12
BID PROPOSAL FOR TAXILANE PAVEMENT REHABILITATION To the Honorable Board of Directors Santa Maria Public Airport 3217 Terminal Drive Santa Maria, Califoia 93455 GRANITE CONSTRUCTION COMPANY Name of Contractor Submitting Bid 1000000085 State D.I.R. Registration Number Ladies and Gentlemen: The undersigned, as bidder, hereby declares that he has carelly examined the site of the herein proposed work, the Notice Inviting Sealed Bids, the proposed form of Contract and all documents rerred to therein as Contract Documents, including the plans and specifications, the bid securi rm for check or bond, and rm of the perrmance bond and payment bond; that the only persons or parties interest in this proposal as principals are those named herein, and he proposes and agrees that if this proposal is accepted, that he will contract with the Santa Maria Public Airport District, in the form of the contract, within 10 days of the date of mai Iing of the award of the contract and the contract r execution, to provide all necessary labor, machinery, tools, apparatus, and other means of construction, and to do, perrm and complete all the work and furnish and install all equipment, supplies and materials specified in the contract and plans and specifications, in the manner and time therein prescribed, and according to the requirements of the Engineer and the Board of Directors of the Santa Maria Public Airport District as therein set fotih, all within 45 Calendar days aſter receipt of Notice to Proceed, and that he will take in ll payment therere the unit prices set rth in the llowing Bid Schedule, commencing on the next page: (Al a minimum, bidder to submit pages 9- 18, complete, along with Bid Bond documents) Page 11

GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

BID PROPOSAL

FOR

T AXILANE PAVEMENT REHABILITATION

To the Honorable Board of Directors Santa Maria Public Airport

3217 Terminal Drive Santa Maria, California 93455

GRANITE CONSTRUCTION COMPANY

Name of Contractor Submitting Bid

1000000085

State D.I.R. Registration Number

Ladies and Gentlemen:

The undersigned, as bidder, hereby declares that he has carefully examined the site of the herein proposed work, the Notice Inviting Sealed Bids, the proposed form of Contract and all documents referred to therein as Contract Documents, including the plans and specifications, the bid security form for check or bond, and form of the performance bond and payment bond; that the only persons or parties interest in this proposal as principals are those named herein, and he proposes and agrees that if this proposal is accepted, that he will contract with the Santa Maria Public Airport District, in the form of the contract, with in 10 days of the date of mai I ing of the award of the contract and the contract for execution, to provide all necessary labor, machinery, tools, apparatus, and other means of construction, and to do, perform and complete all the work and furnish and install all equipment, supplies and materials specified in the contract and plans and specifications, in the manner and time therein prescribed, and according to the requirements of the Engineer and the Board of Directors of the Santa Maria Public Airport District as therein set fotih, all within 45 Calendar days after receipt of Notice to Proceed, and that he will take in full payment therefore the unit prices set forth in the following Bid Schedule, commencing on the next page:

(Al a minimum, bidder to submit pages 9- 18, complete, along with Bid Bond documents)

Page 11

Page 2: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

BID SCHEDULE

T AXILANE PAVEMENT REHABILITATION

ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL

(IN FIGURES) (IN FIGURES)

l 1.0 LS Mobilization 12 $ 2.D/601>..-

$ 2 01t tJo

--

2 1.0 LS Safety and Security 11 $ \\1'oOO- $ 1\,800 ...

13 $ \.tot. $-

3 4,400.0 LF Sawcut 7, 1'2.� -4 1,735.0 SY Remove Existing Structural Section, 12" 14 $ I lo

.. $ .,..

Z ;, 7 foO

5 170.0 SY Remove Existing Structural Section, 36" 14 $ "3:;- $ s, � ,o-

6 1,905.0 SY Subgrade Preparation 15 $ 2-, -

$ 41, <olS-

7 1.0 LS Unsuitable Subgrade Allowance 15 $10,000:00 $10,000.00

630.0 Ton Aggregate Base 16 $ C, '-I - $ �q, '2'2.o

9 4,450.0 SF PCC Apron, 6" Thick w/ Reinforcing 17 $

,,,. $ 4S1't5o

-

Steel \ \

10 260.00 TON Hot Mix Asphalt Concrete Pavement 18 $ ?,oo- $ 7i.ooo .,,

11 35,000 SY Pavement Rejuvenating Product 18 $ o.<o?> $ 2 2,0�0 ,

12 290.0 SY Mill .15' Depth 14 $ '2- \ .. $ lP,ocio""

13 1,200.0 SF Pavement Marking: Two Coat, Yellow, 20 $ 3. r"

$ -

With Reflective Media �.tooo

14 700.0 SF Pavement Marking: Two Coat, Black, 20 $ 2 _,, $ l';"{oo With Out Reflective Media

