e, less any s~$
~ have been previously pa~d, deducted or re~a~ned ~der ~he provisions
of ~he con~rac~, ~11 be pa~d ~he Con~rac~or ~h~ Ch~r~y (30) days after
~he f~na~ accep~ce provided ~he Con~rac~or has run,shed ~he Co~ss~oners
Cour~ satisfactory evidence ~ a~l $~s of ~ney due for ~abor, ~er~a~s,
appara~us, f~ures or Mch~nery run,shed for and used ~n ~he prosecution
of ~he ~rk ~ve been pa~d or satisfactory evidence ~he persons ~o ~om
~ney My respectively be due for ~y of ~he above ~ve consented ~o such
f~na~ pa~en~. ~e acceptance by ~he Con~rac~or
operate as ~d be-a release ~o ~he ~y of D~as from a~ c~a~ or
~ab~l~c~es ~der ~he Con~rac~.
BELT LINE ROAD PROJECT 490-402
(FROM MACARTHUR TO I.H. 35E)
GOVERNING SPECIFICATIONS ~_ND SPECIAL PROVISIONS
ALL SPECIFICATIONS AND SPECIAL PROVISIONS APPLICABLE TO THIS PROJECT ARE
IDENTIFIED AS FOLLOWS:
STANDARD SPECIFICATIONS
STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND
BRIDGES ADOPTED BY THE STATE DEPARTMENT OF HIGHWAYS AND PUBLIC
TRANSPORTATION - SEPTEMBER 1, 1982.
ITEM 100
ITEM 104
ITEM 110
ITEM 164
ITEM 249
ITEM 260
ITEM 340
ITEM 350
ITEM 360
ITEM 416
ITEM 421
ITEM 422
ITEM 423
ITEM 425
ITEM 428
ITEM 432
ITEM 436
ITEM 440
ITEM 442
ITEM 450
ITEM 465
ITEM 470
ITEM 476
ITEM 479
ITEM 496
ITEM 500
ITEM 502
ITEM 504
ITEM 530
ITEM 534
ITEM 536
ITEM 540
ITEM 590
ITEM 618
ITEM 676
PREPARING RIGHT-OF-WAY (102, 132)
REMOVING OLD CONCRETE
ROADWAY EXCAVATION
SEEDING FOR EROSION CONTROL (166, 160, 168)
FLEXIBLE BASE (DELIVERED)(150, 152, 154, 204, 210,
211, 520)
LIME TREATMENT FOR MATERIALS IN PLACE (264)
HOT MIX ASPHALTIC CONCRETE (300, 310, 528)
HOT MIX COLD-LAID ASPHALTIC CONCRETE PAVEMENT
CONCRETE PAVEMENT (WATER CEMENT RATIO)(437, 522, 524,
526)
DRILLED SHAFT FOUNDATIONS (405, 420)
CONCRETE FOR STRUCTURES (420, 427, 437, 522)
REINFORCED CONCRETE SLAB (443)
RETAINING WALL (421, 427, 522)
PRESTRESSED CONCRETE STRUCTURE (426, 435, 442, 498)
CONCRETE SURFACE TREATMENT
RIP RAP (400, 431)
PREFORMED JOINT SEAL
REINFORCING STEEL (448)
METAL FOR STRUCTURES
RAILING (441, 446)
PIPE SEWERS (464)
MANHOLES AND INLETS (401, 471)
JACKING, BORING, OR TUNNELING PIPE
ADJUSTING MANHOLES AND INLETS
REMOVING OLD STRUCTURES (430)
MOBILIZATION
BARRICADES, SIGNS AND TRAFFIC HANDLING
STRUCTURE FOR FIELD OFFICE
CONCRETE CURB, GUTTER, CURB AND GUTTER, AND SIDEWALKS
AND DRIVEWAYS
CONCRETE FOR STRUCTURE APPROACH SLABS
CONCRETE MEDIANS AND DIRECTIONAL ISLANDS
METAL BEAM GUARDFENCE
CHAIN LINK SECURITY FENCE
CONDUIT
TRAFFIC BUTTONS
() ITEMS IN PARENTHESES ARE REFERENCED BY THE ITEMS WITH WHICH THEY ARE
LISTED:
SPECIAL PROVISIONS:
SPECIAL PROVISIONS WILL GOVERN AND TAKE PRECEDENCE
OVER THE SPECIFICATIONS ENUMBERATED HEREON
WHENEVER IN CONFLICT THEREWITH.
SPECIAL PROVISION:
SPECIAL PROVISION:
SPECIAL PROVISION:
SPECIAL PROVISION:
SPECIAL PROVISION:
SPECIAL PROVISION:
"EQUAL EMPLOYMENT OPPORTUNITY"
"MINORITY/WOMEN OWNED BUSINESS INVOLVEMENT POLICY"
"IMPORTANT NOTICE TO CONTRACTORS - TAX EXEMPTION"
"IMPORTANT NOTICE TO CONTRACTORS - CONSTRUCTION
PAYMENTS"
"IMPORTANT NOTICE TO CONTRACTORS - GIFTS"
"IMPORTANT NOTICE TO CONTRACTORS - UNCONTROLLED
RANDOM CRACKING"
SPECIAL PROVISION TO STANDARD SPECIFICATION FOR CONSTRUCTION OF HIGHWAYS~
STREETS ANDBRIDGES:
SPECIAL PROVISION TO ITEM 4
SPECIAL PROVISION TO ITEM 5
SPECIAL PROVISION TO ITEMS
530, 534, 536
SPECIAL PROVISION TO ITEM 100
SPECIAL PROVISION TO ITEM 110
SPECIAL PROVISION TO ITEM 164
SPECIAL PROVISION TO ITEM 260
SPECIAL PROVISION TO ITEM 340
SPECIAL PROVISION TO ITEM 350
SPECIAL PROVISION TO ITEM 360
SPECIAL PROVISION TO ITEM 401
SPECIAL PROVISION TO ITEM 420
SPECIAL PROVISION TO ITEM 421
SPECIAL PROVISION TO ITEM 470
SPECIAL PROVISION TO ITEM 471
SPECIAL PROVISION TO ITEM 496
SPECIAL PROVISION TO ITEM 500
SPECIAL PROVISION TO ITEM 502
SPECIAL PROVISION TO ITEM 504
SPECIAL PROVISION TO ITEM 618
6, 360, 416, 420, 421, 423, 432, 450, 470,
SPECIAL SPECIFICATIONS:
ITEMS 2030 - 2043 WATER AND SANITARY SEWER
ITEM 2050 FLAP AND SLIDE GATES
ITEM 4010 TRENCH SHEETING AND BRACING
GENERAL NOTES
PROJECT SIGN
DALLAS COUNTY TEXAS
SPECL~L PROVISION
EOUALF~PLOYMENT OPPORTUNXT¥
The Contractor shall not discriminate against any employee or
applicant for employment because of race, color, religion, sex,
age or national origin. The Contractor shall take affirmative
action to insure that applicants are employed, that employees
are treated during employment without regard to their race, color,
sex, religion, age or national origin. Such action shall include,
but not be limited to, the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising;
layoff or termination, rates of pay or other forms of compensa-
tion; and selection for training, including apprenticeship, except
that illegal-aliens shall not be employed on this project. The
Contractor shall post in conspicuous places, available to employees
or applicants for employment, notices to be provided setting forth
the provisions of this nondiscrimination clause.
The Contractor shall, in all solicitations or advertisements'for
employees placed by or on behalf of the Contractor, state that
all qualified applicants shall receive consideration fgr employ-
ment without regard to race, color, religion, sex; na[~onal origin
or age.
The Contractor shall send to each labor union or representative of
workers with. which he has a collective ba~gain£ng agreement or
other contract or understanding, a notice to be provided, adv£s-
ing the said labor union or worker's representatives of the Con-
tractor's commitments under this Section, and shall post copies
of the notice in conspicuous places available to employees and
applicants for employment.
The Contractor shall'include the provisions of t. his special provision
in all subcontracts pertaining to the work.
During the course of the work, the Contractor shall submit to the
engineer, on a monthly basis, ~ breakdown by ethnic group ~f all
employees, including subcontractor's employees, at the site of the
work. The Contractor shall certify that no illegal aliens are
employed on the project.
8/83
DALLAS COUNTY TEXAS
SPECIAL PROVISIONS
MINORITY/WOMEN OWNED BUSINESS INVOLVEMENT POLICY
It is the policy of Dallas County to involve ~ualified
minority/women-owned businesses and/or employees to the greatest
extent feasible in the performance o~ contracts awarded by
Dallas County in support of the Minority/Women-Owned Business
Involvement Policy adopted by the County on August 25, 1986 and
any amendments thereto. The Contractor shall comply with the
following requirements of the policy:
Prospective Contractors shall submit prior to award of
contract:
A completed copy of the Dallas County Statistical Report
for the Company and for each proposed and actual
sub-contractor whom shall be doing 20-percent or more of
the contract amount.
Bm
The name, address, and telephone nt~m~ers of proposed and
actual subcontractors, trade, minority/woman ownership
status, and estimated dollar amount of each actual
sub-contract, and
The successful Contractor will show documented evidence
of a "Good Faith Effort" in soliciting and securing
minority/women-owned business involvement and all
sub-contract and supply activities. The "Good Faith
Effort Plan", Attachment "B" of the Policy, shall be a
guide in determining documentation solicitation and
utilization of qualified minority/women-owned
businesses, employees, etc., and
De
Documented evidence of previous use of subcontractors on
similar projects with dollar amounts and percentages of
total contracts.
Dallas County shall be notified of subcontractor changes,
proposed to actual, as they pertain to lB above and the
reasons for said changes.
DALL~ COUNTY TEXAS
SPECIAL PP. OVISION
IHPORTANT NOTICE TO CONTRACTORS
The Contractor's attention is directed to the fact that the Texas
limited sales, excise and Use Tax Statue, Chapter 20, Title 122A
has been amended, effective October 2, 1968. Under the revised
provisions of Article 20.01 (T) the contractor perfor~n$ this con-
tract may purchase, rent or lease all materials, supplies, equip-
ment and other items incorporated into the project or any such item
used and/or consumed by the contractor in performing this contract
by issuing an exemption certificate to the retailer from whom the
materials, supplies, equipment or other items were purchased, rented
or leased. Upon issuance of such certificate, all such items may be
purchased, rented or leased tax free.
This contract qualifies for exemption by reason of being ~rlth a tax
exempt County agency.
DALLAS COUNTY TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
CONSTRUCTION PAYMENTS
Dallas County's policy for periodic construction payments
shall be as follows:
Dallas County construction funds shall be disbursed to Dallas
County contractors in time intervals of not less than 30-days,
consistent with time frames which meet the requirements of the
State Timely Payment Act.
