YES, we received Addendum No. 4 - City of Lynden...2016/07/18  · 8-32.3(4) Bike Racks Bike Racks...

32
Lynden 360.354.3687 P.O. Box 978 423 Front Street, Lynden WA 98264 Sedro-Woolley 360.855.1713 813 Metcalf Street, Sedro-Woolley WA 98284 www.recivil.com TRANSMITTAL SHEET Date sent: July 18, 2016 Sent to: All Plan Holders Deliver to: Project Estimator Transmission sent from: Reichhardt & Ebe Engineering Number of pages including this page: 32 CONFIRMATION OF RECEIPT OF ADDENDUM PROJECT: Bender Field Parking & Restroom Please complete the following form and email back to Reichhardt & Ebe Engineering, Inc. @ [email protected] as soon as possible. Have you received Addendum No. 4 for the above-mentioned project? YES, we received Addendum No. 4 Signed: ______________________________Dated:______________ Company name (Please Print): __________________________________ Please email back to Reichhardt & Ebe Engineering, Inc. at [email protected]

Transcript of YES, we received Addendum No. 4 - City of Lynden...2016/07/18  · 8-32.3(4) Bike Racks Bike Racks...

  • Lynden 360.354.3687 P.O. Box 978 423 Front Street, Lynden WA 98264 Sedro-Woolley 360.855.1713 813 Metcalf Street, Sedro-Woolley WA 98284

    www.recivil.com

    TRANSMITTAL SHEET

    Date sent: July 18, 2016

    Sent to: All Plan Holders

    Deliver to: Project Estimator

    Transmission sent from: Reichhardt & Ebe Engineering

    Number of pages including this page: 32

    CONFIRMATION OF RECEIPT OF ADDENDUM

    PROJECT: Bender Field Parking & Restroom

    Please complete the following form and email back to Reichhardt & Ebe Engineering, Inc. @ [email protected]

    as soon as possible.

    Have you received Addendum No. 4 for the above-mentioned project?

    � YES, we received Addendum No. 4

    Signed: ______________________________Dated:______________ Company name (Please Print): __________________________________

    Please email back to Reichhardt & Ebe Engineering, Inc. at [email protected]

  • ADDENDUM NO. 4

    Addendum No. 4, Page 1 of 9

    To the Contract Provisions for: Bender Field Parking and Restroom Project

    City of Lynden Project No. 2015-10 To the attention of all bidders for the above project: Please find the following Addendum No. 4 for the above referenced project. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. PROPOSAL FORM Item 1 The Bid Proposal Form is deleted and replaced with the Revised Bid Proposal Form. Only bids submitted on the Revised Bid Proposal Form labeled “Addendum No. 4, July 18, 2016” as included in this Addendum shall be accepted as responsive bids. The Bid Proposal Form has been revised as follows:

    • Bid Item 9 “Roadway Excavation Incl. Haul”, the quantity has been increased. • Bid Item 11 “Shoring or Extra Excavation Class B”, the quantity has been reduced. • Bid Item 15 “Water Quality Infiltration Trench” has been deleted from the contract. • Bid Item 16 “Infiltration Trench” has been deleted from the contract. • Bid Item 17 “Corrugated Polyethylene Storm Sewer Pipe 8 In. Diam.” has been deleted from the

    contract.

    • Bid Item 18 “Corrugated Polyethylene Storm Sewer Pipe 12 In. Diam.” has been deleted from the contract.

    • Bid Item 22 “Catch Basin Type 1”, the quantity has been reduced. • Bid Item 32 “Seeded Lawn Installation”, the quantity has been increased. • Bid Item 33 “Topsoil Type B”, the quantity has been increased. • Bid Item 35 “Cement Conc. Traffic Curb and Gutter”, the quantity has been reduced. • Bid Item 36 “Cement Conc. Pedestrian Curb”, the quantity has been increased. • Bid Item 37A “Precast Conc. Wheel Stop” has been added to the contract. • Bid Item 39 “Cement Conc. Sidewalk”, the quantity has been increased. • Bid Item 41 “Cement Conc. Curb Ramp Type Single Direction A, 12-ft”, the quantity has been

    reduced.

