HomeMy WebLinkAboutDon Hubbard Contracting Co; 1972-01-13; 1006CONTRACT #1006
CONSTRUCTION OF REPLACEMENT WATER
SYSTEM, BORED & JACKED UNDER
MISSION RD. BETWEEN MISSION
PARK #4 AND JONES RD.
c
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS AND
CONSTRUCTION SPECIFICATIONS
FOR
CONSTRUCTION OF REPLACEMENT
WATER SYSTEM, BORED & JACKED
UNDER MISSION RD. BETWEEN MISSION
PARK #4 AND JONES RD.
CONTRACT NO. 1006
NOVEMBER 30, 1971
TABLE OF CONTENTS
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 DESIGNATION OF SUBCONTRACTORS
7 BID BOND
8 STATEMENT OF FINANCES
9 AGREEMENT AND CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 BOND FOR FAITHFUL PERFORMANCE
15 SPECIAL PROVISIONS
C
Page 1
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
W SEALED BIDS will be received at the Office of the City Clerk, City Hall,
1200 Elm Avenue, Carlsbad, California, until 10:00 A.M., on the 30th day
of November, 1971, at 'which time they will be opened and read, for per-
forming work as follows:
Contract #1006
Construction of Replacement Water System, Bored &
Jacked, under Mission Rd. Between Mission Park #4
and Jones Rd.
No bid will be received unless it is made on a proposal form furnished
by the Engineering Department. Each bid must be accompanied by cash,
certified check or bidder's bond made payable to the City of Carlsbad,
for an amount equal to at least 10 per cent of the amount bid.
The documents included within the sealed bids which require completion
and execution are the following:
1. Page 3 - Proposal
2. Page 6 - Designation of Subcontractors
3. Page 7 - Bidder's Bond
4. Page 8 - Contractor's Financial Status
^.W The documents shall be affixed with the appropriate signatures and
titles of the persons signing on behalf of the bidder. For corporations,
the signatures of the President or Vice-President and Secretary or Assis-
tant Secretary are required and the Corporate Seal shall be affixed to
all documents requiring signatures. In the case of a partnership, the
signature of at least one general partner is required.
All bids are to be compared on the basis of the Engineer's estimate.
The estimated quantities are approximate only, being given solely as
a basis for the comparison of bids.
No bid will be accepted from a Contractor who has not been licensed in
accordance with the provisions of Chapter 9, Division III of Business
and Professions' Code. The Contractor shall state his license number
and classification in the proposal.
Plans, Special Provisions and Contract Documents may be obtained at
the Engineering Department, City Hall, Carlsbad, California, at no cost
to licensed contractors. A nonrefundable charge of none will be required
for each set of plans, special provisions and contract documents for
others than licensed contractors. It is requested that the plans and
special provisions be returned within 2 weeks after the bid opening.
The City of Carlsbad reserves the right to reject any or all bids and
/*"*• to waive any informality in such bids.
Page 2
In accordance with the provisions of Section 1770 of the Labor Code,
(" the City Council of the City of Carlsbad has ascertained the general
prevailing rate of per diem wages in the locality in which the work is
f""to be performed for each craft or type of workman or mechanic needed
to execute the contract and has set forth these items in Resolution No,
1723.
A copy of said Resolution is available in the.office of the City Clerk
in the City of Carlsbad.
"MARGARET E. ADAMS\ city clerk
V**- •
Page 3
c
CITY OF CARLSBAD
CONSTRUCTION OF REPLACEMENT WATER SYSTEM,
BORED & JACKED, UNDER MISSION RD. BETWEEN
MISSION PARK #4 AND JONES RD.
CONTRACT #1006
PROPOSAL
To the City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, California 92008
Gentlemen:
The undersigned declares that he has carefully examined the
location of the work, read the Notice Inviting Bids, examined
the plans and specifications, and hereby proposes to furnish
all labor, materials, equipment, transportation and services
required to do all the work to complete Contract #1006 in
accordance with the plans, the specifications of the City of
Carlsbad, and the special provisions, and that he will take
in full payment therefor the following unit prices for each
item complete in place, to wit:
MISSION ROAD BORE JOB
UNIT TOTAL
ITEM QUANTITY ARTICLE PRICE AMOUNT
1. Lump Sum Construction of Two (2) Bore
Pits, including Backfill.
The Lum Sura of ftv P.
ITEM QUANTITY
2. 208 L.F.
3. 208 L.F.
4. Lump Sum
5. 1 Ea.
6. 1 Ea.
ARTICLE
34" O.D. Steel Casing
Pipe 15/32" thickness,
including Boring &
Jacking at F! PTf
per L.F.
