ST9304-CS 881130BID NO. 89-050
D.r.~A.~?I~EN5 C,~ PUBLIC WOLKS
ADDENDUW, NO.
November 30, 1988
BELT LINE ROAD PROJECTS 490-402 AI~ ~-3
(MacArthur Boulevard to IH 35E)
The following additions, deletions, and/or revisions ~o the proposal,
plans, or specifications shall become part of %he contract and
thereby constitute additional inforw, ation and/ct -Larifications to
bidders. Each bidder, at the end of the proposal a,! on the outside
of the submitte~ sealed envelope, shall enter a s%5%ement of receipt
of any and all addenda:
GENEP3A
l. /he bidder is reminded that no information giver, by the County,
or officials thereof, other than that showr. Dn the plans and
contained in the specifications, proposal and other documents,
shall be binding upon the County.
2. County forces will petrol, all construction staking necessary
for County work.
3. County forces will construct all detours as necessitated b~
Couy. ty or Contractor work. Contractor ska2' m~intain the
surfs e ~= aero.rs u£lng ~ ~ 3:~ ~"-' AC~
4. Tke Count}' will maintain driveways and ac-ess to properties
.>ere t~:eir wark operations are occurring
be}:r:s k;is ouerasions in tkat area. The Cot_tractor
be responsible for access to properties and mainmain driveways.
5. Existing topsoil will be salvaged and sto£~iled by County
forces. The Contractor shall be responsible for backfilling
behind curbs and in the median and will also place and compact
the top four inches in the median and p~rkway areas with
topsoil. This work will not be paid for direr%ky, but shall be
s~bsidiary to the various items of the Contract.
6. The Contractor shall schedule his work to; closely follow
County's work as soon as practical.
7. Ail right-of-way has not been acquired for tke project. It is
anticipated that all right-of-way will be acqzzred prior to the
90 day award period elapsing. However. the Cczr. ty reserves the
ri~k% ~c award the Contract and to issue increrer, ta! work orders
tc ?base work around areas where right-of-way has not been
acq~lred. Such incremental work orders shall ;_;t be considered
as a basis for a clair,, against the County for -ack of production
c? fc,r any c,t~:er reason.
co~r~~'-]c'r '~ ~ t~,{ f>iic:,~]r,~
a. Southwest corner of Belt Line - Lo.otter :ztersect~or.
b. Need R.O.~. corner clip and slope easemerz~ from Station 86~28
to Station 90~59.
c. Need R.O.W. and slope easements from Station 99~47 to Station
108.35.
9. The Contractor is reminded to complete, sign, ~d s~mit all M/~E
doc~ents provided in the Bid Proposal with theft bids.
10. All sto~ drains may be installed prior to e~ent const~ction
except Line E (approx~.ately 1000 feet). C2znty will c~perate
with Contractor for scheduling roadway exca'.-nzion east of Hutton
Dr$ve to accor~odate sto~ drain ~nstaiiat2c. n ~; %his area.
12. The County will provide fla~en when needed :- the perfo~ance of
their work. However, since the Contractor is responsible for
Traffic Handling, he should monitor and re.r% any discrepancies to
the Engineer.
12. Where roadway excavation Ss re~ired, County forces will excavate
to three feet behind the pro. sod curb to azzo~odate the paving
operation. Where e~Lan~ent is re~uire~ the area will be
constructed to s~grade elevation by Count}' forze~.
13. The Contractor shall perfo~ the initial ~zkfill for retaining
wall, ~x culverts and sto~ drains with sult~le material from
excess excavat ~on ·
14. S~:ilahle excess nazeriaia fra7 sz:~ !rain %>llk'.StiCr: will h.e used
~ ~k -~'~ ~ t constr-agillz ~o ~h~ extent
by n~.,-.r,+ v forces Ion e. ~,~.~.. e.~.
D~=ctical. Uns'dlt~.ie excess excavation rosier_5- shall be disposed
of by the Contractor at his entire e:.u~.ense.
15. This project is a cosperative effort between -511as County forces
and the Contrac%or. The County will coordinsie and schedule their
work to confo~, with the Contractor's work suNedule as nearly as
practical.
16. Weight restrictions on existing strucSures ~-:I1 remain in force
daring the project.