    • Bid Item 43 “Cement Conc. Curb Ramp Type Perpendicular A”, the quantity has been reduced. • Bid Item 43A “Cement Conc. Curb Ramp Type Perpendicular A, 12-ft” has been added to the

    Contract.

    • Bid Item 55 “Bike Rack” has been added to the Contract as Alternate 1. • Bid Item 56 “Trash Receptacle” has been added to the Contract as Alternate 2. • Bid Item 57 “Clean Pet Bag Holder” has been added to the Contract as Alternate 3. • Bid Item 58 “Flagpole” has been added to the Contract as Alternate 4.

  • ADDENDUM NO. 4

    Addendum No. 4, Page 2 of 9

    SPECIFICATIONS Item 2 The following is deleted from the contract. 1-08.5 Time for Completion (December 4, 2006) Contract time shall begin on the first working day the Contractor starts onsite work or August 11, 2016, whichever comes first. Item 3 The following is added. 1-02 BID PROCEDURES AND CONDITIONS 1-02.6 Preparation of Proposal Section 1-02.6 is supplemented with the following:

    Cumulative Alternates Bidding (August 3, 2015 WSDOT GSP) The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the Alternate(s).

    Bid Proposal The Bid Proposal includes the following:

    1. Base Bid The Base Bid shall include constructing all items included in the Proposal except those items contained in the Alternate(s).

    2. Alternate(s)

    a. Alternate A1 Based on constructing (*** Bike Rack ***) The Bid items for Alternate A1 are as listed in the Bid Proposal.

    b. Alternate A2 Based on constructing (*** Trash Receptacle ***) The Bid items for Alternate A2 are as listed in the Bid Proposal.

    c. Alternate A3 Based on constructing (*** Clean Pet Bag Holder ***) The Bid items for Alternate A3 are as listed in the Bid Proposal.

  • ADDENDUM NO. 4

    Addendum No. 4, Page 3 of 9

    d. Alternate A4 Based on constructing (*** Flagpole ***) The Bid items for Alternate A4 are as listed in the Bid Proposal.

    Bidding Procedures To be considered responsive the Bidder shall submit a price on each and every Bid item included in the Base Bid and all Alternate(s.)

    The successful Bidder will be the Bidder submitting the lowest responsible Bid for the highest order Preference that is within the amount of available funds for the project. Available funds will be announced immediately prior to the opening of Bids. The following are listed in order from highest to lowest Preference:

    1. Preference 1: Lowest total for Base Bid plus Alternate A1 plus Alternate A2 plus Alternate A3, plus A4.

    2. Preference 2: Lowest total for Base Bid plus Alternate A1 plus Alternate A2 plus

    Alternate A3. 3. Preference 3: Lowest total for Base Bid plus Alternate A1 plus Alternate A2. 4. Preference 4: Lowest total for Base Bid plus Alternate A1. 5. Preference 5: Lowest total for Base Bid.

    The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without any additional Alternates, in the event that all Bids exceed the available funds announced. In any case, the award will be subject to the requirements of Section 1-03.

    Item 4 8-02 ROADSIDE RESTORATION 8-02.4 Measurement (July 18, 2016 R&E GSP) Section 8-02.4 is supplemented with the following: (******) Topsoil Type B will be measured by the cubic yard along the grade and slope of the area covered immediately after application

  • ADDENDUM NO. 4

    Addendum No. 4, Page 4 of 9

    8-02.5 Payment (July 18, 2016 R&E GSP) Section 8-02.5 is supplemented with the following: (******) “Topsoil Type ___”, per cubic yard. The unit Contract price per acre for “Topsoil Type __” shall be full payment for all costs for the specified Work. Item 5 (******) The following is added. 8-07 PRECAST TRAFFIC CURB (July 18, 2016 R&E GSP) 8-07.1 Description Section 8-07.1 is supplemented with the following:

    This work includes furnishing, placing, and anchoring precast concrete wheel stops as shown on the plans or established by the Engineer and as specified in these Specifications.