18" C-150 A.C. Pipe In-
stalled in Casing, including
Skids & Jacking at
Per L.F.
Cut & Cap 16" and 18" Steel
Water Main to be Abandoned
at
Lump Sum
18" Steel to A.C. Adaptor
(Exact size to be determined
in the field) at
Ea.
16" Steel to A.C. Adaptor
(Exact size to be determined
in the field) at
UNIT
PRICE
TOTAL
AMOUNT
20
c
c
ITEM QUANTITY
7. 2 Ea.
8.
9.
3 Ea.
1 Ea.
10.303 L.F.
ARTICLE
11 1/4° - 18" C-150 Cast
Iron, Cement Lined Bends,
including Thrust Blocks at
Ea.
45° - 18" C-150 Cast Iron,
Cement Lined Bends, including
Thrust Blocks, at
•^1 £/)t
( /r,tea.
M.
16" x 18" C-150 Cast Iron,
Cement Lined Reducer, in-
cluding Thrust Block, at
O.UOro/
Ea.
18" C-150 A.C. Pipe, including
Trenching, Installation &
ackfill, at _
per L.F.
Page 3b
UNIT TOTAL
PRICE AMOUNT
^< i/")(/i^
/ ^ /| M 54 ^
'
SIM TOTAL
-r/ 0tL^cL-i^^-^v
// / .r/i c-
w-
' All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the unit
f price as submitted by the bidder. In case of a discrepancy between
words and figures, the words shall prevail. In case of an error in
v the extension of a unit price, the corrected extension shall be cal-
culated and the bids will be computed as indicated above and compared
on the basis of the corrected totals.
The estimated quantities of work indicated in this proposal are
approximate only, being given solely as a basis for comparison of
bids. ,
The undersigned has checked carefully all of the above figures and
.;- understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the
.' '•.'• required contract with necessary bonds within ten (10) days, not
including Sunday, after having received notice that the contract
. ' is ready .for signature, the proceeds of check or bond • accompanying
this bid shall become the property of the City of Carlsbad.
• Licensed in accordance with the Statutes of the State of Californi;
providing for the registration of contractors, License No. [^_
,• **« Identification
The undersigned bidder hereby represents as follows: (a) That no
Councilman, officer, agent or employee of the City of Carlsbad, is
personally interested, directly or indirectly, in this contract, or
the compensation to be paid hereunder; that no representation,
oral or in writing, of the City Council, its officers, agents or
employees, has induced him to enter into this Contract, excepting
only those contained in this form of Contract and the papers made
a part hereof by its terms, and (b) That this bid is made without
connection with any person, firm or corporation making a bid for
the same work, and is in all respects fair and without collusion
or fraud.
Accompanying this proposal is _
(cash, certified check, cashier's
check or bond)
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workmen's compensation or to undertake self-insurance
in accordance with the provisions of that code, and agrees to comply
with such provisions before commencing the performance of the work
of this contract. • . ...
Phone Number
Date
Bidder's Address
Page 5
Bidder's Name
(SEAL)
Authorized Signature
Authorized Signature
Type *of Organization
(Individual, Corporation, Co-
Partnership)
List below names of President, Secretary, Treasurer and Manager if
a Corporation, and.names of all co-partner-s^ if a co-partnership:
•v\<?<
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies that he has used the subbids of the
following 1'isted contractors in making up his bid and that the sub-
contractors listed will be used for the work for which they bid,
subject to the approval of the City Engineer, and in accordance with
the applicable provisions of the specifications. No change may be
made in these subcontractors except upon the prior approval of the
City Council of the City of Carlsbad.
; OF WORK ^ SUBCONTRACTOR ADDRESS
1.
5.
Bidder's Name
Signature
Type 02 Organization
(Individual, Co-Partnership or
Corporation)
Address
State of California
County of gg.n Diego
On November 60 19< 1 before me, the undersigned, a Notary Public in and for said County, personally
appeared J . P. Mlugi6y known to me to be the person
whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and
acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h IS
own name as Attorney-in-Foct.
u .