CONTIIACT DOCUMENTS:
The following Spec~a~ Provisions are heret'y adde! ar replace Specia
Provision in th£ Contract Documents:
Special Provision to Item 7 - Legal Relations and Res:.znsibilities
Speciaz Provision - Importar. l Notice to Cc, nt~a--zr$ - Contractor's
Right of Entry
Special Provision - Important Notice to Contractors
Special Provision to !{em 416, Drilled Shaf~
Special Provision to lien 504, Stracture fen Field '~=::e and laboratory
item 421, Cl. C. Concrete Culvert - Quantity should oe 299.5 Cubic
lle~ o]_~-,"'r' 15(' pounas.
]te~. 440, Reinforcing Steel ( to be d~ieted where ~iernate No. 2 is
awarded) - Quanti~y should be 364~263 ponds i~ lie of 331,263
pounds.
Item 496, Remove Old Structure - Large - Quantity sf~[_Ld be 3 each in
lieu of 2 each.
Item 534, Concrete Approach Sl~ - Quanity shoulf be 338.8 ~ic
Yard~ in lieu of 300.8 ~bic Yards.
These revisions apply to bc~h %he Bid Bid and R_~erna~e No. 1.
SPECIAL PROVISION
TO
ITEM 7
LEGAL RELATIONS AND RESPONSIBILITIES
For this project, Item 7, Legal Relations and ?esponsibilities
of the Standard Specifications, is hereby amended with respect
to the clauses cited below and no other clause5 or requirements
of this item are waived or changed hereby.
Article 7.9, Contractor's Responsibility for Wsrk, is supplemented
by the following:
The Contractor shall coordinate, monitor and inspect all
work performed by County forces during it-= construction.
Upon completion of the County's work, eitker incrementally
or in whole as necessitated by the Contractor's work, the
'Contractor shall inspect, verify grade and alignment, and
accept the County's work in writing. Tke Contractor shall
. !~it'2' ~or the Count? -: wo~ upon the
assur, e all resuonsib'~ -
%~ritten acceptance of the wcrk. 7he Con%r=-ct°r shall
guarantee this work as required by the o-~ker terms of the
contract, being performed b? the Contrac~--r.
DALLAS COUNtrY' TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTfAR
CONTRACTOR' S RIGHT OF ENTRY
The Contractor's specific attention is directed to the requirements by the
Southern Pacific Railroad that their form, C.S. 7345, -Contractor's Right of
Entry" shall be executed by the contractor prior to beg~iy~.ing construction on
the Railroad's rights-of-way.
Mi)m,M Mle br~ te O~wrd C~ ~
tk~ I. t)?)
CONTRACTOR'S RIGHT OF ENTRY
_ . · corpm'ilio.n, he~cin calkd 'lklilro~d". md
· IK~cin clJkd 'Cm'~trKtm';
.19
as ma: 1~ ne,'cs~,'~r) in ¢onne:tton ~,'~th work to I:~ performed on R. 3ihoad pr¢~,~ b) Contra,'tot under ajreement
· and foe nu other purpos~
m such manner and
~']t~, Ibc regul3t~ons uf R3~tr~J~ and instructions of R~lru~', ~cr[c~ma'~,e. ConlraCto~ ~all subm~ 1o Rail-
a~rro~al al! con~ruchor, dc~ad,, lal~work and ofhc~ mc,dentals nn; d:~a~cd an plans, insofar ~ lhey affccl
. ~.- , or veh)clcs ar, d equ~
days aftc~ ~:h wo:k ~s complc~c~
Rcmo~e all of ConTractor's tools, equtpmcn~ and materials rt~ Ra~l~: p.tm~s propel) upon completion
~tslorm~ Railroad prcm~s ~o thc ~me stale and cond~l)on as -~:,t, ~-to~ enlered ~ere~.