    8-07.2 Materials Section 8-07.2 is supplemented with the following:

    Precast concrete wheel stops shall be Type X as manufactured by Granite Precast, Inc. or approved equal. Wheel stop anchorage pins shall be No. 4 reinforcing steel with a minimum length of 22 inches.

    8-07.4 Measurement Section 8-07.4 is supplemented with the following:

    Precast concrete wheel stops shall be measured per each furnished and installed.

    8-07.5 Payment Secion 8-07.5 is supplemented with the following:

    “Precast Concrete Wheel Stop” per each. The unit Contract price per each for “Precast Concrete Wheel Stop” shall be full pay for furnishing all material, tools, labor, incidentals, and other items necessary to satisfactorily complete the work.

  • ADDENDUM NO. 4

    Addendum No. 4, Page 5 of 9

    Item 6 (******) The following Section is added. 8-32 SITE FIXTURES (July 18, 2016 R&E GSP) 8-32.1 Description Work shall include the supply and installation of trash receptacles and bicycle parking racks per the plans. 8-32.2 Materials Trash Receptacles Trash Receptacles shall be Urban Accessories RR-55 with door or approved equal. Receptacle shall be powder coated green. Mounting methods and hardware shall be per the manufacture's recommendations. Bike Rack The contractor shall provide and install bicycle racks as shown on the plans or as designated by the Engineer. Bicycle racks shall be manufactured with galvanized structural steel tubing (2-3/8” round) with green powder coat. Bicycle racks shall be manufactured by Orion or by an approved equal. Bicycle racks shall be bolted to the concrete sidewalk by a bolt system as recommended by the manufacturer. 8-32.3 Construction Requirements

    8-32.3(3) Trash Receptacle Trash receptacles shall be constructed at the locations shown in the Plans or as designated by the Engineer. Trash receptacles shall be mounted and secured per the manufacture's recommendations.

    8-32.3(4) Bike Racks Bike Racks shall be constructed at the locations shown in the Plans. Bicycle racks shall be bolted to the concrete sidewalk by a bolt system per the manufacturer’s recommendation. 8-32.4 Measurement Measurement for Trash Receptacle, and Bike racks will be made per each installed.

    8-32.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: "Trash Receptacle", per each. The unit Contract price per each for "Trash Receptacle" shall be full pay for all Work to furnish and install the receptacle assemblies, including all costs for required for the complete installation of the trash receptacle assembly as specified.

  • ADDENDUM NO. 4

    Addendum No. 4, Page 6 of 9

    "Bike Rack", per each. The unit Contract price per each for "Bike Rack" shall be full pay for all Work to furnish and install bike rack assemblies, including all costs for mounting and securing required for the complete installation of the bike rack assembly as specified. Item 7 (******) The following Section is added. 8-34 CLEAN PET BAG HOLDER (July 18, 2016 R&E GSP) 8-34.1 Description This work shall consist of furnishing and constructing a clean pet bag holder of the type specified, in accordance with the Plans and these Specifications. 8-34.2 Materials Posts shall be Telspar steel posts, 2” square and green in color with sleeves provided by the contractor. The footings shall be installed by the contractor to the line and grade shown on the plans The clean pet bag holder receptacle shall be Mutt Mitt White Pet Waste Bag Dispenser or approved equal. 8-34.3 Construction Requirements Clean pet bag holder receptacle shall be mounted at a height of 42-inches from the adjacent ground surface to the top of the receptacle. 8-34.4 Measurement Measurement for “Clean Pet Bag Holder” will be per each “Clean Pet Bag Holder furnished and installed. 8-34.5 Payment “Clean Pet Bag Holder”, per each. The unit Contract price per each for “Clean Pet Bag Holder” shall be full pay for all labor, equipment and materials necessary to satisfactorily complete the work.