Construction contracts, without exception, shall include an
estimated Draw Down Schedule, outlining expected payments
which shall be made no Sooner than completion of contracted
work, subject to weather, materials availability and the
normal review and certification of specified Dallas County
officials and outside consultants and authorities, as may be
required.
Contractors shall provide Dallas County with an updated Draw
Down Schedule on a quarterly basis.
DALLAS COUNTY TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
GIFTS
The Contractor's specific attention is directed to Title 8,
Articles 36.08 and 36.09, Texas Penal Code, titled "Gifts to
Public Servant by Persons Subject to his Jurisdiction" and
"Offering Gift to Public Servant".
Article 36.08 states that any public servant who solicits,
accepts, or agrees to accept any benefit from a contractor
has committed an offense punishable as a Class A misdemeanor.
Article 36.09 states that any contractor who offers, confers,
or agrees to confer any benefit on a public servant has
committed an offense punishable as a Class A misdemeanor.
D~T.T~ COUNTY, T~
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
~NCONTROLLED RANDC~ CRACKING
The Contractor's attention is ~trected to Item 360, CONCRETR PAVEMENT
(Water Cement Ratio), Article 360.7 Joints. It is the Contractor' s
responsibility to pr~mptl~ and oorrectllr say the weake~ plane Joints to
prevent uncontrolled' cracking of pavement fro~ occurring. The
requirements for sawed Joints applies equally to Item 360, Concrete
Pavement; Item 530, Concrete Curb, Gutter, Curb and Gutter, Sidewalks and
Driveways and Item 534, Concrete for Structure Approach Slabs.
To prevent uncontrolled cracking, longitudinal Joint spacing should not
exceed fifteen feet. Transverse Joint spacing should not exceed twenty
feet. Concrete pavement joint sawing should coa~ence as soon as the
pavement has hardened sufficiently to support the saw and operator without
scarring and the sawing operation ~oes not pull out aggregate. This will
assist in preventing random cracks.
The Specifications require sawing at approximately 60-foot intervals as
soon as sawing can be accomplished without damage to the pavement and
before 24 hours after the concrete has been place~. The intervening
joints would then be sawed. All sawing must be c__e__~p._.leted within 24-hours
to prevent uncontrolled cracking. Where there is considerable difference
between day ta.~peratures and .night temperatures, crack/rig is more likely
to occur. Therefore, the Contractor is cautioned to proceed with sawing
as quickly as possible after placing and co~ensurate without causing
damage to the pavement. Delayir~-sawing until the next day or to near the
end of the 24-hour period is likely to result in uncontrolled cracking.
Concrete which has uncontrolled cracking is considered ~eficient
workmanship and unacceptable Work under the terms of the Contract
Documents. Such cracks shall be repaired according to the Plans or as
directed by the Engineer at the entire expense of the Contractor.
Surface cracks shall be routed to the depth and width specified end shall
be sealed with joint sealing material, Class 5 as specified in Item 360 or
Type V as specified in Item 575 as directed by the Engineer in writing.
Uncontrolled cracks which exten~ completely through the concrete section
are considered failed pavement. Sections must be remove~ and replaced in
accordance with details in the Plans or as ~trected by the Engineer. Such
failed pavement will not be accepted for payment until repaired.
Necessary repairs shall be made at the Contractor's entire expense.
SPECIAL PROVISION
TO
ITEH 4
SCOPE OF WORK
For this project, Item 4, 'Scope of Work", of the Standard Specifications,
is hereby amended with respect to the clauses cited below and no other
clauses or requirements of this item are waived or changed hereby.
Article 4.8 FINAL CLEANUP: is supplemented by the following:
The Contractor and the Con~issioner's District No. I forces shall each
be responsible for cleanup, removal of surplus construction and discarded
materials, existing pipes or structures removed and debris of every kind
resulting fr~ their portion of the work. Neither shall leave for nor expect
the other to perform cleanup work resulting from his own construction opera-
tions. Materials and construction debris shall be handled in such a manner
as to not be a hardship or a detriment to the work of other forces involved
in the project.
SPECIAL PROVISION
TO
ITEM 5
CONTROL OF THE WORK
For this project, Item 5, "Control of the Work", of the Standard
Specifications, is hereby amended with respect to the clauses cited below and
no other clauses or requirements of this item are waived or changed hereby.
Article 5.5 COOPERATION OF CONTRACTOR IS SUPPLEMENTED BY THE FOLLOWING:
The Contractor shall not have exclusive use of the right-of-way. A
portion of the work on the entire project will be performed by forces
of Dallas County Co~nissioners' District No. 1. That work shall
consist of constructing roadway embankment, roadway excavation,
preparation of right-of-way. The Contractor shall be required to
cooperate and coordinate his work at all items with the Commissioners'
District No. 1 Construction Superintendent.
SPECIAL PROVISION
ITEM 6 - CONTROL OF MATERIAL~
ITeM 360 - CONCRET~ PEFEMENT (WATER CEMENT RATIO)
I~ 416 - ~ ~ ~A~
I~ 420 - ~~
I~ 421 - ~~
~ 423 -
X~ 432 -
I~ 470 - ~~
530 - ~~ ~,
SIDe, ~ DRI~YS
I~ 534 - ~~ ~R
For this Project, the above applicable Items are hereby supplemented as
follows:
For this project, all Portland cement concrete test specimen for all
classes and types of concrete shall be kept at the job site for twenty-four
~urs and protected and covered in a similar manner to the concrete which
the specimen represents. This shall apply to both beams and cylinders.
Following the initial twenty-four hour period, after forming, the test
specimen will be picked up by project laboratory personnel and transported
to the lab curing facilities, forms shall be removed and the specimen
placed in the wet' room for curing and testing in accordance with the
applicable Texas Test Method.
The Contractor shall be responsible to ensure that test specimens are
protected from damage, covered and kept wet or moist as applicable. It may
be necessary for the.contractor to erect a temporary shade or cover to aid
in maintaining the temperature range specified. No direct payment will be
made for this work, but shall be considered subsidiary to the various items
of the contract.
SPBCIAL PROVISION
TO
ITEM lO0
PREPARING RIGHT OF MAY
For this project, Item 100, 'Preparin9 ~ of ~ay' is hereby
amended with respect to the clauses cited b~ow ~nd no other
ciauses or requirements of this item are waived or changed
hereby.
Article lO0.1, Description is supplemented by the following:
This item shall, also, include the verification of the
location of all underground utilities which affect the
work included in the scope of this contract. The
Contractor shall submit to the Engineer, field notes
and/or sketches showing locations and elevations of all
conflicts between existing utilities and the work included
in the scope of this contract.
Article 100.3, Measurement-is supplemented by the following:
Measurement for payment will not be made until existing
underground utilities have been located as required in
Article 100.1 above.
Article 100.3 Measurement. The second paragraph is deleted and
replaced by the following:
Measurement for payment rill be made between the limits of
construction. Measurement will be parallel and adjacent
to the centerline of the right-of-way or, in the case of
off-site drainage improvements, along the centerline of
the improvement. No separate measurements will be made
parallel and adjacent to the centerlines of intersecting
streets.
Article 100.4 Payment. Th® second paragraph is deleted and
replaced by the following:
Ail work performed in areas not so designated on plans as
"Preparing Right of Way" will not be paid for directly but
shall, be considered as subsidiary work to the various bid
items of the contract.
June, 1988
SPECIAL PROVISION
ITEM 110
ROADWAY EXCAVATION
For this Project, Item 110 "ROADWAY EXCAVATION", of the
Standard Specifications is hereby amended with respect to the
clauses cited below and no other clauses or requirements of this
item are waived or changed hereby.
Article 110.1 DESCRIPTION:
paragraph:
Add the following sentence
to the
If no classification is indicated on the plans, it shall be
considered "Unclassified". Unclassified Roadway Excavation
shall include all materials encountered regardless of their
nature or in the manner in which they are removed.
Article 110.4 MEASUREMENT: Add the following sentence to the
paragraph:
Excavation for driveways, alleys, sidewalks, sideroad
connections and street connections shall be included. The
volume of small structures and pipe removed on this project
will be included in other items elsewhere in these
specifications.
Article
and replace by the following:
110.5 PAYMENT: Delete numbered subparagraphs (1) and (2)
(1) Where the "Ordinary Compaction" method is
payment will be made for "Road Excavation
Compaction)." or "Unclassified Road Excavation
Compaction)".
required,
(Ordinary
(Ordinary
(2) Where the "Density Control" method of compaction is
required, payment will be made for "Road Excavation (Density
Control)" or "Unclassified Road Excavation (Density
Control)".
Delete the last paragraph and replace with the following:
The hauling of materials, ~ncluding waste,
measured for separate payment, but will be
subsidiary to the various item of the contract.
will not be
considered as
May 1988
SPECIAL PROVISION
TO
ITEM 164
SEEDING FOR EROSION CONTROL
For this project, Item 164, "Seeding for Erosion Control",
of the Standard Specifications, is hereby amended
with respect to the clauses below and no other clauses
or requirements of this item-are waived or changed
hereby.
Article 164.11.
the following:
Payment is voided and replaced by
164.11. Payment. The work performed and materials
furnished and measured as provided under "Measurement"
will be paid for at the unit price bid for 'Broadcast
Seeding", "Straw or Hay Mulch Seeding ", "Cellulose
Fiber Mulch Seeding (Flat)", 'Cellulose Fiber Mulch
Seeding (Slope)", "Accent Seeding", "Straw or Hay
Mulch' or 'Seeding for Temporary Erosion Control",
of the type specified, as the case may be,-which prices
shall each be full compensation for furnishing all
materials, including water for seed - fertilizer slurry
and hydraulic mulching, and for performing all operations
necessary to complete the work including'all sprinkle
irrigation~
SPECIAL PROVISION
TO
ITEM 260
LII~ TI~T~.I~ FOR I~TERIALS IN P~2~CE
For this project, Item 260, "LIME TREATMENT FOR ~ATERIALS IN PLACE#, of
Standard Specifications, is hereby amended with respect to the clauses
cited below, and no other clauses or requirements of this item are waived
or changed hereby.
Article 260.4 CONSTRQCTION METHODSt Subarticle (3) ~IXING, is voided and
replaced by the following:
(3) MIXING: The mixing procedure shall be the same for "Dry Placing"
or "Slurry Placing" as hereinafter described..
(A) FIRST MIXING: The material and lime shall be thoroughly mixed by.
approved road mixers or other approved equipment, and the mixing
continued until, in the opinion of the Engineer, a homogeneous,
friable mixture of material and lime is obtained, free from all clods
or lumps. Materials containing plastic clays or other materials
which will not readily mix with lime shall be mixed as thoroughly as
pOssible at the time of the lime applications, brought to the proper
moisture content and left to cure 1 to 4 days as directed by the
Engineer.
