Loading...
HomeMy WebLinkAboutEagle-Elsner Inc ~ 32600007 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: 32600007 Contract Start Date: 8/5/2025 Contract End Date: 10/31/2025 (substantial completion) Contract Title: 2025 PMP Pavement Rehabilitation Contractor Name: Eagle-Elsner, Inc. Contract Manager: Nichole George Department: PW -ENG Contract Costs Original Contract Amount: $1,916,506.00 Total All Previous Amendments: n/a Total of this Amendment: n/a Total Contract Amount: $1,916,506.00 Procurement Authority Contract Type: Public Improvement Procurement Type: Formal ITB >$150K Solicitation Number: 2025-23 LCRB Date: 7/22/25 Account String: Fund-Division-Account Work Order – Activity Type Amount FY 26 4128000-56005 CP 95001-EXTERNAL-CONS $1,916,506.00 FY Contracts & Purchasing Approval Purchasing Signature: Comments: DocuSign Routing Route for Signature Name Email Address Contractor Mary Meirow mary@eagle-elsner.com City of Tigard Brent Stockwell Brent.stockwell@tigard-or.gov Final Distribution Contractor Mary Meirow mary@eagle-elsner.com Project Manager Nichole George nicholeg@tigard-or.gov CIP Manager Laura Barrie laurab@tigard-or.gov Project Admin Shauna Large shauna@tigard-or.gov Buyer Rosie McGown Rosie.mcgown@tigard-or.gov City of Tigard 13125 SW Hall Blvd Tigard, Oregon 97223 Phone: (503) 639-4171 Fax: (503) 684-7297 CONTRACT DOCUMENTS for the construction of 2025 PAVEMENT REHABILITATION PROJECT Invitation to Bid No. 2025-23 Single Point of Contact: Rosie McGown Contracts and Purchasing Manager Email: rosie.mcgown@tigard-or.gov Phone: (503) 718-7236 Submit one (1) copy in portable document format (pdf). Submit Bid To: ContractsPurchasing@tigard-or.gov Bid Due: Thursday, July 3, 2025 – 2:00 PM Local Time Deadline for Questions: Thursday, June 26rd, 2025 – 10:00 AM Local Time Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 2| Page ADVERTISEMENT FOR BIDS CITY OF TIGARD 2025 PAVEMENT REHABILITATION PROJECT The City of Tigard will receive sealed Bids from qualified firms submitted electronically to the Contracts and Purchasing Department at contractspurchasing@tigard-or.gov until 2:00 pm local time, July 3, 2025 for the 2025 Pavement Rehabilitation project. Bids will be opened and publicly read aloud immediately after the Bid Closing time and date via conference call at (971) 203-2862. Conference ID 556 971 009# The project generally consists of the following: A. Construction of asphaltic pavement inlays and overlays B. Construction of aggregate base for roadways C. Asphalt concrete removal (grinding) D. Roadway excavation E. Temporary signage, protection, and traffic control F. Striping and pavement markings G. Construction of concrete curbs ramps and sidewalk H. Performance of additional and incidental work as called for by the specifications and plans. Basis of Bid Award shall incorporate all items identified on the Bid Schedule. Pursuant to Tigard Public Contracting Rule 30.055, all Bidders must submit a Bid security to the City along with their Bid in an amount equal to ten percent (10%) of their Bid. Because the City’s estimate of contract value exceeds $100,000, Bidders must submit a First Tier Subcontractor Disclosure Form, provided in this Bid Booklet, to the City no later than 4:00 pm local time, July 3, 2025. The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages shall be incorporated by reference as if fully set forth in any Contract resulting from this Advertisement for Bid. Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of $30,000 with the Construction Contractors Board as required under Oregon Prevailing Wage Rate (PWR) law. No Bid will be considered unless fully completed in a manner provided in the Bid Packet. Facsimile Bids will not be accepted nor will Bids be accepted after the stated Bid Closing. Bids received after the Bid Closing will be returned to the submitting firm unopened after a Contract has been awarded for the required services. Bid Documents may be downloaded from the City of Tigard website at www.tigard-or.gov/bids. The City may reject any Bid not in compliance with all prescribed public bidding procedures and requirements and may reject for good cause any or all Bids upon a finding of the City if it is in the public interest to do so. All questions about the meaning or intent of the Bid Documents shall be submitted to the Contracts and Purchasing Department at contractspurchasing@tigard-or.gov with any questions. Clarifications to the Bid Documents will be made by addenda only. Oral statements may not be relied upon by Bidders and will not be binding or legally effective. Published: Daily Journal of Commerce Date: June 18, 2025 Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 3| Page TABLE OF CONTENTS ADVERTISEMENT FOR BIDS .................................................................................................................................................... 2 ATTACHMENT A – BIDDER’S CHECKLIST ............................................................................................................................ 4 ATTACHMENT B – BID ............................................................................................................................................................ 