  • ADDENDUM NO. 4

    Addendum No. 4, Page 7 of 9

    Item 8 (******) The following Section is added. 8-35 FLAGPOLE (July 18, 2016 R&E GSP) 8-35.1 Description This work shall include furnishing and constructing a flag pole and foundation at the location shown on the plans. 8-35.2 Materials The flagpole shall be a 30 ft. satin aluminum flagpole with internal winch as manufactured by American Flagpole (1-855-530-4078, www.americanflagpole.com) model iww30c61-02 or approved equal. 8-35.3 Construction Requirements The flagpole shall be installed plumb and true at the location specified in the plans. The flagpole foundation shall be constructed in accordance with the manufacturers recommendations for the size and type of flagpole specified. 8-35.4 Measurement “Flagpole” will be measured per each flagpole provided and installed. 8-35.5 Payment “Flagpole” per each. The unit contract price per each for flagpole shall be full compensation for all materials, equipment, and labor necessary to install the flagpole including concrete foundation and other foundation materials necessary to construct in accordance with the manufacturers recommendations.

  • ADDENDUM NO. 4

    Addendum No. 4, Page 8 of 9

    PLANS Item 9 The Civil Plan Sheets are deleted and replaced with the Addendum 4 Plan Sheets. The Civil Plan Sheets have been revised as follows: Plan Sheet 1 No change. Plan Sheet 2 No change. Plan Sheet 3 No change. Plan Sheet 4 Water Quality Infiltration Trench and Infiltration Trench have been removed. Sections of cement concrete curb and gutter have been removed from the south parking perimeter and sections of cement concrete pedestrian curb have been added to the south parking perimeter. New cement concrete sidewalk has been added on the south side of the parking. A clean bag pet holder and trash receptacle have been added near Bender Park Blvd. Precast Concrete Wheel Stops were added for the south parking stalls. Plan Sheet 5 Water Quality Infiltration Trench and Infiltration Trench have been removed. Sections of curb and gutter have been removed from the south parking perimeter. The footprint of cement concrete sidewalk around the restroom building has changed. A clean bag pet holder, trash receptacle and flagpole have been added near the restroom building. Plan Sheet 6 The handicap parking signs and plastic symbol have moved to the west side of the restroom building. Plan Sheet 7 The parking lot grades have been revised. Plan Sheet 8 Seeded lawn installation areas have been adjusted to reflect revised cement concrete sidewalk locations. Plan Sheet 9 The Up-Turned Elbow and Riser, Water Quality Infiltration Trench and Infiltration Trench details have been removed. The Bicycle Parking Rack and Trash Receptacle Detail have been added. Plan Sheet 10 The Typical North Parking Lot Section has been revised with a new slope, removal of concrete curb and gutter on the south and basic filter strip on the south as shown on Sheet 9.

  • ADDENDUM NO. 4

    Addendum No. 4, Page 9 of 9

    Plan Sheet 11 No change. Plan Sheet 12 No change. Plan Sheet 13 Figure 8-6, Solid Metal Cover for Catch Basin has been removed. Plan Sheet 14 No change.

    END OF ADDENDUM NO. 4 Acknowledgement that this addendum has been received is required on the Bid Proposal, page 16. Sincerely, _______________________________ Kyle E. Carrick, P.E.