•'a My Commissiorvj «xpires .< >• " • ••V-6-^**"""-""'"''r':
B-2004 California - jurat (Attorney-in-Foct Acknowledgment) Rev. 1-65
* ^
tary Public in and for said County
......... " jrciyc: /
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, T)r»J 1-i i , B ?> P ft ft TX^T^CTi ij Cr C<3 . , as Principal,
and OfrJiTirb fift^iFif. iOSJt^flNlCE C<3. , as Surety, are held and
firmly bound unto the City of Carlsbad, California, in the sura of
c% ) AF fivTTR;L) Dollars ($ ICfl&tfArtT &&) . lawful money
of the United States for the payment of which sum v/ell and truly to be
made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
Construction of Replacement Water System,
Bored & Jacked Under Mission Rd. Between
Mission Park #4 and Jones Rd. ,
in the City of Carlsbad, is accepted by the City Council of said City,
and if the above-bounden Principal shall duly enter into and execute
a contract for such construction and shall execute and deliver the two
(2) bonds described in the "Notice Inviting Bids" within ten (10) days
(not including Saturday and Sunday) from the date of the mailing of a
notice to the above-bounden Principal by and from said City of Carlsbad
that said contract is ready for execution, then this obligation shall
become null and void; otherwise it shall be and remain in full force
and effect, and the amount specified herein shall be forfeited to the
said City.
In the event that any Principal above named executed this bond
as an individual, it is agreed that the death of any such Principal
shall not exonerate the surety from its obligations under this bond.
IN WITNESS WHEREOF
day
EOF, We hereunto set our hands and seals this
y of /<jfl /g/yQ'F/? _ , 19 "1 / .
Corporate Seal (If Corporation) a Ho^fif?^r^^lTftC'T;rvf<g. Ca.
(Attach Acknowledgement of
Attorney in Fact)
g Co.
Title s J.
'Notarial acknowledgement of execution by all PRINCIPALS and SURETY
oust be attached.) .
* Page 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
( ,,. TECHNICAL ABILITY AND EXPERIENCE/""
(The Bidder is required to state what work of a similar character to
that included in the proposed contract he has successfully performed
and give reference which will enable the City Council to judge his
responsibility, experience, skill and business standing.)
The undersigned submits herewith a statement of his financial respon-
sibility.
The undersigned submits below a statement of the work of similar
__ character to that included in the proposed contract which he has
successfully performed.
• CdT|
v c>v JvU\ Ou ^ -Ux-0
^
Signed
Page 9
CONTR'ACT
J2^LTHIS AGREEMENT, made and entered into this Q ' day of
and between the City of Carlsbad,
California, hereinafter designated as the City, party of the first
part, and L)0M J-JuJ&/3dA0 (T0As7/lACr7SW£ Co, hereinafter designated as
the Contractor, party of the second part.
WITNESSETH: that the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements here-
inafter mentioned to be made and performed by the City, the Contractor
agrees with the City to furnish all materials and labor for:
Contract #1006
Construction of Replacement Water System,
Bored & Jacked, under Mission Rd. Between
Mission Park #4 and Jones Rd.,
and to perform and complete in a good and workmanlike manner all the
work pertaining thereto shown on the plans and specifications therefor;
to furnish at his own proper cost and expense all tools, equipment,
labor and materials necessary therefor, (except such materials, if any,
as in the said specifications are stipulated to be furnished by the
City), and to do everything required by this agreement and the said
f^ plans and specifications.
2. For furnishing all said materials and labor, tools and equip-
ment, and doing all the work contemplated and embraced in this agreement,
also for all loss and damage arising out of the nature of the work
aforesaid, or from the action of the elements, or from any unforeseen
difficulties which may arise or be encountered in the prosecution of
the work until its acceptance by the City, and for all risks of
every description connected with the work; also, for all expenses
incurred by or in consequence of the suspension of discontinuance of
work, except such as in said specifications are expressly stipulated
to be borne by the City; and for well and faithfully completing the
work and the whole thereof, in the manner shown and described in the
said plans and specifications, the City will pay and the Contractor
shall receive in full compensation therefor the lump sum price, or
if the bid is on the unit price basis, the total price for the several
items furnished pursuant to the specifications, named in the bidding
sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor
to employ, and does hereby employ the said Contractor to provide the
materials and to do the work according to the terms and conditions
herein contained and referred to for the price aforesaid and hereby
conditions set forth in the specifications; and the said parties for
themselves, their heirs, executors, administrators, successors and
^ assigns, do hereby agree to the full performance of the covenants
herein contained.
Page 10
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the plans and specifications, and all amendments thereof,
when approved by the parties hereto, or when required by the City in
accordance with the provisions of the plans and specifications, are
hereby incorporated in and made part of this agreement.
5. Pursuant to the Labor Code of the State of California, the
City Council has ascertained the general prevailing rates of per diem
wages for each craft or type of workman needed to execute the contract
and a schedule containing such information is included in the Notice
Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and
save harmless the City, the City Engineer, and their officers and
employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising
from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have'caused this contract
to be executed the day and year first above written.
