Loading...
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