Construction Site Environmental 21 $ l-/

1t>OO $ 4,ooo

-

15 1.0 LS Protection

'lhcee. 1/,nJrJ. £· P7 -t-�1'�11.sJ TOTAL BID �_h_\: kl>Jrul 11...ir7 fhree✓

AMOUNT

LS =Lump Sum SY = Square Yard

AvJ.. Jlo/4u

EA= Each

/(Written.in Words)

CY = Cubic Yard SF = Square Foot TON =Ton

$_)?3, i 33 ,...--

(Written in Figures)

LF = Lineal Feet T &M = Time and Materials

TotaJ13id Amount (written in figures): $ '3 5° 3 I g 3 3 , � µ� NJ--f��rh."\kr«.,, Total Bid Amount (written in words), is ikr-.t.-HvJ,J,__r:Pry1kte..1�J__/ �;j Dollars, and 1

/Vt:, Cents. In the event of discrepancy between unit pricing and total pricing, unit pricing shall

prevail. In the event of discrepancy between words and figures, the words shall prevail.

Page 12

Page 3: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

LOWEST RESPONSIBLE BIDDER. fn selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to the general competence of the bidder for the perfonnance of the work covered by the proposal. To receive favorable consideration, a bidder may be required to present evidence that he has successfully performed similar work of comparable magnitude or submit other evidence satisfactory to the District that he or his associates are personally competent to manage the proposed undertaking and to carry it forward to a successful conclusion. Professional integrity and honesty of purpose shall be essential requirements. Each bidder must furnish, if required, a record of past performance and experience and show that his organization, capital and equipment are adequate for the successful prosecution of the required work and its completion within the time specified.

All blank spaces in this Bid Proposal form must be fully and correctly tilled in where indicated for each and every item. Bidder must state prices (written in ink, both in words and figures) for each item in the above Bid Schedule. In case of a discrepancy between the words and figures, the words (unless obviously incorrect) shall prevail. The undersigned bidder has checked carefully all words and figures on the above Bid Schedule and understands that the District will not be responsible for any errors or omissions on the pa11 of the bidder in making up his bid.

ESTlMATED QUANTITIES. The undersigned understands that the quantities given are approximate only, being given as a basis for the comparison of bids, and the Santa Maria Public Airport District does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any portion of the work, or to omit portions of the work, as may be deemed necessary or advisable by the Engineer without claim for damage or loss of anticipated profit and that the payment will be made only on the basis of the actual quantities or work performed.

1 :(W�{)) ADDENDA: Addenda No.(s) ONE (1) .1vJJf:v)( issued by the District amending, modifying, orsupplementing the specifications, special proJisions, or contract documents were taken into consideration in making this bid. The undersigned bidder has asce11ained from District just prior to submitting this bid that he has received all addenda issued, if any.

INTERESTED PRINCIPALS: The names of all persons interested m the foregoing proposal as principals are as follows: APPENDIXA1

If the bidder or other interested persons is a corporation, state legal name of corporation and state of incorporation, also names, titles, and business address of president and manager thereof; if partnership, state full firm name and name and post office address of each pa1tner; if individual, state first, middle, and last name in full and post office address. (If space is insufficient, use reverse side.) APPENDIXA1

BID SECURITY FORNI: A [] cashier's check [ J certified check4] bid bond properly made payable to Santa Maria Public Airport District, for the sum of10% OF BIDDERS TOTAL BID AMOUNT

___ Dollars ��%-OFTOT;A;"[BT[Y-Alv1OJ!ij: ich amount is not less than ten percent (l 0%) of the total amount of this bid, is attached hereto and is given as a guarantee that the undersigned will execute the agreement and furnish the required bonds if awarded the contract and, in case of failure to do so within the time provided, the [ ] proceeds of said check shall be forfeited to the District, [ ] surety's liability to the District for forfeiture of the face amount of the bond shal I be considered as established.

Page 13

Page 4: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

ACCEPTANCE: It is understood and agreed that this bid may be accepted by the District at any time within thirty (30) calendar days after the bid opening date. Airport District reserves the right to reject any or all bids or to waive any informalities in the bidding. The basis of selection will be the lowest responsible bid when comparing the total bid amount of each bidding contractor.

SUBCONTRACTOR SCHEDULE: A completed and signed subcontractor schedule required by the California Subletting and Subcontracting Fair Practices Act is attached hereto and made a patt hereof.

Page 14

Page 5: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

FIRM/LICENSE INFORMATION

LICENSE: The undersigned is licensed in accordance with the laws of the State of California providing for the registration of contractors.