Rc~mhur~ Raih~d fm aH c~ and e~n~ mourned b) Radroad in c~neclt~ with ~id work. mcludm~
hm~a~,*n th( ex~e of furn~m~ su,'h mnspeclors. ~-a~chmen and ~. a~ Railr~d ~cms ~ce~'. the
and removal of fal~worL ~nc4~h l~a. ks. and restoration of Rallr~'s pro~rt) to thc ~e condllton
Remove an~ hen a~ams~ R3]h,,aJ's WoPCrI) ar~sm~ f~ ~f~man~co~wu~k htreundez b~ Contr~lo~
C(mt~a~to~ aFrcc> lo rclca,c_ delcnd and mdemntf) Rahmd from ~d ~amsl ~1 I~. damage, claims, cats.
l l~,,'lt~dln~ bul nol hm~led h, tmplo)ets. ~-on~ractors. Merits. m~lm ~d Iht p~o~l) of tach parl)
or~,mF ~,u~ ~)~o~ ~r. a~., ~a~ cO,heeled wflh ~ wo~L unde~d~eem~':uP°~°~adjac~nt loRa~boad
~hclhc~ -~ no~ cau~d ur contributed ~o b) ~e p~e~nce or o~a~ of ~h~d ,ams. engels, can o~ other
cqu~pn)enl, szru,'turcs ,)r factliltCS ()f Ra~lr~d or mn) ot~T paTI), oT b) K[h~en,i ~ ~lc~rd ne~hgrncc ~ ~c pm~l of
la~! in ils cnlarcl) bu~ w'dl ~ enforceable ~u ~ cxicnt ~ued b) by F~ ~c pu~s of [h~s ~ct)on, thc
· 'Kad~,~ad" shall m, lude an) olhc~ railroad c~pan~ usln~ Rad~d pro~':) w~lh K~h~d's con~n~ and
Ir,. J-BO
t TITL,.! i
Comprehensive Gener&l
Llobllity I:ndorsement
Limbility #ithContrmctuml
Combined single limit of mt lc&st $2 Billion.
~tailroad is ~amed ms mdditional insured without
tony qualifications or restrictions.
Contractual liability endorsement ~ust have
exclusions for operations vithin ~: feet of a
zailroad ~fl for ~C~ hazards 8ele:~d.
Railroafl ~t have ~0 Says notice o~ cancellation
or ~o~ification.
Comprehensive Automobile Liability Policy.
- Combined single limit of at least $2 million.
- Railroad is named as additional insured without
any qualifications or restrictions.
- Railroad must have 30 days'notice of cancellation
or modi fication.
Certified copy of insurance policy is required in the
State of Texas. Reviem' will be expef.ted if the
fo]lowing items are marked with a t;a~- or a paper clip:
- The page showing the limits on the policy.
- Endorsement showing Railroad named as additional
insured and requiring that Railroa-: be given 30
days notice of cancellation or modification.
- Contractual liability endorsement.
- Endorsement removing exclusions fr~, contractual
liability endorsement for operations ~ithin 50
feet of a railroad and for XCU hazards.
INSURANCE REQUIREMENTS FOR CONTRACTORS (For= 7345)
Page 2
All policies should contain a cross liability endorsement
reading as follows: ,
It is agreed that the inclusion of more than
one person, corporation, organization, firm or
entity as insured under this polio' shall not in
any way affect the rights of any s'ach person, cor-
poration, organization, firm or en=ity with respect
to any claim, demand, suit or judg--~nt made, brought
or recovered by or in favor of an}' other insured·
This policy shall protect each persDn, corporation,
organization, firm or entity in t~.e same ~anner as
though a separate policy had been =ssued to each;
provided that this endorsement shai' not operate to
increase the company's limits of llability as set
forth elsewhere in this policy.
~'~ o* ECiAL PROVISION "'
~:DOPTANT NUT]CE TO CONTRA'~TOR'c
execu~ic.~ of t),~ ,~on'~rac~ doc--~°'s und¢-rslahd~ and
County forces will be performing a portion of the work for the
project concurrently with Contractor's forces.
Utility companies may be performing work concurrent with the
construction.
Contractor shall extend full cooperation to these forces.
o
Work stoppages or lack of production due to cooperation with these
forces will not be a basis for a claim.
iTEM 504
STRUCTURE FOR FIELD OFFICE AND LABORATORY
For this project, Item 504, "Structure for Field Office and Laboratory" clauses
cited below and no other clauses or requirements of these specifications are
waived or changed hereby.