(B) FINAL MIXING: After the required curing time, the material shall
be uniformly mixed by approved methods. If the sQil-lime mixture
contains clods, they shall be reduced in size by the use of approved
pulverization methods such that when all non-slaking aggregates
retained on the No. 4 sieve are removed, the remainder of the
material shall meet the following requirements when tested from the
roadway in the roadway condition in accordance with Test Method Tex-
101-E, Part III, by laboratory sieves:
Percent
-Minimum Passing 1-3/4: Sieve ................ 100
Minimum Passing No. 4 Sieve .................
The soil-lime mixture shall be sprinkled during the m~xing operation as
directed by the Engineer to provide optimum moisture in the mixing.
During the interval of time between application and m/xing, hydrated lime
that has been exposed to the open air for a period of 6 hours or more or to
excessive loss due to washing or blowing will not be accepted for payment.
May 1988
Article 260.4 COMPACTION~ Subarticle (4) is modified as follows: When the
"Density Control" method of compaction is specified for lime treated
existing subgrade that will receive concrete surface, the lime treated
material shall be compacted to not less than 96% density as determined by
test method Tex-ll4-E.
Article 260.6 MEASUREMENT: The second paragraph is supplemented with the
following:
The "Dry Solids Content" shall be at least 35 percent by weight of the
slurry and the quantity of lime will be calculated by the ton of 2000
pound~ based on the 35 percent, as delivered on the road.
May 1988
SPECIAL PROVISION
TO
ITEM 340
HOT MIX ASPHALTIC CONCRETE PAVEMENT
For this project, Item 340, "Hot Mix Asphaltic Concrete Pave-
ment" of the standard specifications is hereby amended with
respect to the clauses cited below and no other clauses or re-
quirements of this item are waived or changed hereby.
Article 340.3. PAVING MIXTURE, Subarticle (3) types. The para-
graphs following type B (fine graded base or leveling-up course)
and type D (fine graded surface course) are voided and replaced
by the following:
The asphaltic material shall form not less than 5 percent
of the mixture by weight for type B or type D.
Article 340.6 CONSTRUCTION METHODS, (2) Prime coat is voided and
replaced by the following:
A prime coat shall be required on all subgrade, sub-base or
base courses upon which asphaltic concrete pavement will be
directly placed. The application shall be .15-gallons per
square yard of MC-30 placed in conformance with the Item
"Prime Coat" except the application temperature shall be as
provided above. Prime Coat will not be paid for directly
but will be considered subsidiary to the various items of
the contract.
Article 340.7 MEASUREMENT, is voided and replaced by the following:
Asphaltic concrete will be measured by the ton of 2,000
pounds of the entire asphaltic concrete mixture complete
in place. No measurement for payment will be made for thick-
ness or widths greater than plan dimensions, unless other-
wise authorized by the Engineer in writing prior to place-
ment. The tonnage will be calculated based upon 110 pounds
per inch per square yard of material compacted and complete
in place. Tonnage of material delivered to the project
shall be verified by batch scales and record of number of
batches.
Article 340.8 PAYMENT (1) is voided and replaced by the following:
(1) The work performed and materials furnished as pre-
scribed by this item and measured as provided under "MEASURE-
MENT" Will be paid for at the unit price bid" Hot Mix Asphal-
tic Concrete", of the types specified, which price shall be
full compensation for quarrying, furnishing all materials,
freight involved; for all heating, mixing, hauling, cleaning
the existing base' course or pavement, prime coat, tack coat,
placing asphaltic concrete mixture, compacting and finishing;
and for all manipulation, labor, tools, equipment and inci-
dentals necessary to complete the work.
Article 340.8 PAYMENT (2) is voided and not replaced.
SPECIAL PROVISION
ITEM 350
HOT HIX-COLD LAID ASPHALTIC CONCRETE PAVEMENT
Article 3§0.1. Descripttou. is voided and replaced by the following;
This item shall consist of a base course, a leveling course or any
coubination of these courses as directed by the engineer for the
purpose of maintaining the travelled way beinsused to handle traffic
through the project. Each course is to be co~posed of a compacted
mixture.
The pavement to be maintained by this work shall be existing, previously
widened or constructed by other items of the contract.
Article 350.5. Stockpiling, Storage, Proportioning and Hixing.
(e) the last paragraph is supplemented by the following:
(5) Mixing.
When placed hot, water and primer will not be permitted in the mixture.
Article 350.6. Construction Methods. is supplemented by the following:
Where pavement is to be maintained by patching potholes and other
failed sections, the pothole area shall be squared off and material
removed so that the mimimum thickness of material to be placed is 1 1/2
inches. The 'area shall have a suitable tack coat applied prior to
placing the ~M-CLACP material.
Article 350.7. Measurement. is voided and replaced by the following:
Hot Mix-Cold Laid Asphaltic Concrete pavement shall be measured by
the ton of 2,000 pounds of HM-CLACP of complete mixture of aggregate
and asphalt used in the completed work.
Article 350.8. Payment. is voided and replaced by the following:
The work performed and materials furnished as prescribed by this
item and measured as provided under '~easurement" will be paid for at
the unit price bid for the items and types specified, except that
the unit price bid shall not exceed fifty dollars ($50.00) per ton
of mixture complete in place. No allowance or adjustment in unit
price bid shall be made for any underrun or overrun in quantities
regardless of the amount or percentage of the u~derrun or overrun.
The unit price bid shall be full compensation for quarrying, furnishing
all materials, heating, hauling, cleaning the existing base course or
pavement, preparing areas to be patched or maintained, tack coat, prime
coat, placing ACP mixture, compacting and finishing and for all mani-
pulations, labor, tools, equipment and incidentals necessary to
complete the work.
August 1987
SPECIAL PROVISION
TO
ITEM 360
CONCRETE PAVEMENT
(WATER CEMENT RAT]O)
For this project, Item 360, "CONCRETE PAVEMENT (WATER CEMENT RATIO)",
of the Standard Specifications, . is hereby amended with respect to the
clauses cited below and no other clauses or requirements of this item are
waived or changed hereby.
Article 360.1 DESCRIPTION: is supplemented by the following:
The Contractor shall have the option of using Fly Ash in the concrete
mix design as defined herein.
Article 360.2 MATERIALS, Subarticle (1) CEMENT is supplemented by the
following:
Mix designs with fly ash may be submitted at the option of the
Contractor for approval by the Engineer. Mixes containing fly ash
shall be submitted through an independent commercial laboratory to
ensure the proper water/cement ratio. Fly Ash shall not be
considered as a replacement for Portland Cement and in no case shall
the minimum Portland Cement content be less that 5 sacks per cubic
yard, unless directed otherwise by the Engineer in writing. Fly ash
shall conform to ASTM C 618-77 and shall contain no more than 5.0
percent sulfur trioxide and loss of ignition shall not exceed 5.0
percent. Suppliers shall furnish certifications as specified by the
Item "Control of Materials".
Article 360.4 "PROPORTIONING AND DESIGN OF CONCRETE", Subarticle (2)
"CONCRETE'STRENGTH" is supplemented by the following:
PENALTY FOR DEFICIENT CONCRETE STRENGTH: It is the intent of this
Specification that all concrete construction covered by this Specification
be constructed in strict conformity with the plans and these
Specifications. Where any work is found to be constructed of concrete
with strength values of -less than the specified minimum strength, the
following rules relative to adjustment of payment of acceptable work and
to replacement of faulty work shall govern.
(a) If the concrete flexural strength is less than the minimum
required strength, the amount of penalty per square yard of concrete
having a deficient strength shall be in accordance with the following
table:
October, 1988
Percent Deficient
O%-5%
Greater than 5%-not more than 10%
Greater than 10%-not more than 15%
Amount of Penalty
$2.00/s.¥.
$5.00/s.Y.
'No Payment*
The amount of Penalty shall be deducted from pa~ment due or to become
due to the Contractor; such penalty deducted is to defray the cost of
extra maintenance. *If in the judgment of the Engineer, theareaof
deficiency should not be removed and replaced, there will be no
payment for the area retained.
(b) All concrete having a strength more than 15 percent (15%)
deficient shall be removed and replaced with concrete meeting the
requirements of these specifications at the entire cost and expense
of the Contractor.
(c) The area of concrete concerned in the adjustment or removal shall
be the designated area represented by the flexural strength values
determined as hereinabove specified. MeaSurement for adjustment or
removal will be made to points equidistant between acceptable and
unacceptable test points (points at which a flexural strength value
was determined).
Article 360.4 "PROPORTIONING AND DESIGN OF CONCRETE", Subarticle (5) "MIX
DESIGN" is supplemented by the following:
CONCRETE DESIGN FOR INTERSECTIONS: When paving and finishing of street
intersections and left turn lanes are accomplished by hand methods, the
concrete used shall conform to the following special requirements:
Location
Major Thoroughfares
Secondary Thoroughfares
Residential Streets
Minimum Cement Content
6 Sacks Per Cubic Yard
5.75 Sacks Per Cubic Yard
5 Sacks Per Cubic Yard
Maximum Slump
4 inches
4 fnches
4 inches
These special conditions will not be required when the intersection or
left turn lane will be placed and finished by mechanical methods. If the
plans or special provisions indicate that traffic will be routed over
the new concrete surface prior to the normal 7-day waiting period, the
use of high-early strength portland cement will be required. When
high-early strength portland cement is used, traffic will not be allowed
on the surface for a minimum period of 72 hours after placing of the
concrete.
October, 1988
Article 360.4 "PROPORTIONING AND DESIGN OF CONCRETE", Subarticle (5)
"MIXING DESIGN" is hereby emended as follows:
The Engineer may, when it becomes necessary in his opinion, require
adjustment of mix designs to provide concrete without fly ash.
Article 360.4 "PROPORTIONING AND DESIGN OF CONCRETE", Subarticle (6) "TEST
SPECIMENS" is hereby deleted in its entirety and replaced by the
following:
TEST SPECIMENS AND ~UALITY CONTROL: During the progress of the work the
Engineer will cast beems for testing to maintain a check on the flexural
strength of the concrete actually being placed. Concrete failing to
meet the specifications for materials, proportions, construction
methods, strength, or dimensions may be required to be removed and
replaced with concrete meeting the specified requirements.
Not less than 2 test beams for a flexural strength value will be taken
from the concrete for each 450 square yards or less of concrete pavement
placed each day. A flexural strength value shall be the average of the
strengths of the two beems.