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    1 1 MOBILIZATION

    LUMP (1-09.7)

    SUM

    $ $

    per LS

    2 1 SPCC PLAN

    LUMP (1-07)

    SUM

    $ $

    per LS

    3 1 PROJECT TEMPORARY TRAFFIC CONTROL

    LUMP (1-10)

    SUM

    $ $

    per LS

    4 105 FLAGGERS AND SPOTTERS

    HOUR (1-10)

    $ $

    per HR

    5 1 CLEARING AND GRUBBING

    LUMP (2-01)

    SUM

    $ $

    per LS

    6 4,775 SAWCUT ACP

    LINEAR (2-02)

    FOOT-INCH

    $ $

    per LF-IN

    7 800 SAWCUT PCC

    LINEAR (2-02)

    FOOT-INCH

    $ $

    per LF-IN

    8 1 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

    LUMP (2-02)

    SUM

    $ $

    per LS

    9 2,600 ROADWAY EXCAVATION INCL. HAUL

    CUBIC (2-03)

    YARD

    $ $

    per CY

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    8

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    10 20 WATER

    M GAL. (2-07)

    $ $

    per M GAL.

    11 1,800 SHORING OR EXTRA EXCAVATION CLASS B

    SQUARE (2-09)

    FOOT

    $ $

    per SF

    12 4,050 GRAVEL BASE

    TON (4-02)

    $ $

    per TON

    13 700 CRUSHED SURFACING TOP COURSE

    TON (4-04)

    $ $

    per TON

    14 1,000 HMA CLASS 1/2" PG 64-22

    TON (5-04)

    $ $

    per TON

    15 THIS ITEM INTENTIONALLY LEFT BLANK

    16 THIS ITEM INTENTIONALLY LEFT BLANK

    17 THIS ITEM INTENTIONALLY LEFT BLANK

    18 THIS ITEM INTENTIONALLY LEFT BLANK

    9

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    19 10 SOLID WALL PVC STORM SEWER PIPE 8 IN. DIAM.

    LINEAR (7-04)

    FOOT

    $ $

    per LF

    20 10 SOLID WALL PVC STORM SEWER PIPE 12 IN. DIAM.

    LINEAR (7-04)

    FOOT

    $ $

    per LF

    21 10 SOLID WALL PVC STORM SEWER PIPE 15 IN. DIAM.

    LINEAR (7-04)

    FOOT

    $ $

    per LF

    22 1 CATCH BASIN TYPE 1

    EACH (7-05)

    $ $

    per EA

    23 1 ADJUSTMENTS TO FINISHED GRADE

    LUMP (7-05)

    SUM

    $ $

    per LS

    24 1 SERVICE CONNECTION 2 IN. DIAM.

    EACH (7-15)

    $ $

    per EA

    25 95 PVC SANITARY SEWER PIPE 4 IN. DIAM.

    LINEAR (7-17)

    FOOT

    $ $

    per LF

    26 30 PVC SANITARY SEWER PIPE 6 IN. DIAM.

    LINEAR (7-17)

    FOOT

    $ $

    per LF

    27 3 SEWER CLEANOUT

    EACH (7-19)

    $ $

    per EA

    10

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    28 1 STABILIZED CONSTRUCTION ENTRANCE

    EACH (8-01)

    $ $

    per EA

    29 1,100 HIGH VISIBILITY SILT FENCE

    LINEAR (8-01)

    FOOT

    $ $

    per LF

    30 7 INLET PROTECTION

    EACH (8-01)

    $ $

    per EA

    31 1 EROSION/WATER POLLUTION CONTROL

    EST (8-01)

    1,500.00$ 1,500.00$

    EST

    32 2,350 SEEDED LAWN INSTALLATION

    SQUARE (8-02)

    YARD

    $ $

    per SY

    33 400 TOPSOIL TYPE B

    CUBIC (8-02)

    YARD

    $ $

    per CY

    34 1 LANDSCAPE RESTORATION

    EST (8-02)

    750.00$ 750.00$

    EST

    35 1,900 CEMENT CONC. TRAFFIC CURB AND GUTTER

    LINEAR (8-04)

    FOOT

    $ $

    per LF

    36 160 CEMENT CONC. PEDESTRAIN CURB

    LINEAR (8-04)