Contractor's License No. 89 ... __ __ Type of License __ A _ __ _ - -- -

Name of individual contractor: -------------- ----

(print or type)

Signature of owner: _________________ _

Business address: -- --------- ------ -----

or

Name of firm: -----------------------

Business address: ------------------

Signature, title, and address of members signing on behalf of the partnership:

Name: Title ------------- - -------- ---

Address: ------------------

Name: Title -------------- ------ - ----

Address: ------ ------------

Name: Title ------------ ----- ------

Address: ------------ ---- - - ---··----··--·-·--··-

or

Name of corporation: -------

GRANITE CONSTRUCTION COMPANY

Business address: 5335 DEBBIE LANE SANTA BARBARA CA 93111

. /Michael W. Barker, Assistant Secretary

The undersigned hereby certifies that this proposal is genuine and not sham or collusive or made in the interest or in behalf of any person not herein named, and the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding; the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder.

Page 15

Page 6: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

ACKNOWLEDGMENT

State of California County of Santa Cruz

On April 25, 2019 before me, Mariella Flores, Notary Public

personally appeared Isabel Barron

(insert name and title of the officer)

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

WITNESS my hand and official seal.

(Seal)

MARIELLA FLORES

Notary Public - California

Santa Cruz County

Commission# 2249923

My Comm. Expires Jul 14, 2022

Page 7: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

In conformance with current statutory requirements of Section 1860, et seq. of the California Labor Code, the undersigned confirms the following as his certification:

I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions before commencing the performance of the work of this contract.

NOW, in compliance with the Notice Inviting Bids and all the provisions herein before stipulated, the undersigned, with full cognizance thereof, hereby proposes to perform the entire work for the prices set forth in the Bid Schedule upon which award of contract is made.

Dated this _?_T _H __ day of ____ M_A _Y, 20_� 9

Type or print legal name: __ G_RA_N_I_T_E _C _O _N ..... S T __ R_U_C_ T_I O_N_C _ O _M_PA_N_Y ___ _

Authorized signature:---+/_:!_=;: ___ � __ .......-_________ _ BRIAN LAR INAN

Authorized sign:::: � CAMILLERITitle: A-Ru A MA "'Ar,u·R --���f�- . -i,,tt-"t'ifift """"' -

Address of bidder for notices: 5335 DEBBIE LANE

SAN T A BARBARA CA 93111

805 964-9951 Telephone: _________________ _

Page 16

Page 8: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

SUBCONTRACTOR SCHEDULE

(Do not detach from bid)

SUBCONTRACTOR SCHEDULE REQUIRED BY CALIFORNIA SUBLETTING AND SUBCONTRACTING FAIR PRACTICES ACT

(Public Contract Code Sections 4100-4113)

(To be submitted with Bid Proposal)

The undersigned bidder certifies that he has used the bids of the following subcontractors in making up his bid and that the subcontractors listed will be used for the work on which they bid.

Item or Portion of work to be done bv subcontractor

\ \'? \Y

3

\'L

\

Subcontractors name under which licensed and contractors license number

1 •

Avc,bi\ t .,..+u-� t. 7 fo'f f>'13

C,-11A:\ ''""rYIP l..-,. J !'li-oo

Location of place of business

l�lo1 µ · ")'\Not.+5e.n (V'\•�vt. ,c.c:s G3'1SI?o el)Jc � I Cl -z..<,

�ktr�f:dd I Cit '133Bo"? 0 �:>X i fS ) Le. He. k,.,. . Co.. q o�3 I p u />Jo lf I "3 <o 2.A ..1L"1c. W11tr1 t:, Cq ?!'/Sit:, ""'7'ab jV\,,�,ovi !211c.l'- � �

St.n+.,_ i>a.vlo. C, q3obo

(if above space is insufficient, use reverse side)

The foregoing is submitted by the bidder in accordance with the California Subletting and Subcontracting Fair Practices Act, and the bidder, if awarded the contract, agrees to fully and promptly comply with such Act. Bidder certifies and warrants that all subcontractors listed above are, and when pe1forming their subcontracts will be, duly licensed by the State of California to perform the work or services to be done by the subcontractor.

Name of Bidder: ___ G_R_A _N_I T_

E1�C

_O _N_S _TR_U_C _ T _IO_N_C_O_M_P_A_N _Y ___ _

Authorized Signature ByF-�-- _-___ B_R_I_A _N_L_A _R_IN_A_N ____ _

Title of Signer: CHIEF ESTIMATOR

Page 17

Page 9: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

BID SECURITY FORM

(Check To Accompany Bid)

(Note: The following fonn shall be used in case check accompanies bid:)

Accompanying this proposal is a *Certified Cashier's check payable to the order of SANTA MARIA PUBLIC AIRPORT DISTRICT, hereinafter referred to as "Owner", for

- -----

------------------- Dollars ($ _ _____ ), this amount being ten percent ( 10%) of the total amount of the bid. The proceeds of this check shall become the property of said Owner, provided this proposal shall be accepted by the said Owner through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Perfonnance and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the Owner if the undersigned shall withdraw his bid within the period of 45 days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder.