Additional beems may be made by the Engineer as required by concrete
placing conditions, or for adequately determining the strength of the
concrete where the early use of the base or pavement is dependent upon
the concrete strength tests. No extra .compensation will be paid
the Contractor for materials and labor involved in fulfilling
these requirements.
The test beems shall be tested at the age of 7 days in order to
determine the flexural strength. Should the average 7 day flexural
strength, as determined by the average of the last 10 flexural strength
values obtained from test of beems made from concrete of the seme
water-cement ratio, fail to meet the strength requirement, the
Contractor shall modify the 'mix design to obtain additional strength.
Should any set of test beems fail to meet the strength requirements,
that area shall be considered to be composed of concrete having
'deficient strength.
The Engineer, at his option, may reject as non-representative any
individual flexural strength value in each group of ten where
strengths are more than 10 percent above or below the average flexural
strength on the basis of the remaining values.
If required, the Contractor shall provide and maintain curing facilities
at the project site for the purpose of curing concrete test specimens.
The cost of all materials used in test specimens and the cost of providing
and maintaining curing facilities will not be paid for as a separate
pay item, but the costs thereof shall be included in such pay items as
are provided.
October, 1988
Article 360.6 "CONCRETE MIXING AND PLACING", Subarticle (3) "PLACING"
is supplemented by the following:
Where curbs are to be placed separately they shall conform to the
applicable requirements of the Items for "Concrete Curb" or "Machine
Laid Curb" and in addition 1/2" diameter by 8 inch 4owels on 12 inch
centers and a 1/2" diameter horizontal bar tied to the dowels shall
be provided. An approved epoxy resin shall be applied to the
pavement to receive curb after the pavement surface has been
thoroughly cleaned with high pressure water or other approved
method. Curbs shall be grooved at transverse joints by use of
hand tools. Methods for placing of curb, concrete mix design and
equipment to be used shall be-approved by the Engineer prior to
commencing curb work.
Article 360.8 SPREADING AND FINISHING", Subarticle (1) "MACHINE
FINISHING". The eighth (8) paragraph is voided and replaced by the
following:
After completion of the straightedge operation, as soon as
construction operations permit, texture shall be applied with 1/8
inch wide metal tines with clear spacing between the tines being not
less than 1/4 inch nor more than 1/2 inch. If approved by the
Engineer in writing, other equipment and methods may be used,
provided that a surface texture meeting the specified
requirements is obtained. The texture shall be applied
transversely. It is the intent that the average texture depth
measured by three randomly distributed tests within each day's
production be not less than 0.050 inch when tested in accordance
with Test Method Tex-436-A. Should the averag? texture depth
fall below that intended, the finishing procedures shall be
revised to produce the desired texture.
October, 1988
SPECIAL PROVISIOH
ITEH &01
EXCAVATION AND BACKFILL FOR SEI~ERS
For this project, Ite~ &01 ~EXCAVATIONAND BACI~ILL FOR gLUERS", of ~he Stand-
ard Specifications, ts hereby amended with respect to the clauses cited below
and no other clauses or requirements of this Item are waived or changed hereby.
Article 401.2 "CONSTRUCTION ~flETHODS (8) BACKFILL". The fifth paragraph is
voided and replaced by the f611owing:
That portion of the backfill which supports an embankment or road-
bed shall receive mechanical compaction and be compacted to pro-
vide not less than 95 percent of the density as determined in accor-
dance with Tess Hethod TEX-114-E. Field density determination will
be made in accordance with approved methods. The portion of backfill
which will not support any part of the embankment or roadbed shall be
placed in layers not more than l0 inches in depth (loose measurement)
and shall be compacted by whatever means the Contractor chooses to a
density comparable with the adjacent undisturbed material.
Article 401.3 "HEASUREHENT" and Article 401.4 "PAYHENT" are hereby deleted and
replaced by the following:
Article 401.3 NIEASUREH~T AND PAYHENT: No direct measurement or
payment will be made for all work prescribed under this item and
this shall be full compensation for all excavation and backfill
including placing, sprinkling and compaction of material; all
sounding, constructing all.cofferdams, all dewatering, and for
furnishing all materials, hauling, labor, equipment, tools,
sheathing, bracing, cofferdams, pumps, drills, explosives, dis-
position of surplus materials, cutting pavement and base to neat
lines and incidentals necessary to complete the work under this
Item, except that the trench support system shall be paid for in
accordance with Special Specification Item 4010, "Trench Sheeting
and Bracing". The costs thereof shall be considered subsidiary
to the particular items requiring work in accordance with the
requirements of this Item.
SPECIAL PROVISION
T~EM 420
CONCRETE STRUCTURES
For this project the Item "Concrete Structures" is hereby amended with respect
to the clauses cited below. No other clauses or requirements are waived or
changed hereby.
Article 420.11. Placing Concrete - General. 'The second paragraph is voided
and replaced by the following:
The maximum temperature of cast-in-place concrete in bridge slabs and
top slab of direct traffic structures shall not exceed 85 deg. F when
placed. Concrete diaframs, parapets, concrete portions of railing,
curbs and sidewalks, unless monotithically placed with the slab, will.
not be subject to the above maximum. For all other portions of
structures the maximum temperature of cast-in-place concrete shall not
exceed 95 deg. F unless permitted otherwise on plans.
Article 420.24. Finishing Exposed Surfaced (1) Ordinary Surface Finish. The
second subparagraph is voided and replaced by the following:
Whithin 48 hours after form removal, all porous or honeycombed areas
areas and spalled areas should be corrected by chipping away all loose
or broken material to sound concrete and the Ordinary Surface Finish
applied as specified herein or directed by the Engineer. Further work
on the structure will not be permitted until the.Ordinary Surface
Finish is applied.
SPECZAL PROVZSIOH
TO
ZTEH 4ti
CONCRETE FOR STRUCTURES
For thts project the Item, 'Concrete for Structures*, ts hereby
amended with respect to the clauses ctted below. #o other clauses or
requirements are watved or changed hereby.
Article 421.2. I~terials. (1) Cement. The first i~ragraph of this Sub-
article is hereby supplemented by the fo[lowing:
When the cement is to be used in concrete with aggregates that may be
deleteriously reactive, the alkali content (NaO+0.658K20) of the cement shall
not exceed 0.60 percent.
Article 421.g. Quality of Concrete, Table 4, Classes of Regular Concrete, of
this Article is hereby voided and replaced by the following:
Class of Sx.C~,.
Cone. per C.F.
Min.
A
B 4.0
!
C 6.0
S ~6.0
D 3.0
H 6.0
#~n.CmIp.
Sgth.(f'c)
8 Di~, psi
20OO
SgtK.
33O
CLASS OF REGULAR CO(~CRET£
~tio ikb. J -- __
~1-2- ~rille~ sh~(ts,Lri~ge substructure,Culverts (hot O~re:t
6.5 3-4 [traffic) ,inlets, ~nholes,~aa-alls
~ ~nc~te ~Dp~fl slmb,cur~Cutter, Concrete barrier
~' jrail in~,co~J~te ~~walks,Urivewa)s ~
8.0 ' ~-)-4 IRiprip, L~g S~,. Str~ctures Thrust ~a~s
:
36~
~ IS00
· As
ispecified
[ O~ Plans
60: ' 6.0
11.0
jS.S
5-£-7 r
t0~Filie~ Sr~fts, E:;~e R~ilin~ i Substructure,
1-2-3 )Culverts, W~r,o.elis
4-5-*~ .C~crete Appr~:h Sl~b, ~ncrete ~rrier ~iling,
~chine Lmi~ ~
~-3-4
3-4- Pre-St~sse~ ~ncrete Beams, ~xes Ind Piling
5-6- ~te h~er ~iling
£ntrat~ air will be required f~ bridcje slabs, top slabs of direct traffic culverts,
piers, bents, precast piling (non-prestressed), drilled sh~fts places ir. ~ater, bridge
railing and Concrete barrier rallieS. I~ Class 'H" concrete is use.~ ir, barrier
ailing entrained air mill eot be required.
$rade i coarse aggregate ~ri11 mt be permitted in cased drilled shafts.
The use of Grade 7 aggregate mst hive prior approval of the. Engineer.
· Grade 8 aggregate for use in lichieo 1aid curb.
SPECIAL P~OVISION
TO
ITEM 470
MANHOLES AND INLETS
For this project, Item 470, 'Manholes and Inlets', .Ss hereby
amended with respect t° the clause cited below and no other
clauses or requirements of this item are waived or changed
hereby.
Article 470.4. Materials(8) Cast Iron is voided and replaced
with the following:
Article 470.4 Materials (8) Cast Iron or Aluminum. Cast iron
for supports and inlet units shall conform to the shape and
dimensions shown on the plans. The castings shall be clean and
perfect, free from sand or blow holes, or other defects. Cast
iron castings shall conform to the requirements of "Gray Iron
Castings" ASTM Designation: A48, Class 30. Steps may be either
cast iron conforming to the requirements of "Gray Iron Castings"
ASTM Designation: A48, Class 30 or aluminum conforming to the
requirements of ASTM Designation: B211, Alloy 6005-T5.
Article 470.6 Measurement. The second and third paragraphs are
voided and replaced by the following=
ExcaVation and backfill and frames, grates, rings and
covers will not be measUred for payment, but will be
considered subsidiary to the various items.
Article 470.7 Payment. The last paragraph is voided and replaced
by the following:
Payment as provided under the methods above shall be full
compensation for furnishing all concrete, reinforcing steel,
brick, mortar, castings, frames, grates, rings and covers,
for all other materials, tools, equipment and incidentals
required to perform the applicable work described above.
SPECIAL PROVISION
TO
ITEM 471
"FRAMES, GRATES, RINGS, AND COVERS"
For this project, Item 471 of the Texas Standard Specifications is
hereby amended with respect to the clauses cited below and no other
clauses or requirements of this item are waived or changed thereby.
Article 471.4, Measurement, and Article 471.4 "Payment" are hereby
deleted and replaced by the following:
471.4 Measurement and Payment. No separate payment will be made for
the work described 6erein, but the cost thereof shall be included
in the unit price bid for related items of the Proposal.
SPECIAL PROVISION
TO
ITEM 496
REMOVING OLD STRUCTURES
For this Project, Item 496, "Removing Old Structures" is hereby amended with
respect to the clauses cited below and no other clauses or requirements of this
specification are waived or changed hereby.
Article 496.3. Add the following paragraph: The only structures to be removed
which will be paid for under separate Pay Items are:
Existing storm sewer pipe, including appurtenances at the Luna
Road-Belt Line Road intersection.
The existing box culvert, including wingwalls and appurtenances,
to be removed at approximately Station 91+00.