CITY OF CARLSBAD, CALIFORNIA
By
layor
ATTEST:
Contractor
(Seal)
Title
Title
Approved as to form:
w^
Cfty Attorney
Notarial acknowledgement of execution by all PRINCIPALS
must be attached. )
STATE OF CALIFORNIA,
COUNTY OF ttS=8S6£ES S/fft £>/2
CF-TlC'iAL SEAL
JACK A. RUSAR
W^--v/ PW:-:;;V.L. wr.,=
^•Si-^-''' S,« D.-:E'iO CO'JM"!
My Commission Expires Sept 29,
ss.
ON , 19
before me, the undersigned, a Notary Public in and for said State, personally appeared
MtJDPflR'i _ , known to me to be the
President, and _ , known to me
to be the_-Secretary of_
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
NAME (TYPED OR DINTED)Notary Public in and for said State.
ACKNOWLEDGMENT—Corp., Pres. & Sec., WolcottS Form 223—Rev. 3-64
Page 11
Irtg'gMl**^^*—*Jg^gJ—.^^Jg^JLZ-^-^-
~ ' ' LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
f••- WHEREAS, the City Council of the City of Carlsbad, State of
"W
California, by motion adopted December 7, 1971 ,
has awarded to DON HUBBARD CONTRACTING CO.
hereinafter designated as the "Principal", a contract for:
Construction of Replacement Water System,
Bored & Jacked under Mission Rd. Between
Mission Park #4 and Jones Rd.,
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents on file in the Office of
the City Clerk.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond with
said contract, providing that if said Principal or any of his or its
subcontractors, shall fail to pay for any materials, provisions pro-
vender or other supplies or teams used in, upon, for or about the
performance of the work agreed to be done, or for any work or labor
done thereon of any kind, the Surety on this bond will pay the same
to the extent hereinafter set forth:
NOW, THEREFORE, WE DON HUBBARD CONTRACTING CO.
/
as Principal, hereinafter designated as the Contractor and
UNITED PACIFIC INSURANCE COMPANY ,
as Surety, are held firmly bound urito the City of Carlsbad, in the
sum of Twelve Thousand One Hund ed a^JTars ($ 12,134.00 )r said
sum being 50 per cent of the estimated amount payable by the City of
Carlsbad under the terms of the contract, for which payment well and
truly to be made we bind ourselves, our heirs, executors and adminis-
trators, successors, or assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or
his subcontractors, fail to pay for any materials, provisions, pro-
vender or other supplies, or teams, used in, upon, for or about the .'
performance of the work cor.tracted to be done, or for any other work
or labor thereon of any kird, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, that the Surety^or
Sureties will pay for the same, in an amount not exceeding the sum
specified in the bond, and also, in case suit is brought upon the
bond, a reasonable attorney's fee, to be fixed by the court, as
required by the provisions of Section 4202 of the Government Code
of the State of California.
'• • Page 12
^
This bond shall inure to the benefit of any and all persons, companies
^ and corporations entitled to file claims under Section 1192.1 of the
( Code of Civil Procedure so as to give a right of action to them or
*^ their assigns in any suit brought upon this bond, as required by the
provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alterations or additions to the
terms of .the contract or to the work to be performed thereunder or
the specifications accompanying the same shall in any wise affect
its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alterations or additions to the
. ' terms of the Contractor or to the work or to the specifications.
In the event that any principal above named executed this bond as
,. an individual, it is agreed that the death of any such Principal
-. " shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named,, on the 14th day of December_______ 19 71 .
DOJMKJBBARD CONTRACTING CO. (Seal)
(Seal)
(Seal)
Contractor
UJTITED PACIFIC INSURANCE COMPANY 1)
(Seal)
Surety
J. a Mldgley -
(Seal)
State of California
County of San Diego
On December 14, f 19 * -*-. before me, the undersigned, a Notary Public in and for said County, personally
appeared J . D. MlUgley known to me to be the person
whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and
acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and rlS
own name as Attorney-in-Fact.