    FOOT

    $ $

    per LF

    11

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    37 55 CEMENT CONC. DRIVEWAY

    SQUARE (8-06)

    YARD

    $ $

    per SY

    37A 48 PRECAST CONC. WHEEL STOP

    EACH (8-07)

    $ $

    per EA

    38 850 CEMENT CONC. SIDEWALK

    SQUARE (8-14)

    YARD

    $ $

    per SY

    39 3 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A

    EACH (8-14)

    $ $

    per EA

    40 2 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A, 10-FT

    EACH (8-14)

    $ $

    per EA

    41 1 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION A, 12-FT

    EACH (8-14)

    $ $

    per EA

    42 1 CEMENT CONC. CURB RAMP TYPE PARALLEL A

    EACH (8-14)

    $ $

    per EA

    43 2 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A

    EACH (8-14)

    $ $

    per EA

    43A 1 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A, 12-FT

    EACH (8-14)

    $ $

    per EA

    44 1 RRFB SYSTEM

    LUMP (8-20)

    SUM

    $ $

    per LS

    12

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    45 1 PERMANENT SIGNING

    LUMP (8-21)

    SUM

    $ $

    per LS

    46 3,200 PAINT LINE

    LINEAR (8-22)

    FOOT

    $ $

    per LF

    47 96 PLASTIC CROSSWALK LINE

    SQUARE (8-22)

    FOOT

    $ $

    per SF

    48 270 PAINTED YELLOW CURB

    LINEAR (8-22)

    FOOT

    $ $

    per LF

    49 5 PLASTIC ACCESS PARKING SPACE SYMBOL

    EACH (8-22)

    $ $

    per EA

    50 3 PLASTIC TRAFFIC ARROW

    EACH (8-22)

    $ $

    per EA

    51 8 BOLLARD TYPE 1

    EACH (8-26)

    $ $

    per EA

    52 3 POTHOLE EXISTING UNDERGROUND UTILITY

    EACH (8-30)

    $ $

    per EA

    53 1 REPAIR EXISTING PUBLIC AND PRIVATE FACILITIES

    EST (8-31)

    5,000.00$ 5,000.00$

    EST

    54 1 PRECAST CONCRETE FLUSH RESTROOM BUILDING

    LUMP (8-33)

    SUM

    $ $

    per LS

    SUBTOTAL: $

    SALES TAX (8.7%): $

    TOTAL BASE BID: $

    13

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    55 3 BIKE RACK

    EACH (8-32)

    $ $

    per EA

    SUBTOTAL: $

    SALES TAX (8.7%): $

    TOTAL ALTERNATE A1 BID: $

    56 2 TRASH RECEPTACLE

    EACH (8-32)

    $ $

    per EA

    SUBTOTAL: $

    SALES TAX (8.7%): $

    TOTAL ALTERNATE A2 BID: $

    57 2 CLEAN PET BAG HOLDER

    EACH (8-34)

    $ $

    per EA

    SUBTOTAL: $

    SALES TAX (8.7%): $

    TOTAL ALTERNATE A3 BID: $

    58 1 FLAGPOLE

    EACH (8-35)

    $ $

    per EA

    SUBTOTAL: $

    SALES TAX (8.7%): $

    TOTAL ALTERNATE A4 BID: $

    14

  • ADDENDUM 4

    ( ) SECTION REFERENCE July 18, 2016

    ITEM

    NO.QUANTITY DESCRIPTION

    UNIT

    PRICETOTAL

    CITY OF LYNDENBENDER FIELD PARKING AND RESTROOM PROJECT

    TOTAL, BASE BID AND ALTERNATES A1 - A4: $

    TOTAL, BASE BID AND ALTERNATES A1 - A3: $

    TOTAL, BASE BID AND ALTERNATES A1 - A2: $

    TOTAL, BASE BID AND ALTERNATE A1: $

    TOTAL, BASE BID: $

    15