3. Ail existing bridges.
The existing .sluice gate, headwall, pipe, and appurtenances at
approximately Station 111+00.
The removal of all other structures shall be considered incidental and will not
be paid for under separate Pay Items.
SPECIAL PROVISION
TO
NOBILIZATION
For this project, Item 500, t~obilization'* is hereby amended with respect
Co the clauses cited below and no ocher clauses or requirements of Chis
specification are waived or chansed hereby.
Article 500.3. Payment. This article is voided in its entirety and re-
placed by the following:
Partial payments of the "Lump Sum" bid for mobilization will be as
follows. The adjusted contract amount for construction items as
used below, is defined as the total contract amount less the lump
sum bid for "Mobilization." Partial payments for mobilization will be
made in accordance with the followinB schedule up to a maximum of
10 percent of the total contract amount, includin$ this Item.
(1)
~l~en 10 percent of the adjusted contract amount for construction
items is earned, 50 percent of the ,mobilization lump sum will be
paid.
(2)
Upon completion of 25 percent of all work under this contract,
payment for 75 percent of the lump sum bid for "~tobilization"
will be paid.
Upon completion of 50 percent of all work under this contract,
payment for the remainder of the lump sum bid for "~obilization"
rill be made.
AususC 1987
SPECIAL PROVISION
TO
ITEM 502
BARRICADES, SIGNS AND TRAFFIC HANDLIN~
Pot this Project, Item 5021 BARRICADB$~ SIGNS AND TRAFFIC HANDLING, of the
Standard Specifications is hereby emended with respect to the clauses cited
below and no other clauses or requirements of this Item are waived or
chansed hereby.
Article 502.2 CONSTRUCTION HETHODS. The first paragraph is suppl~nented by
the following: High intensity grade reflective sheeting shall be used on
all signs and barricades on this project in accordance with SDHPT
specification D-9-8300.
The second paragraph is voided and replaced' by the following: The Traffic
Control Plan (TCP) will be coordinated with the approved schedule and
sequence of work for the Project, and developed by the Contractor and
approved by the Engineer. Prior to beginning wozk, the Contractor shall
designate, in writing, a.competent person who will be responslble and
available on the project site to insure compliance with the TCP. The
Engineer or his representative will have the authority to assure compliance
with TMUTCD and TCP.
Article 502.3 NBASUREHBNT. is voided and replaced by the following:
Barricades, Signs and Traffic Handling will be measured by the unit of
measure, "month" or fraction of a month. Time for beginning measurement for
payment shall begin upon the effective date of the "Notice. to Proceed"
provided signs and barricades are in 'place or upon the date thaat signs and
barricades are cceaplete in place follow£ng the effective date of the "Notice
to Proceed." Measurement for payment shall end upon the date of completion
of the final inspection unless the Contractor has been previously authorized
to remove the signs and barricades in which case measurement shall cease
effective the date of such authorization. Installation and removal of
temporary guard rails shall be considered incidental to this item.
SPECZAL PROVZSION
TO '
~TEM 504
STRUCTURE FOR FZELD OFF~CE AND LABORATORY
For this project, [rem 504, "Structure for Field Office and Laboratory',
clauses cited below and no other clauses or requirements of this specifi-
cation are ~atved or changed hereby.
Article 504.2. General Requirements: This article is voided in its entirety and
replaced by the following:
The building shall be provided,'operational, on the jobsite as soon as
possible after the contract is executed--prior to con~nencement of any work.
It shall remain in place until the project is accepted by the County as
complete, unless its earlier removal is authorized by the Engineer. It shall
be located near the Contractor's work area, adjacent to the project, at a
location acceptable to the Engineer. It shall be an independent unit, detached
from any office, storage, or warehouse building occupied by the Contractor
and shall be at least 50 feet from any such Contractor's facilities. This
building shall be for the sole use of the Engineer and.inspecting force.
Should the building be destroyed or damaged in any manner, except thru the
negligence of the occupying Engineering force, the Contractor shall
immediately restore it to its origina] state. Upon completion of the project,
the building will become the property of the Contractor and shall be removed
from the project site by the Contractor.
Article 504.3. Type of Structure is voided in its entirety and replaced by
the following:
The structure shall have or be built to at least the following standards
or as approved by the Engineer.
The field office shall not be less than lO'xl6'x8' high with four completely
weather stripped glass windows Lone in each wall) and. one completely weather
stripped exterior door. The walls shall be insulated.
The field office shall be furnished with a unit for heating and cooling of
sufficient capacity for maintaining suitable office temperatures. It
shall have sufficient fluorescent ceiling lights, suitable number of 120 vac
duplex wall receptacles and telephone jack.
The office shall be provided with a desk, two chairs, one trash container, and
one drinking water container. It shall also have a 72"x32" plan table.
The building shall be installed level and stable, located and facing the
dilrection agreed upon by the Engineer. All utilities, including a telephone,
shall be connected and paid for by the Contractor until final acceptance of
the contract work on the project.
The ·rea outside the building ~r~ll be kept r. lean and mlncalned by the
Contractor aa required by the Enstneer. Suitable outside steps, v/th
porch and reilLu$, size to be directed by the ~niinear, shoe sole
cleanLus scraper0 .concrete or Stave! nlk (depeedins upon the site con-
dicions), an ·ccurete outside hi-low thermmeter, adequ·te outside er·oh
containers v~th covers shtU be provided. An outside llsht shall be pro-
vided to lishc the field office area at u:l~ht. Should v·ndalism become
· problem, the Contractor shall provide suitable security .surveillance
and area rent,ns or both to ~nsure the s·fety of the field office and
its contents.
Article $0&.4. Heasurment and Payment lo voided and replaced by the followtn$:
Article $04.&. Neasurement. Field Office vLO be measured by the unit of
measure '~onth" or fraction of a month. Heasurenent for payment shall be-
sin upon the effective date of the "Notice to l~oceed" provided the Field
Office is complete in place v~th all utilities and other specification
requirements installed and operatins. Other~rlse, measurement for~payment
w~ll besin follow~nS the effective date of the "Notice to Proceed" when the
Field Office complete with all utilities, and specificaicon requirements
is installed.
Article 504.5. Payment. The work and material as prescribed by this item
measured as provided under '~easurement" will be paid ac the unit price
bid for "Field Office". This price shall be full compensation for fur-
nishing all labor, materials, supplies, furniture, equipment, utili£iei,
and incidentals necessary to complete the work as specified.
SP£CIAL P~OVISION
TO
IT[N 618
CONDUIT
For this Project, Item 618, 'Conduit', of the Standard Specifications, ts
hereby Mmended with respect to. the clauses cited below and no other clauses
or requirements of this 1tern are waived or changed hereby.
Arttcle 6]8.2, 'Materials', ts hereby supplemented by the addttton of the
following:
Junctton Boxes. Cast 1ran parapet Junctton boxes shall be provtded where'
Indicated on the Plans and shall be mounted flush wtth the face of the con-
crete parapet. All boxes shall contatn threaded bosses and adapters to
galvanized rigid metal conduit as Indicated on the Plans.
Boxes shall be galvanized cast iron not less than ]/4-inch thick, of inside
dimensions indicated, and shall be complete with plain covers, mounting
flanges, bosses with drilled and tapped holes, neoprene gaskets, brass cover
screws, and ]/Z-inch screwed copper drain to below or outside face of con-
crete.
Cast 1ran boxes shall conform to the requirements of ASTM Designation A 48
and shall be galvanized tn accordance with the requiroments of A~TM Designa-
tion A 123.
Junction boxes shall be ]Z' x 6' x 6' inside flanged, recessed cover, O.Z./
Gedney's Type YU ]20606, or approved equal. Each box shall have an interior,
~lind drtlled and tapped mounting button to be used for grounding purposes.
Conduits. Roadway lighting and signalization conduits shall be provided in
the sizes and types Indicated as shown on the Plan. Ten gauge minimum gal-
vanized pull wires are required in all conduits. All conduit tn structures
shall be galvanized rigid metal conduit and shall be furnished with expansion
Couplings Of the size specified or required by the Plans.
Conduit expansion joint fittings sha]l provide for a minimum of 8 inches of
total movement and shall be equal to O.Z./Gedney's Type EX with Type B~
bonding Jumper.
Pull Boxes. Pretest fiberglass pull boxes shall be provided where indicated
on the Plans. Pull boxes shall be rectangular with minimum tnstde dimensions
of ]2 inches by 24 inches and a 12 inch overall depth. Boxes shall be
founded on an ]8 inch deep gravel sump with an area at least equal to that of
the box.
Arttcle S]8.6, 'Pojuent', ts hereby deleted end repllced b~ the following:
618.6 Pi~uent. Conduit, mosured os provided under 'lVisurment', will be
paid for it the untt price bid for 'ConduJtmo of the tj~pes end stzes
gspectfled, uhlch prtces sho11 rich be ~u11 compenset~on for furnishing omi
nstolllng oll cofldult, Jicktng. bortng, excivitJng, backfilling, reploclng
payment or surfoce treitmflt, ond mrktng Iocitton of coflduJt; for
furnishing end Installing oll fJtttflgs, outlet boxes, bends, expoflstofl de*
vtces, Junctton boxes, pull boxes, ittichmtnt devtces and tflctdent, ols, ond
for 411 Iobor, t°°ls, equtlmeflt, iud Incidentals is necesser~ to complete the
S~ECTAL SPECIFICATION
ITEM 2030 TO 2043
WATER AND SANITARY SEWER
Water and sanitary sewer appurtenances encountered by the Contractor
during construction of this project will be adjusted by the Contractor as
necessary to permit construction and to conform to the finished grades on
the project. All materials and workmanship required for these adjustments
will be made in accordance with the North Texas Council of Governments
(NCTCOG), Standard Specifications for Public Works Construction and City
of Carrollton Standards.
The items which cover installation of the water and sanitary sewer
facilities are as follows:
A. Item No. 2030A - 12 inch Ductile Iron Water Pipe
This item consists of furnishing ~nd placing approximately 260 L.F.
of 12-inch Ductile Iron Water Pipe in accordance with these
Specifications and Addenda thereto.
This item, complete, and is to include fittings, blocking, polyviny1
wrap, embedmen~s, mechanical tamping, diagonal utilities and removal
and/or replacement of permanent paving and paving related items
(saw-cut, base, asphalt, concrete, sidewalk, driveways, curb and
gutter, curb, seed, sod, etc.).
Measurement and
Specifications.
Payment will be in
accordanc9 with these
B. Item No. 2030B - 12 inch Ductile Iron Water Pipe On Bridge
This item consists of furnishing and placing approximately 859 L.F.
of 12-inch Ductile Iron Water Pipe, ANSI Class 53, in accordance with
Items 6.7.3. and 2.12.8. of these Specifications and Addenda thereto.