Article 504.2. General Requirement~ 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 ~rior to commencement 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 an independent unit, detached from any office,
storage, or warehouse building occupied by the Contractor shall be at
]east 50 feet from any such Contractor's facilities. This building
shall be for the sole use of the Engineer anf 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 original state. Upon completion
of the project, the building will become the property of the
Contractor and shall be removed from ~he project site by the
Contractor.
5f,~.3. ?~e of Szruct~re i~ va. ided in its e-tirety and replaced hy the
standards or
s~uare feet.
Article
fcila.,<lnc:
----, '' at least ~- foilowinc
~h~i~ have or be b'diil - ~ -
as approved by the Engineer with a minimum., area of 540
The field office shall be equipped will four desks, two drafting
.tables, two 4-drawer filing cabinets with izcks, two plan racks, eight
chairs, two drafting stools, electrified drinking water fountain,
toilet facilities, and adequate heating and air conditioning. A
substantial lock shall be furnished for the doors and all keys placed
in the possession of the Engineer- The Contractor shall provide
electric power and local telephone service, janitor service, and fuel
and water for the duration of the contract. Charges for long distance
phone calls will be paid by the person and/or firm making the call.
The Contractor shall construct and maintain an all-weather access road
and a parking area sufficient for twel'.'e cars at the field office
building. The building shall be securely fenced from the public with
chain link fencing and properly gated, including locks and keys.
December, 1988
SPECIAL PROVISION
TO
ITEM 416
DRILLED SHAFT FOUNDATIONS
For this project, Article 416.3, "Construction Methods", Subarticle
(1) "Excavation", of the Standard Specification, is supplemented
with the following. No other articles or requirements are changed
hereby:
When encountered, ground water shall be removed from the excavation
with the aid of temporary casing seated in the shale prior to
beginning the design penetration into the gray shale.
For shafts to be founded between elevations 36[.0 and 380.0, the
Contractor shall drill and recover a 2" - 4" diameter core at
his expense in the bottom of at least one shaft of the bent or
abutment. The minimum depth of such core shall be five (5) feet
below the proposed founding grade; or a depth equal to twice the
diameter of the shaft, whichever is greater. The cores shall
be exa~ined b~' the Engineer. If a bentonite _syer is encountered
in the core, the shaft shall be extended below %his layer anc
the above procedure repeated until assured that no bentonite layers
are within two (2) shaft diameters below the bsttom of shaft.
When a bentonite layer is found within two shaft diameters below
the proposed founding grade, it shall be required that a core
be taken at all other shafts of the affected bent of abutment
to likewise evaluate their founding material.
?:,~,~rac~er ~r r~air=: ~y the Er, glneer. 7,:ita~.le outside steps, witt:
F~ch and ra~]in;, ~_z£ to De directe~ ~y the Engineer, shoe so;e
cleaning scraper, concrete or gravel w~Ik {depending upon the site
con~itlons), an accurate outside hi-low thermometer, adequate outside
trash containers witk covers shall be provided. ~n outside light
shall be provided to light the field office area at night. Insurance
coverage of the contexts belonging to Dallas County shall be provided
in an amount of $2~,000.00 for fire, casualty and theft. Should
vandalism become a ~roblem the Contractor shall provide suitable
security surveillance and area fencing or both to insure the safety of
the field office and ira contents.
Article 504.4.
following:
Measurement a~d Payment is vc, lded and replaced by the
Article 504.4. Measlrement. Field Office will be measured by the
"Mo~-~"
unit of measure .._ ~ or fraction of a month. Measurement for
payment shall begin up~-r, the effective d~te of the "Notice to Proceed"
provide~ the Field Office is complete in ~:ace with all utilities and
other specification re~.~uirements installed and operating. Otherwise,
measurement for pas-meT.: will begin following the effective date of the
"Notice to proceed" w~.en the Field Office complete with all utilities,
and specification re~!:irements is installed. Measurement for payment
the
~,:a tl end when the field office is rer~oved by direction of
EnGineer.
Article 504.5. Payme:.t. The work and material as prescribed by this
item measured as pro'vi~-ed under "Measurement" will be paid at the unit
.r. rice bid for "Field -ffice". This price shall be full compensation.
for furnishing all i~_-pr, .r~a!erials, su~'ies, furniture,
ut ilities . a~d inc- ientais neressar'7 -_c complete %~-,e work
specified ·
December, 1988