5 ATTACHMENT C – BID CERTIFICATION ............................................................................................................................ 18 ATTACHMENT D – FIRST TIER SUBCONTRACTOR DISCLOSURE FORM ....................................................................... 19 ATTACHMENT E – BID BOND ............................................................................................................................................. 20 ATTACHMENT F – PUBLIC IMPROVEMENT CONTRACT .................................................................................................. 21 ATTACHMENT G – PERFORMANCE BOND........................................................................................................................ 26 ATTACHMENT H – PAYMENT BOND ................................................................................................................................. 28 ATTACHMENT I – OREGON PREVAILING WAGE RATES ................................................................................................ 30 ATTACHMENT J – GENERAL CONDITIONS ....................................................................................................................... 31 ATTACHMENT K – SPECIAL PROVISIONS ........................................................................................................................ 157 ATTACHMENT L – ODOT UTILITY PERMIT .................................................................................................................. 219 DRAWINGS Available for download from the City of Tigard website at www.tigard-or.gov/bids. 2025 PAVEMENT REHABILITATION PROJECT ..................................................................... DATED JUNE 2025 Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 4| Page ATTACHMENT A – BIDDER’S CHECKLIST CITY OF TIGARD 2025 PAVEMENT MANAGEMENT PROGRAM 2025 PAVEMENT REHABILITATION PROJECT FORMS TO EXECUTE FOR SUBMISSION OF BID The Bidder's attention is especially called to the following forms which must be executed in full before Bid is submitted: ATTACHMENT B - BID ATTACHMENT C – BID CERTIFICATION ATTACHMENT D – FIRST TIER SUBCONTRACTOR DISCLOSURE FORM: within 2 hours of Bid Closing. ATTACHMENT E – BID BOND FORMS TO EXECUTE AFTER AWARD OF BID ATTACHMENT F – PUBLIC IMPROVEMENT CONTRACT – PWR COVERED CONTRACT ATTACHMENT G – PUBLIC IMPROVEMENT CONTRACT – PERFORMANCE BOND ATTACHMENT H – PUBLIC IMPROVEMENT CONTRACT – PAYMENT BOND Certificate of Insurance including Additional Insured Provision in accordance with the Public Improvement Contract. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 10| Page SCOPE FOR BID SCHEDULE Measurement and payment for all Work shown or specified herein will be made on a unit or lump sum price basis in accordance with the prices set forth in the Bid Schedule for individual items of Work. Contractor shall make a careful assessment when preparing the Bid. The items listed below refer to and are the same pay items listed in the Bid Schedule. They constitute all of the pay items for the completion of the Work. No direct or separate payment will be made for providing miscellaneous temporary or accessory services or all other items not specifically named in specific Bid item description and needed for prosecution of the Work, and all other requirement of the Contract Documents. Compensation for all such services, things and materials shall be included in the prices stipulated for the lump sum and unit price pay items listed herein. The prices stated in the Bid Schedule, include overhead and profit and all costs and expenses for bonds, insurance, taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the Work, complete and in place, as shown on the Plans and specified herein. The basis of payment for an item at the lump sum or unit price shown in the Bid Schedule shall be in accordance with the description of that item in this Section. BID ITEM DESCRIPTIONS: 2025 PAVEMENT REHABILITATION PROJECT The following Bid Item Descriptions summarize the measurement and payment for each of the items in the Bid Schedule for the 2025 Pavement Rehabilitation project and are included below for the Contractor’s convenience. For specific details of measurement and payment, see the Special Provisions. BID ITEM NO 1. EXTRA WORK AS AUTHORIZED Comply with Section 00197 of the Standard Specifications. Extra work as authorized by the Owner shall be measured and paid on a force account basis in accordance with Section 00197 of the standard specifications. BID ITEM NO 2. MOBILIZATION Comply with Section 00210 of the Standard Specifications. Measurement shall be on a lump sum (LS) basis per Section 00210.80 of the Standard Specifications. Payment shall be per Section 00210.90 of the Standard Specifications, including all preparatory work and operations necessary for the movement of personnel, equipment, materials and incidentals to the project site and for all other costs incurred before the beginning of work as well as any other work included in the Contract Documents which is not specifically listed in other Bid items. The amounts paid for mobilization in the Contract progress payment will be based on the percentage of the Original Contract amount that is earned from other Contract items. When 5% is earned, either 50% of the amount for mobilization or 5% of the original Contract amount, whichever is the least. When 10% is earned, either 100% of mobilization or 10% of the original Contract amount, whichever is the least. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 11| Page When all work is completed, amount of mobilization exceeding 10% of the original Contract amount. This schedule of mobilization progress payments will not limit or preclude progress payments otherwise provided by the Contract. BID ITEM NO 3. TEMPORARY WORK ZONE TRAFFIC CONTROL, COMPLETE FOR DURHAM ROAD BID ITEM NO 4. TEMPORARY WORK ZONE TRAFFIC CONTROL, COMPLETE FOR GAARDE STREET BID ITEM NO 5. TEMPORARY WORK ZONE TRAFFIC CONTROL, COMPLETE VENTURA PLACE BID ITEM NO 6. TEMPORARY WORK ZONE TRAFFIC CONTROL, COMPLETE FOR VENTURA DRIVE BID ITEM NO 7. TEMPORARY WORK ZONE TRAFFIC CONTROL, COMPLETE FOR WALNUT STREET BID ITEM NO 8. TEMPORARY WORK ZONE TRAFFIC CONTROL, COMPLETE FOR CANTERBURY LANE BID ITEM NO 9. TEMPORARY WORK ZONE TRAFFIC CONTROL, COMPLETE FOR SCOFFINS STREET Comply with Section 00225 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00225.80 of the Standard Specifications. Payment shall be per Section 00225.90(a)(1) of the Standard Specifications, including all labor, equipment, materials and all other miscellaneous incidentals and work necessary for installing, maintaining, and removing all necessary traffic control measures including providing Portable Changeable Message Signs as required. Payment shall also include all temporary structures or surfacing’s necessary to maintain adequate traffic control around the work zones. Removal of pavement lines, bars, and legends necessary to accommodate temporary and permanent roadway striping shall be considered incidental to this bid item. All necessary coordination with City of Tigard, Washington County, and/or ODOT staff to shut off or modify signal timing as needed to safely direct traffic through the work zone shall be considered incidental. No additional payment will be made for work completed during night hours as specified. BID ITEM NO 10. REMOVAL OF CURBS Comply with Section 00310 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 00310.80. Payment for this item shall be on a linear foot basis per Section 00310.91 and represents full payment for all labor, equipment, and materials necessary to sawcut, remove, haul and dispose of cement concrete curbs and aggregate to the limits and depths as shown on the Plans and as directed by the Engineer. No separate or additional payment will be made to remove curbs by hand adjacent to walls or existing structures as required by the Plans. BID ITEM NO 11. REMOVAL OF WALKS AND DRIVEWAYS Comply with Section 00310 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00310.80. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 12| Page Payment for this item shall be on a square yard basis per Section 00310.91 and represents full payment for all labor, equipment, and materials necessary to sawcut, remove, haul and dispose of cement concrete walks, driveways and aggregate to the limits and depths as shown on the Plans and as directed by the Engineer. BID ITEM NO 12. CLEARING AND GRUBBING Comply with Section 00320 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum basis (LS) basis per Section 00320.80. Payment for this item shall be on a lump sum basis per Section 00320.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to complete all clearing, grubbing, disposal, cleanup work, vegetation, and tree removal. BID ITEM NO 13. GENERAL EXCAVATION Comply with Section 00330 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on the excavation basis per cubic yard (CY) per Section 00330.81. Payment for this item shall be on a cubic yard basis per Section 00330.91 and represents full payment for all labor, equipment, and materials necessary to sawcut, remove, haul and dispose of surfacing’s, aggregate and soils within the roadway prism to the limits and depths as shown on the Plans and as directed by the Engineer for road rehabilitation and curb ramp reconstruction. Payment for removal of concrete structures as part of curb ramp retrofits will be measured and paid separately. Payment for structure adjustments and utility installation excavation shall be considered incidental. BID ITEM NO 14. 12-INCH DEPTH SUBGRADE STABILIZATION Comply with Section 00331 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00331.80. Payment shall be on a square yard basis per Section 00331.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to construct subgrade stabilization as shown on the Plans or as directed by the Engineer. BID ITEM NO 15. SUBGRADE GEOTEXTILE Comply with Section 00350 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00350.80. Payment shall be on a square yard (SY) basis per Section 00350.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to install subgrade geotextile. BID ITEM NO 16. CONCRETE INLET, TYPE CG-2 Comply with Section 00470 of the Standard Specifications. Measurement shall be on a per each (EA) basis per Section 00470.80. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 13| Page Payment shall be on a per each basis per Section 00470.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary remove existing basins and to furnish and install new concrete curb inlets, including excavation, haul, and disposal of spoils. BID ITEM NO 17. ADJUSTING BOXES Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. Payment shall be on a per each basis per Section 00490.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to make minor adjustments to existing utility boxes and covers. BID ITEM NO 18. ADJUSTING CATCH BASINS Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. Payment shall be on a per each basis per Section 00490.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to make minor adjustments to existing pre-cast catch basins including adjusting existing precast sections, providing new precast sections and all other work and materials necessary to adjust the structure to finish grade. BID ITEM NO 19. REPLACE WATER VALVE BOXES Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. Payment shall be on a per each basis per Section 00490.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to remove and replace existing water valve cans and valve stem risers including removing and disposing of existing materials, furnishing and installing new cast iron water boxes, lids and PVC valve stem risers and all excavation, backfill and compaction necessary to complete the installation. Raising the new valve can finish grade during paving shall be considered incidental. BID ITEM NO 20. MINOR ADJUSTMENT OF MANHOLES Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. Payment shall be on a per each basis per Section 00490.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to make minor adjustments to existing manholes including adjustments completed by installing new prefabricated paving rings, installing new frames and adjustments made by removing, resetting, or installing new concrete grade rings. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 14| Page BID ITEM NO 21. RECONDITIONING EXISTING ROADWAY Comply with Section 00610 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00610.80. Payment shall be on a square yard basis per Section 00610.90 including all labor, equipment and materials necessary to trim, shape, finish, compact and proof-roll existing roadway subgrade in preparation for new asphalt concrete pavement placement. Payment also includes all materials, equipment and labor necessary to protect the subgrade from damage prior to new asphalt concrete pavement construction. No additional payment will be made for additional grading necessary to re-establish existing drainage patterns and providing a smooth and drivable roadway free of ruts, depressions and irregularities. BID ITEM NO 22. COLD PLANE PAVEMENT REMOVAL, 0-2 INCH DEEP BID ITEM NO 23. COLD PLANE PAVEMENT REMOVAL, 2-2.5 INCH DEEP BID ITEM NO 24. COLD PLANE PAVEMENT REMOVAL, 4.5 INCH DEEP Comply with Section 00620 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00620.80. Payment shall be on a square yard basis per Section 00620.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to cold plane existing asphalt pavement to the depths specified on the Plans, and disposing of waste material. If the Contractor elects to use cold planning to remove existing pavement in areas where the Plans indicate pavement removal to full depth, this work will be paid per 00330. BID ITEM NO 25. 3/4 INCH - 0 AGGREGATE BASE Comply with Section 00641 of the Standard Specifications as modified in the Special Provisions Measurement shall be on a cubic yard (CY) basis per Section 00641.80 to the neat line measurements and depths shown in the Plans. Payment shall be on a cubic yard basis per Section 00641.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, grade, and compact aggregate base. All necessary quality control testing shall be considered incidental. BID ITEM NO 26. FOG SEAL Comply with Section 00705 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00705.80. Payment shall be on a square yard bases per Section 00705.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish and place emulsified asphalt fog coat on existing streets where shown on the Plans. Payment shall also include all necessary removal of existing pavement markings and street cleaning prior to sealing. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 15| Page BID ITEM NO 27. LEVEL 2, 1/2 INCH DENSE ACP MIXTURE BID ITEM NO 28. LEVEL 3, 1/2 INCH DENSE ACP MIXTURE BID ITEM NO 29. LEVEL 3, 1/2 INCH DENSE ACP MIXTURE WITH FIBERS Comply with Section 00744 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a tonnage (TON) basis per Section 00744.80. Payment shall be on a tonnage basis per Section 00744.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, grade, compact, and finish asphalt pavement of the type noted. No separate or additional payment will be made for ACP placed as a leveling course, quality control testing, tack coat or mix design additives. BID ITEM NO 30. 