This item, complete, and is to include embedment materials, polywrap,
fittings, mechanical' tamping, diagonal utilities, bridge attachment
brackets and permanent paving and paving related items (saw-cut, base
asphalt, concrete, sidewalk, driveways, curb and gutter, curb, seed,
sod, etc.).
Measurement and payment will be in accordance with Item 6.7.3.(g) of
these Specifications.
C. Item No. 2031 - 12 inch Pol~vin¥1 Chloride Sanitary Sewer Pipe
This item consists of furnishing and placing 12-inch Polyvin¥1
Chloride Sanitary Sewer Pipe in accordance with these Specifications
and Addenda thereto.
This ~tem~ complete, and is to include embedment materials,
mechanical tamping, diagonal utilities, and removal and/or
replacement of permanent paving and paving related items (saw-cut,
base, asphalt, concrete, sidewalk, driveways, curb and gutter, curb,
seed, sod, etc.).
Measurement and
Specifications.
Payment will be in
accordance with these
Item No. 2033 - 12 inch Gate Valve
This item consists of furnishing and placing 12-inch Gate Valve in
accordance with these Specifications and Addenda thereto and the
applicable Standard Appurtenance Sheets.
Measurement and
Specifications.
Payment will be
in accordance with these
Item No. 2034 - Cu~ and Plug Existing Water Main
This item consists of Cut and Plug Existing Water Main as indicated
on the Plans.
The cast iron plug shall be incidental to this bid item.
Item No. 2036 - 48-inch Diameter Manhole
This item consists of.furnishing and placing 48-inch Diameter Manhole
in accordance with these Specifications and Addenda thereto and the
applicable Standard Appurtenance Sheets.
Measurement and
Specifications.
Payment will be in
accordance with these
Item No. 2037 - Type "A" Manhole
This item consists of furnishing and placing Type "A" Manhole in
accordance with these Specifications and Addenda thereto and the
applicable Standard Appurtenance Sheets.
'Measurement and
Specifications.
Payment will be in
accordance with these
Item No. 2040-2043 - Appurtenances to be Adjusted and Pay Items
Provided Include the Following:
Item 2040, Adjustment of Water Meter and Water Meter Boxes
Item 2041, Adjustment of Water Valve Covers and Riser Pipes
Item 2042, Adjustment of Sanitary Sewer Manholes
Item 2043, Adjustment of Fire Hydrants and Valves
On-site inspection will be performed by a representative of the City
of Carrollton.
Ail water and sanitary, sewer facilities must be protected during all
phases of construction operations. Stormwater must be prevented from
entering the wastewater collection system at all times. Any damage
or loss to facilities will be the sole responsibility of the
Contractor. Damaged or lost parts will be replaced with parts
manufactured to meet NCTCOG Standard Specifications Any
interruptions to service caused by the Contractor's operations, such
as line stoppages or breakage, must be repaired immediately. If the
service must be restored by the City, the costs will be borne by the
Contractor.
The unit price bid for each pay item will include all costs to bring
the specified appurtenance to finished line 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 assure continuous and uninterrupted service, and for
all material, labor, and equipment costs to satisfactorily complete
and adjustments to the intent of the Plans and Specifications. All
facilities must be complete 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.
Pay items for adjustment of water and sanitary sewer appurtenances
will be bid separately from other items in the contract. Ail items
for adjustment of water and sanitary sewer appurtenances, at the time
the contract is awarded, are at the sole discretion of the City. The
decision to include these items of work or to include them as a group
will be made after the bids are received and before the contract is
awarded.
The proposal prices bid for pay items covered in this Special
Provision for adjustment to water and sanitary sewer 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.
SPECIAL SPECIFI C~TIONS
ITKN 2050
FLAP AI~ SLTDB GATKS
PART ! - 6Eh~RAL
1.0 THE GKNKRAL PROVISIONS AND RF~ULATXONS, and applicable requirenents of Special
Provisions are hereby made a part of this Section.
1.! G'~I~I~L. Gates and other items furnished and installed under this Section
shall be fabricated, ass~nbled, erected, and placed in proper operating condition in
full conformity with the detail Drawings, Specifications, engineering, data.
instructions, and recommendations of the manufacturers as approved by the Engineer.
1.2 SCOPE. The work to be done under this Section covers supplyin$ and installing
flap gates and slide gates on various gravity drainage outlets, as listed on the
"Schedule of Gates".
1.3 FUNCTION. Flap gates on the gravity drain conduit serve to prevent backflov
frc~ the river into the levee interior. The slide gates are to provide emergency
closure of the gravity dra'in condult.
1,& SHOP DILa~INGS. Hanufacturers shall furnish all necessary shop drawings for
proper installation of all sates and associated items.
1.5 INFOI~tATION R~QIrII~D TO BID. All proposals shall include the following:
A, Hanufacturer~ s Name.
B. Time Required ~or Delivery Of Equipment.
C. Manufacturer's ~rranty.
PAR~ II - NAT~RIALS
2.1 HATERIALS. Gate frames, gate leaves, and thizbles shall be cast iron.or cast
steel, suitable for use in stoEn drainage water from a residential and comnercial
neighborhood. Slides on the square slide sates and the seating face on the flaps
shall be bronze, corrosion-resistant steel or monel suitable for environmental
exposure. Ail gates shall be provided with a cast iron vail thimble of the proper
size. Thimbles and gate bodies shall each be cast in one piece. Slide gate stems
shall be either AISI 301 or 304 corrosion resistant steel. Slide gates shall be
fitted with an adjustable wedge system to insure maximum water tightness under
unseating head conditions. Wedges shall be bronze, corrosion resistant steel or
monel and shall be machined on all wearing surfaces. Gates shall be supplied with
stem guides as indicated on the dravings. Stem guides shall be of the adjustable
type providing lateral adjustments in two directions and shall be bushed with a
bronze bushing. Anchor bolts for stem guides shall be furnished by the gate
manufacturer and shall be of stainless steel.
2.2 PERFORNAHC~ CRITERIA. Gitef shill be des£gned for the seating heads shown on
the attached eSchidule of Gates'. All flaps shall swims freely and shall open with
no note than 6 inches of water against the lower edge, Hinge end-pivot arrangement
for flap gates shill prevent t£ppin$ of the leaf which would cause wedging of the
leaf in the opening.
The slide gates shall be for emergency use and will be no~ally stored in the open
position with the gate leaf above water. Each gate shall be provided with an
operating ho£st mechanism or llft capable of closing the gate against a 30-foot
seating head, and opening the gate frc~ its seated position against an unbalanced
head of 2~ feet of water. It shall be geared to allow ra£sing of the unseated gate
by application of no more than a 2~-pound pull on the hand crank. All gates shall
confor~ to the requirements of A~AA Standard C~01.
2.3 DESIGN DETAILS.
A. USchedule of Gates".
SCHEDULE OF GATES
ITEM LOCATION AND NO.
NO. DESCRIPTION REQ'D.
9 SLUICE GATES 1
SIZE AND TYPE
OF GATE
MAX. TYPE OF WALL SLIDE
~EAD OPERATOR THIMBLE FRAME
84-INCE SQUARE, 50'S
FLUSH BOTTOM, 15 'U
HEAVY DUTY
PEDESTAL LIFT BY MANWA~TtrRER BACK
10 FLAP GATES 1 84-INCH SQUARE
~EAVY DUTY
50'S ENCLOSED GEAR AS RECOHNENDED
PEDESTAL LIFT BY NANtrffA~R
B. Slide gate hoists or llf~s shall be similar to Ansco CPE Type and shall be
fitted with a secondary shaft or crank which will permit optional use of s portable
power drive without disassembly or modification of the hoist. On the 84-inch square
gates, the lif~ shall have more than one operating sear ration to permit closing of
the gate in less than ten (10) minutes at a crank speed of 150 rpm.
C. Slide gate stems shall be the rising type and shall be provided with a
metal stem cover. A gate position indicator shall be provided to indicate aspen" or
"closed' position. Either a dlal type, on the hoist, or a sliding indicator, on the
stem cover, will be acceptable. A flexible closure seal shall be provided if a
sliding type indicator is used. External fittings shall be provided to permit
lubrication of the hoist thrust nut and stem without removing stem cover.
PART III - INSTALLATION
3.1 INSTALLATION. Thimbles for all gates shall be emedded in the concrete
structure, preferably in the first pour. Internal' bracing shall be provided for the
thimbles to prevent distortion during concrete placement. The face of all embedded
thimbles shall be pl~b and Square. The face of the thimbles shall be coated with a
waterproof mastic compound before mounting the gate frames. Bolts shall be -
tightened to force out excess mast/c, but shall not cause warp/nS or d/stortion of
the sate frame or body.
3.2 PAINTING.
3.2.1.10 SUP. FACE PREPARATION:
3.2.1.10.1 GENERAL. Surfaces to be painted shall be clean before applying paint or
surface treatments. OLt, grease, dirt, rust, loose mLt1 scale, old weathered paint,
and other foreign substances shall be removed except as hereinafter specified. The
removal of oll and 'grease shall, in general, be accomplished by blast cleaning,
minor amounts of grease and oil contaminants will be tolerated on the surface, prior
t° blast cleaning, provided that abrasive is not reclaimed and reused.
3.2.1.10.2 Clean cloths and clean fluids shall be used in solvent cleaning to avoid
leav/ng a thin film of greasy residue. Cleaning and painting shall be so proir-mmed
that dust or spray from the cleanlng process will not fall on wet, ne~ly painted
surfaces. Hardware, electrical fixtures and similar accessories shall be removed or
suitably masked during preparation and painting operations, or shall be disconnected
and moved to permit cleaning and painting of equipment, and following painting shall
be replaced and reconnected. Hangers, brackets and other metallic surfaces which
are unaccessible after installation shall be painted, except for final coat. prior
to installation. Specific surface preparation requirements are included in Paint
Systems.
3.2.1.11 PAINTS:
PAINT CLASSIFICATIONS
Type Product Number/Descript ion Thickness
A. Tnemec Series 66 Epoxoline (or Equal) 3.0 mils/coat
B. Tnemec Series 66 EpOXoline (or Equal) 5.0 mi/s/coat
3.2.1.12 HECHANICAL EQUIPMENT: Slide Gate Hoists, OperatinS Stands, and Stem
Cover: Shop painted with manufacturer's standard machinery enamel paint, color to
be des£gnated by the Engineer.
3.2.1.13 FLAP AND SLIDE GATES: Shop Coat - One (1) coat of A, Field blast to
SSPC-SP-10; Field Coat -Two (2) coats of B. Total dry fihn thickness - 10 to 12
mils.