Bidder

*Delete the inapplicable word

(Note: If the bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.)

Page 18

Page 10: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

BID BOND

KNOW ALL MEN BY THESE PRESENTS:

That we, Granite Construction Company as principal and Travelers Casualty Surety Company of America surety, are held and finnly bound unto SANT A MARIA PUBLIC

AIRPORT DISTRICT, hereinafter referred to as "Owner", in the sum of __________ _ Ten Percent (10% ofBid Amount) Dollars ($ 10% ofBid Amount ),to be paid to the said Owner, its successors, and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally. finnly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH,

That if the certain proposal of the above bounden Santa Maria Public Airport District ____ f._o_r _c_o _n_s _tr_u-ct-io_n ________ _

SMAPD Taxilane Pavement Rehab ____ as specifically set forth in documents entitledSMAPD Taxilane Pavement Rehab all in accordance with the specifications and drawings on file in the offices of General Manager of the District3217 Terminal Deive, Santa Maria, CA 93455 is not withdrawn within the period of fo1ty-five ( 45) days after the date set for the opening of bids, unless otherwise required by law, and notwithstanding the award of the contract to another bidder, and that if said proposal is accepted by the Owner through action of its legally constituted contracting authorities and if the above bound Santa Maria Public Airport District his heirs, executors, administrators, successors and assigns, shall duly enter into and execute a contract for such construction and shall execute and deliver the required Performance and Payment Bonds and proof of insurance coverage within ten (I 0) days (not including Sundays and holidays) after the date of notification by and from the said Owner that the said contract is ready for execution, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue.

IN WITNESS WHEREOF, we hereunto set our hands and seals this

25th day of April , 20_1_9_-----------

,,,,, ... ,,,,, ,,, 011 co� .. ,,,. �' �� .,-..�A�� / __,_._____ Brian Larinan, Chief Estimator

� �CJ.-� ,.�b��� _li'ravelers Casualty and Surely Company of America g � {G '!/f!f fl t -C. i � rfh 11 � I�bel Ba1ron, Attorney-In-Fact:CJ>:o �,... s_. : V'-'"''

(NOTE: The ��d�le�ii*Srm of any bonding company acceptable to the owner may be used in lieu of the facc�!�-.im��d �nple bond form provided the security stipulations protecting the owner are not in arff,�jl'til\4��y use of the surety company's printed standard form.) ,,,,,. .. ,,

Page 19

Page 11: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

NON COLLUSION DECLARATION

I, BRIAN LARINAN , declare that I am of CHIEF ESTIMATOR (name)

the party making the foregoing bid, that the bid is not made in interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, pattnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

I declare under penalty of perjury that the foregoing is true and correct and that this declaration is executed this 7TH day of MAY , 20 _]L, at SANT A BARBARA , California.

Signature: _...,./_d_�_-__ c..___ _____ _ Typed name: BRIAN LARINAN

Page 20

Page 12: GRANITE CONSTRUCTION COMPANY...BID SCHEDULE T AXILANE PAVEMENT REHABILITATION ITEM# QTY UNIT ITEM DESCRIPTION SPEC# Unit Price TOTAL (IN FIGURES) (IN FIGURES) l 1.0 LS Mobilization

CONTRACT

CONTRACT DOCUMENTS/INFORMATION

THIS AGREEMENT, made and entered into this ______ day of ________ . 201_ by and between the SANTA MARIA PUBLIC AIRPORT DISTR1CT, hereinafter referred to as "District", and

, a California Corporation, hereinafter referred to as "Contractor".

WHEREAS, District has accepted the Bid Proposal of Contractor for the work and services to be performed for a project identified as "TAXJLANE PAVEMENT REHABILITATION" (herein called the "Project").

NOW, THEREFORE, IT IS AGREED AS FOLLOWS:

1. -For and in consideration of the payments and agreements hereinafter mentioned, Contractoragrees to complete the Project within FORTY FIVE ( 45) working days after receipt of notice toproceed, in a good, workmanlike manner, to the satisfaction of District, and in accordance with the tenns,conditions, agreements and provisions of the Contract Documents, and to do all the work and furnish allthe labor, materials, supplies, equipment, utility and transportation services, and other items necessary tocomplete the Project as aforesaid. Contractor agrees to receive and accept the prices set forth in thefollowing schedule for full compensation for doing and completing all the work and furnishing all labor,materials, and other items contemplated and embraced in this Agreement, as well as for all loss or damagearising out of the nature of the work or from the action of the elements or from any unforeseen difficultiesor obstructions which may arise or be encountered in the prosecution of the work until its acceptance byDistrict, and for all risks of every description connected with the work, and for all expenses incurred by orin consequence of the suspension or discontinuance of work, to wit: (Schedule of prices referred to abovecommences on next page).

Page 21