2 INCH DEPTH ASPHALT CONCRETE INLAY REPAIR Comply with Section 00749 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00749.80. Payment shall be on a square yard basis per Section 00749.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to remove additional pavement to the depths shown in the Plans or as required by the Engineer. Asphalt pavement furnished and placed to replace the additional depth removed shall be paid under other bid items. BID ITEM NO 31. CONCRETE CURBS, CURB AND GUTTER BID ITEM NO 32. CONCRETE CURBS, STANDARD CURB BID ITEM NO 33. CONCRETE CURBS, GRADE CORRECTION Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 00759.80. Payment shall be on a linear foot basis per Section 00759.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, joint, and finish concrete curb. No additional payment will be made for form adjustments directed by the Engineer to meet ADA requirements. All necessary quality control testing shall be considered incidental. BID ITEM NO 34. CONCRETE WALKS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot (SF) basis per Section 00759.80. Payment shall be on a square foot basis per Section 00759.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, joint, and finish concrete walks and curb ramps, including detectable warning surfaces. No additional payment will be made for form adjustments directed by the Engineer to meet ADA requirements. All necessary quality control testing shall be considered incidental. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 16| Page BID ITEM NO 35. CONCRETE DRIVEWAYS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot (SF) basis per Section 00759.80. Payment shall be on a square foot basis per Section 00759.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, joint, and finish concrete driveways including reinforcement where required. BID ITEM NO 36. MONO-DIRECTIONAL WHITE TYPE IAR MARKERS BID ITEM NO 37. BI-DIRECTIONAL YELLOW TYPE IAR MARKERS BID ITEM NO 38. BI-DIRECTIONAL BLUE TYPE IAR MARKERS Comply with Section 00855 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00855.80. Payment shall be on a per each basis per Section 00855.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish and install pavement markers as shown on the Plans. BID ITEM NO 39. THERMOPLASTIC, EXTRUDED, SURFACE, NON-PROFILED Comply with Section 00860 of the Standard Specifications. Measurement shall be on a linear foot (LF) basis per Section 00860.80. Payment shall be on a linear foot basis per Section 00860.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish and install thermoplastic pavement markings as shown on the Plans. No additional or separate payment will be made for the removal of existing pavement markings necessary to transition new striping to existing striping. BID ITEM NO 40. PAVEMENT LEGEND, TYPE B-HS: ARROWS BID ITEM NO 41. PAVEMENT LEGEND, TYPE B-HS: BICYCLE LANE STENCIL Comply with Section 00867 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00867.80. Payment shall be on a per each basis per Section 00867.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish and install pavement legends. BID ITEM NO 42. PAVEMENT BAR, TYPE B-HS Comply with Section 00867 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot (SF) basis per Section 00867.80. Payment shall be on a square foot basis per Section 00867.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish and install pavement bar markings. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C 17| Page BID ITEM NO 43. CROSSWALK CLOSURE BARRICADE Comply with Section 00902 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00902.80. Payment shall be on a per each basis per Section 902.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to install crossing closure signage as indicated on the Plans. BID ITEM NO 44. PERMANENT SIGNING Comply with Section 00905 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00905.80. Payment shall be on a lump sum basis per Section 905.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to remove, reinstall, relocate street and pedestrian signs, install new signs as shown including supports, and install new support footings or anchors. Payment shall also include temporary supports necessary to maintain signage during construction. BID ITEM NO 45. ROADSIDE RESTORATION Comply with Section 01020 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 01020.80. Payment shall be on a lump sum basis per Section 01020.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish and place topsoil, compost, mulch, seeding, plantings and reconstructing landscape features, including landscape walls, in order to restore disturbed areas to pre- construction conditions or as indicated on the plans. BID ITEM NO 46. RELOCATE MAILBOXES Comply with Section 01070 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01070.80. Payment shall be on a per each basis per Section 1070.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to remove, reinstall or relocate mailboxes, supports, and support footings. Payment shall also include temporary supports necessary to maintain mail service during construction. Docusign Envelope ID: 9F776DFF-3883-43AE-91CC-F07CC412978C