3.3 TESTS. The Contractor shall verify the smooth and proper operation of all
gates. Flap gates shall be tested by running water into the pipe or sluice to depth
of not more than 6 inches. Flap should open freely before full test depth is
reached. .Flaps shall be manually open to approximately 30° from vertical and
alloyed to drop. Flap should swing shut freely without binding or tilting.
Slide sa~es shall be opera,ed ~hrough a~ least one full cycle wi~hou~ b~ndinS or
stickins. OperatinS fo~e shll no~ ~e~ ~ p~d,. ~h so~e clos~ and sealed,
the seals ~hall fit sn~ and t~ht. ~e seals ~hall fit vlth~ .005 -~ch and any
~p vh~h will a~ic a O.020-~ch feeler sase shall require EeadjuatmenC of sacs
seabag.
PAI~ IV - P~
4.1 All work under this Section shall be paid for in accordance with the method
indicated on the plans and proposal, and also which payment shall include all labor,
materlals, equipment, and supplles necessary to procure, install, and test flap and
sllde sates described herein, and shall include sate flaps or leaves, wall thlmbles,
sate frames as detailed, and operatinS stems and stands for the slide sates.
SPECIAL SPECIFICATION
ITEM 4010
TRENCH SHEETING AND BRACING
4010.1 Description. This item shall govern for trench suppor~ systems
for trenches exceeding five feet in depth. This item shall also govern
for pumping or bailing and drainage, and for all sheeting and bracing of
trench walls. No other items, specifications, or requirements are waived
nor changed by this item.
4010.2 Support System Desixn. Trench supports shall be planned and/or designed
to comply with all pertinent requirements of the U.S. Department of Labor
Occupational Safety and Health Administration (OSHA) Standards, OSHA 2207,
PART 1926 and OSHA 2226. The Contractor shall furnish five copies of shop
drawings for each trench support system proposed. Separate drawings or
details shall be provided for each 2-feet increment of trench depth. Designs
shall bear the seal and signature of a professional engineer registered in
the State of Texas.
4010.3 Construction Methods.
(1) 'Trenching requirements:
(a)
Trenches more than5 feet in depth shall be provided with a
support system or some equivalent means of protection which
will provide a safe environment for workmen. The system may
consist of sheet piling, shoring, bracing, a Trench shield
or slopes being laid back to the an$1e of repose of the soil.
A trench shield shall'be considered the minimum safety support
system. (See Table P-1 and P-2, and Figures 1, 2 & 3 of this
specification.)
(b)
Materials used for sheeting, sheet piling, shoring., bracing
and trench shields shall be sound, durable and in good se~:viCe-
able condition. Trench Jacks, braces, and wedges shall be
placed horizontally.
(c)
Where trench slopes are laid back, a suitable berm shall-be
used between the slope and the lip of portions of trenches
not sloped back.
(2) Trench Exits:
For cases of emergency, an exit route must be provided for
workers to be able to leave a trench quickly. 'Such exits may
be a ladder or steps and shall be located to require no more
than 25 feet of lateral travel.
4010.4 Inspections. Trench support systems will be inspected daily,
cooperatively and Jointly by the Contractor's superintendent and Dallas
County's inspector. Any deficiencies will be corrected immediately
to the satisfaction of the Engineer. Inspections are also required after
rainfall, snowfall, ice storms, or any change in conditions that may
increase the possibility of a cave-in or slide.
4010.5 Measurement. For this item, measured for plan quantities, measure-
ment has been made from drainase profile sheets and are thoss quantities in
linear feet of trench, irresardless of v~dth, vhichmeasure note than five
feet from the bottom of the pipe shell to the top of the ground a~ reflected
by the profile. No change from plan quantities v~ll be peru~cted unless
ocher trench requirements are added co Chh plans and contract by field
Change.
4010.6 Pa~nenc. The york performed and uateriala furnished aa prescribed
by chis iteu and measured aa provided under ~(.eaauremenC" v~ll be paid for
ac the unic price bid for "Trench Support System" which price shall be full
coupensacion for furnishing all meCerials and for all designs, elopee, drain-
age, manipulations, labor, tools, equipment and inciden~als necessary Co
complete the work. ?a~nent for all excavation, pipe bedding, pipe placement,
backfill, compaction and ocher features necessar~ to complete the york where
such trenches are necessary will be as provided elsewhere in the specifi-
cations.
August 1987
TABLE
TlOle P-1 ' - ,
APPROXII~TE ANGLE OF REPOSE
FOR SLOPING OF SIDES OF EXCAVATIONS
T~em:h
TRENCH JACKS IN
TRUE HORIZONTAL
POSITION AND SPACED
VERTICALLY
up~gms
' Sheeting
-- Water firm
EXCAVATION BoI'rOM
BELOW WATER LINE
SHEETinG SHOULD BE
DRIVEN BELOW BOI'rOM
F/~//'e 2.
ONE EXAMPLE OF
SEVERAL TYPES
OF SHEETING
Cleats
Braces
Sheet Pilings
Figure 3.
Trench,ng machine
TRENCH SHIELD
END OF SEC~ON
Spoil
Trench shield
--Tarrlper //'~
GENERAL NOTES
The Contractor shall submit to Dallas County Public Works a detailed
'sequencing plan that shall cause minimum interference with traffic
along, across- and adjacent to the project. In preparing the plan,
the Contractor shall consider the following requirements:
a. Contractor will not have sole use of the project right-of-way and
will coordinate his work effort with forces from Dallas County and
St. Louis-Southwestern Railway.
b. Contractor will install storm drains and perform necessary utility
adjustments concurrently except in areas that require embankment
construction prior to storm drain installation.
c. County Forces will perform concrete removal, roadway excavation,
construct roadway embankment and necessary detours. The
embankment will be constructed to rough grade (plus or minus 0.1
foot).
Contractor shall be responsible for traffic handling and safety in
the project area during construction.
e. The sequence shall provide detour locations and Traffic Control
Plan submitted to Dallas County Public Works for approval. Ail
detouring, barricades, guard rails, and signage shall conform to
the requirements of the SDHPT manual in Uniform Traffic Control
Devices.
f. This project involves traffic handling on I.H. 35E. A Traffic
Control Plan (TCP) was submitted to the SDHPT for approval based
on sequence shown on the plans. Should the Contractor's proposed
sequence significantly vary from what is shown, a revised TCP
shall be submitted for approval to the SDHPT through Dallas
County.
g. Closure of Belt Line Road from Luna Road to HuttOn Drive will be
permitted, however access shall be maintaining to the J. B. Wood
property at all times.
h. The 12 inch water main at Hutton Creek cannot be taken out of
service for more than six hours. The intent is to leave the main
in service until the relocated main is ready to be put into
service. Connections shall be made simultaneously.
Prior to start of construction, it is the responsibility of the
Contractor to determine the location of all utilities, whether or not
shown on the plans. The Contractor shall also become familiar with
any proposed adjustments to be made by the utility owners and extend
full cooperation. Any cost resulting from Contractor damages to
utilities shall be the responsibility of the Contractor.
Through the construction operation, at least two'12' minimum width
vehicular travel lanes shall be provided for two-way traffic on
existing roads and detours within the limits of the project. County
Forces will maintain detours constructed by the County. Existing
roadway will be maintained by Contractor under Item 350.
4. Through the construction operation, all existing streets, roads,
alleys and driveways connecting to the proposed Belt Line Road shall
remain open to traffic.
5. If at any time during construction, the Contractor's proposed plan of
operations results in unsafe traffic movement in the opinion of the
Engineer, the Contractor shall immediately correct the unsatisfactory
condition.
6. The Contractor shall notify the Department of Public Works of both
Dallas County, the City of Coppell and the City of Carrollton, 48
hours prior to any construction of utilities and paving.
7. The Contractor shall make his own arrangements for water supply for
use during construction with the owned utility.
8. The end of street and driveway pavemgnt shall match the existing
paving unless otherwise directed by the Engineer.
9. Existing Portland Cement concrete pavement or existing curb or Curb
and gutter to be removed shall be sawed along neat lines where
portions are to be left in place. Required sawing and removal will
not be paid for directly, but will be considered as subsidiary to the
various items of the contract.
10. Pipe bedding shall be Class "B" in accordance with Item 464 of the
Standard Specifications. No direct payment will be made for this
work, but shall be subsidiary to the various bid items.
11. Inlet and manhole rings, frames and covers shall be provided for all
inlets and manholes as shown on the plans. No'separate payment will
be made for inlet or manhole frames and covers or for inlet grates,
but they will be subsidiary to Item 470. Painting will not be
required for cast iron frames, grates, rings or covers. All inlet
'grates and covers shall be tack welded to the ring or frame with two
1-inch welds. Payment will be subsidiary to this item.
12. The items under which payment is to be made are as listed in the
Quantity Estimates and reference to other items in the standard
specifications as pay items is hereby deleted. The provisions for
construction and material requirements for such items are to be
complied with and only the provision for direct payment is deleted.
13. In the adoption of the State Department of Highways and Public
Transportation Standard Specifications, it is understood that any
reference made to the State Department of Highways and Public
Transportation shall be interpreted to include Dallas County as
applicable.
14. Two signs shall be furnished and installed b¥ the paving contractor,
as the end of the project at locations designated by the Engineer.
The signs shall be constructed as shown on the plans and
specifications. The signs shall be considered incidental work and
will not be paid for directly.
15. All trench excavation and backfill required for pipe sewers and box
culverts will not be paid for directly, but will be considered
subsidiary to the various items of the contract.
16. Ail asphalt pavement removal shall be done to neat lines, either sawn
or cut. Payment will be subsidiary to other items of work.
17. A very important feature of this contract is providing for the safety
and convenience of the traveling public and abutting _property
owners. The schedule to be provided under Item 1, of these GENERAL
NOTES shall ensure this. Where in the opinion of the Engineer, local
traffic and abutting property owners would be unduly inconvenienced
for an extended period of time, the Engineer shall limit the length
of excavation area that the Contract may open at one time. The
Contractor shall plan his work so the lime Treated Subgrade follows
closely' completion of the Roadway Excavation and Embankment and that
paving operations will follow after curing the Lime Treated
Subgrade. For protection of the pavement subgrade and to reduce an
unsightly condition, backfill behind the curbs will be done in a
reasonable time after pavement cures and forms are removed.
18. No dirt, mud, or any other material shall be allowed to fall or be
tracked onto the existing finished roadway, it shall be .the
responsibility of the Contractor to maintain the existing traveled
way in a clean condition at all times.