My
V ^S"*f~ Ji
Notary Public in and for said County
B-2004 California - Jurat (Attorney-in-Fact Acknowledgment) Rev. 1-65
Page 13BOND NO. B-652069
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Carlsbad, State of
California, by motion adopted December 7. 1071
has awarded to DON HUBBARD CONTRACTING CO. '
hereinafter designated as the "Principal", a contract for:
Construction of Replacement Water System,
Bored & Jacked under Mission Rd. Between
Mission Park #4 and Jones Rd.,
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office
of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof recruire the furnishing of a bond for
the Faithful Performance of said contract;
NOW, THEREFORE, WE, nnM mumAun rwitfTnAfTtwa r*n
as Principal, hereinafter designated as the "Contractor", and
UNITED PACIFIC INSURANCE COMPANY ,
as Surety, are held and firmly bound unto the City of Carlsbad, in
the sum of Twenty Four Thonpflnd Tw° Hfrndf^ fllBJBkStiV^K; Mtf! "jfgfrPDo ) /
said sum being equal to 100 per cent of the estimated^ Amount of the
contract, to be paid to the said City or its certain attorney, its
successors and assigns; for which payment, well and truly to be made,
we bind ourselves, our heirs, executors and administrators, successors
or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bounden
Principal, his or its heirs, executors, administrators, successors
or assigns, shall in all things stand to and abide by, and well and
truly keep and perform the covenants, conditions and agreements in
the said contract and any alteration thereof made as therein pro-
vided on his or their part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein
stipulated, then this obligation shall become null and void; other-
wise it shall remain in full force and virtue.
Page 14
And said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms
of the contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any wise affect its
obligations on this bond, and it does hereby waive notice of any
change, extension of time, alterations or addition to the terms of
the contract or to the work or to the specifications.
In the event that any Principal above named executed this bond as
an individual, it is agreed that the death of any such Principal
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the l,4tfr day of
December , 19 71 .
DON HUBBARD
BY> - *
NTRACT1NG CO.
Contractor
UNITED RACIFIC INSURANCE
Bv
IC
fl\T
tdgley - AttornbS'-in-
Surety
in-Wt
(Seal.)
(Seal)
State of California
County of San Diego
December 14,71_f 19 ' '*'. before me, the undersigned, a Notary Public in and for said County, personally
J. D. JVLldgiSy known to me to be the person
whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and
acknowledged to me that he.subscrited. the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h.
NOTARY PUBUC •£
Principal Oiiice. Ssn "Atf.Q Co. Caiif. «J
My Commission Expires DC:. IS, 1971
My Commission expires_
Notary Public in and for said County
B-2004 California - Jurat (Attorney-in-Fact Acknowledgment) Rev. 1-65
Page 15
SPECIAL PROVISIONS
1. WORK TO BE DONE
The work to be done consists in general of constructing
a replacement water system under Mission Road and tieing
into the existing water system and such other items and
details not mentioned herein that are required by the Plans,
Specifications, and these Special Provisions to be constructed
or furnished and installed as specified herein, and as directed
by the Engineer, all in conformance with the Standard Specifi-
cations for Public Works Construction, 1970 Edition & 1971
supplements, City of Carlsbad Standard Drawings and Specifi-
cations, the Plans, and these Special Provisions.
2. TIME LIMIT
The Contractor shall complete the work in every detail within
forty-five (45) consecutive calendar days from the date of
execution of the contract.
3. INCREASED OR DECREASED QUANTITIES & NEW ITEMS OF WORK
The City reserves the right to make such alterations in the
plans or in the quantities of work as may be considered neces-
sary. Such alterations will be in writing and shall not be
considered as a waiver of any conditions of the contract nor
to invalidate any of the provisions thereof. Compensation for
such alterations shall be as provided in Section 3 of the
Standard Specifications, except as otherwise provided in these
Special Provisions.
4. LINES AND ELEVATIONS
Prior to starting any work, the City forces will stake out
the work and establish all reference points and elevations
necessary for proper execution of the work under this contract.
Stakes and marks set by the Engineer shall be carefully pre-
served by the Contractor. In case such stakes and markings
are destroyed or damaged by reason of the Contractor's opera-
tions, the cost of replacing or restoring them will be de-
ducted from any monies due or to become due the Contractor.
5. OBSTRUCTIONS
Other forces may be engaged in moving or reconstructing
utility facilities or other improvements, or maintaining
service of utility facilities, and the Contractor shall
cooperate with such forces and conduct his operations in
such a manner as to avoid any unnecessary delay or hindrance
to the work being performed by such other forces.
Full compensation for conforming to the requirements of this
Page 16
/
article, not otherwise provided for, shall be considered as
included in the prices paid for the various contract items
of work and no additional allowance will be made therefor.
6. JACKED PIPE INSTALLATIONS
The Contractor shall furnish all labor, materials and
equipment necessary for the complete installation of
all jacked pipe. Refer to Standard Specifications
Section 306-2.4 JACKING OPERATIONS.
7. WATER LINE INSTALLATION
The Contractor shall be responsible for the installation of
all Cl. 150 asbestos cement pipe and appurtenances. A
winching operation may be used where pipe is installed within
casing pipe or any other method acceptable to the City Engineer.
C