19. The Contractor shall furnish the Engineer a copy of a signed
agreement with .the property owner for each disposal site which the
Contractor intends to use for "waste" materials. Conditions and
restrictions, if any will be clearly stated. Compliance will be
requiredl and a release from the property owner must be obtained upon
completion of the project.
20. Connecting to existing reinforced concrete pipe will not be paid for
directly and shall be subsidiary to other items of work.
21. The pay items established in the proposal form shall be considered
full payment for all work required to complete the project in
accordance with the contract documents. Any materials or work
required to complete the project shall be considered incidental to
the pay items as established.
22. Any salvable material encountered on this project shall become the
property of Dallas County, including flexible base, flexible
pavement, pipe culverts, guard fence, etc., when Dallas County Road
and Bridge Districts request the material. The Contractor shall load
the material on Dallas County trucks following removal and shall
stockpile at an agreed adjacent site to be loaded at a later date.
The Road and Bridge District in which the project is located shall
have first choice of the salvable material. If no Road and Bridge
District requests the material, it shall become the property of the
Contractor to be disposed of by him at this entire expense.
24.
25.
26.
27.
28.
29.
Any st~lctural excavatio~ and backfill shall be incidental and not a
separate pay item.
At skewed headwalls, the Contractor must cut the pipe flush with the
headwall and adjust the headwall opening as required. The Contractor
must also grade the area adjacent to the headwall., in order to match
top, wall and sides of the headwall. All of this work shall be
incidental and not a separate pay item,
Ail "Y" inlets shall comply with the General Design Standards of the
City of Carrollton.
72 hours prior to the start of construction of 12 inch sanitary sewer
line at Station 107+30, the Contractor shall notify the Trinity River
Authority of Texas Central Regional 'Wastewater System Engineering
Division at (214)263-2251 or (214)262-5186. Ail inspections of the
sanitar~ sewer line construction must be performed by Trinity River
Authority Inspectors. A pre-construction meeting with the Contractor
and TRAwill be required.
Concrete collars where required will be subsidiary to item 465.
The Base Bid for the project includes construction of a 4 lane urban
divided thoroughfare with 6 lane bridges. Alternate Bid No. 1 are
the quantities to construct a 6 lane urban divided thoroughfare.
Alternate Bid No. 2 is the quantities for the precast box storm drain
option in lieu of the cast-in-place base bid. The County reserves
the right to award or not award'the contract with the various
alternative bids as necessary for the best interest of the CountY.
The Contractor shall submit bids on the Base Bid and Alternative No.
t. The Contractor may submit a bid for Alternative No. 2. In
awarding the contract, the County reserVes the right to adjust
quantities to construct either 4 or 6 lanes in the respective cities
of the project.
Item 164.4, Broadcast Seeding, includes fertilizer. The fertilizer
shall be a 16-20-0 mixture applied at 300 pounds per acre. The cost
of this work is subsidiary to Broadcast Seeding.
SIGN SPECIFICATIONS'
DALLAS 'COUNTY
DEPARTMENT'OF PUBLIC WORKS
1985 BOND PROGRAM
BELT LINE ROAD
MacARTHUR BLVD. TO IH-35E
COUNTY JUDGE' LEE F. JACKSON
COUNTY COMMISSIONERS
DIST. NO. I - JIM JACKSON DIST. NO. ;3 - JOHN WILEY PRICE
DIST. NO. 2 - NANCY E. JUDY DIST. NO. 4 - CHRIS V. SEMOS
(JOHN DOE COMPANY ... GENERAL CONTRACTOR)
PROJECT S'IGN DETAIL
SRECIFICATIONS
SIGN PANEL -- 1/2" LAMINATED'
DUOLOX MASONITE OR
1/2" MARINE PLYWOOD
FRAME -- 2" x 4" STOCK
FRAME TO BE PAINTED "WHITE"
PAINT BACKGROUND OF SIGN "WHITE"
PAINT MESSAGE OF SIGN "BLUE"
ALL PAINT TO BE "OUTDOOR TYPE"
II
III
III
SIGN FRAME DETAIL
~R'S P~YHEHT B0tiD
CoutracUff, of County, and State of Tests '# '" Yriactp~ and-
as ~y, are held and £iruly bound unto the' CotmCy of Zte3~w, ~tt~ of
Tezan, obliges ~n the penal sun of
dollars, ( ), lavfu~ mmey of
Suce8, Co ~e 'paid to said County or ice certain attorneys or
for which mums of moue7 yell and CEuly to bm paid, ye bind ouroeXm, our
heirs, successors, executors and administrators, :Jointly and severally by
these presence.
~, The Principal has entered into a certain b-titian c~mtract
rich cb County of Dallas, Texas, dated da7 of ..., 19__,
for construction of Belt Line Road Project No. 490-402 and 403
~hich contract is hereby referred co and made a part hereof as fully and
to the same extent as if copied ac length herein.
N01~, THEREFORE, the condition of Chis obligation is such, chat if
the said bounden Principal
shall pay all claimants supplying labor and materials Co ht~ or u sub-
contractor in the prosecution of the york, provided for in said contract,
then chis obligation shall be void; othe~wise to remain in full force and
effect.
PROVIDED NOi~V~, Chat his bond is executed pursuant to the provis-
ions of Article 5160 of the Revised Statutes of Texss as amended by Acts
of the 56Ch Legislature, Regular Session 1959, and all liabilities on
chis bond shall be determined in accordance with the provisions of said
Article co the sane extent as if it vere ~opied aC length herein.
IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed
~nd sealed chis instrument Chis _ day 9f , 19_._..
Done in the presence of:
BY:
Principal
Principal
Corporate Surety
BY
Attorney in Fact
COHTRA~R' S P ,KRFORIdAHCE BOHD
KHOg ALL HEN BY THESE i~KSEHTS, ThaC ,, Coutraccor(s)
of CountT, smd State of Texas, as pr~Lpal and
as Surety, are held and ftruly bound unto the County of Dallas, State of
Texas, obliges, tn the penal scm of
dollars, ( ), lawful money of the United
States, to be paid to said County or its certain attorneys or assigns, for
which suns of money, well and truly to be paid, we bind ourselves, our heirs,
successors, executors and administrators, Jointly and severally, firmly by
these presents:
~IEREAS, the Principal has entered into a certain ~TirCen contract with
the Obltsee, dated the day of , 19. , for construction
of Belt Line Road Project 490-402 and 403
Which contract ts hereby referred to and made a part hereof a~ fully and to
the smne extent as if copied at length herein.
NO~, THEREFORE, the condition of this oblisation is such that if the
said bounden principal
shall in all things well and truly perform the work in accordance with thc
plans and specifications and terms and conditions of the 'foregoing contract,
to be by them performed and within the time therein mentioned, then this ob-
ligation shall be void; othe.r~ise, to remain in full force and effect.
PROVIDED HOWEVER, that his bond is executed pursuant to the provision~
of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts
of the 56th Legislature, Regular Session, 1959, and all liabilities on tk£s
bond shall be determined in accordance with the provision~ of said Article
to the same extent as if it were copied at length her~in.
IN WITNESS ~ItElt~OF, the said Principal(s) and Surety(s)' have sisned and
sealed this instrument this day of , 19 .
Done in the presence of:
BY:
Principal
Principal
Corporate Surety
~Y
Attorney in Fact
This asxeeadut uade r~xta day of
by end bellmen Dallas County, Texas, represented by. its County Jud~8 and
Counissioners' Court, Party of the First Part. end
hereinafter called the Cou£ractor. his their executor, administrators.
heirs, successors or assigns, party of the Second Par~:
WXTHESSETH that WHEREAS, the said Dallas County, known aa the Party ,
of the First Part, desires to contract for the construction of
Belt tin~ ~ ~oj~ta 4(::3C'L~-~'~ ~n8 ~f~2
~n ~h~ said Dallas County, commencing at MacArthu~lBoulevard _
an~ ex~ending
tO ~H 35E or ~ far ~ the ~ney
available ~11 consK~c~ in accordance with the provisions, of ~he S:a:e
S:a~uKes and of ~he No:ice ~o Con~ractors, Specifications, Proposal ~d
Plus ~rked annexed ~here~o, and made a part hereof, and
~, ~he Par~y of ~he Second Par~ ~s been en~aged in and n~ does
~ch ~rk ~d represents t~t he is fully equipped, c~eten~ and capable
Of perfo~ng ~he above described and outlined ~rk, ~d is ready and will-
~nS ~o perfo~ such work in accordance wi~h ~he provisions of ~he a~tached
notice ~o con~rac~ors, specifications, proposal ~d plans, marked ·
NO~, THEREFORE. IT IS HIFrUALLY AGRF. ED by and between the aforesaid
parties hereto-chat for and in consideration of the pr~c~s and qreemeut
uencioued in the propoaa~ hereto attached and made ptr~ of tht3 cout~ac~,
the said contractor agrees to do, at his own proper cosc and expense, all
the vork necsasar~ for the construction of
· in Dallas CounCy, in accordance
rich the provisions of Che attached notice co contractors, specificacions,
proposal and plans which are all hereby mde part of chis contract, and in
ful! compliance rich all of the terns of the specifications and the require-
merits of the Engineer.
The said contractor further agrees co begin work on or before
.., 19 .. , and to complete sane in 3~0 workiflS days.
And said County, in consideration of the ful! and true performance of
the said work bY said Contractor, hereby .agrees and binds itself ~o pay to
said concracCor the prices set forth in the attached proposal, and in the
manner provided in the accached specifications.
The Contractor ~PR~$SL¥ WA~A~:TS ChaC he has employed no third person
Co solicit or obtain this contract in his behalf, or to cause az procure
the sane Co be'sheathed upon compensation in any way concinsenc, in whole or
in parc, upon such procurement and chac he has not paid, or promised or
agreed Co pay, co any third person, in consideration of such procurement, °r
~n compensation for services in connection therewith, any brokerage, com-
mission, or percentag~ upon the amount receivable by bin hereunder, and chac
he has nsc, in estimating the contract price demanded by him, included any
sun by reason of any sucl~ brokerage, commission or percencase; and chac all
monies payable co him hereunder are free from all obligations of any ocher
person for services rendered, or supposed co have been rendered, ~n the pro-
curemenC of this contract. He further asreee that any break
of Chis varranty shall constitute adequate cause for the
annulment of Chis contract by the Party of the First Parc and Chat
the.Party of the First Part may retain for its ova uae from
any sums due or to become-due thereunder an amount equal Co
any brokerase, commission, or percentase es paid or aSree to be
paid.
IH WITNESS WHEREOF, the parties hereto have set the$~ hands
the dar herein named.
APPROVED:
Director of Public Works
DALLAS COUNTY, TEXAS
Party of the First Part
By
County Ju~d ge
Party of the second part
By
Title