Start your 7-day free trial — unlock full access instantly.
← Back to Search1 CLAUSES FOUND1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
Roadway Improvement Plan for Mountain Road Sections 1 and 2
BID #: 14
ISSUED: 3/20/2026
DUE: 4/1/2026
VALUE: TBD
70
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The Township of East Amwell is seeking bids for the Roadway Improvement Plan for Mountain Road Sections 1 and 2. This project includes HMA profile milling, HMA surface course application, HMA pavement repair, installation of high-density polyethylene pipe, HMA driveway overlay, and incidental work. Electronic bids are due by April 1, 2026, at 12:30 PM, and must be submitted online via BIDNET.
Web Content
Click here for Notice to Bidders Click here for Specifications Click here for Combined Plans --- Detail Page --- Bid Postings • Roadway Improvement Plan for Mountain Road Se Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In Government Services Community Business How Do I... Search Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: Roadway Improvement Plan for Mountain Road Sections 1 and 2 Category: Road Improvements Status: Closed Description: Click here for Notice to Bidders Click here for Specifications Click here for Combined Plans Publication Date/Time: 3/20/2026 1:00 PM Publication Information: https://www.eastamwelltownship.com/304/Public-Legal-Notices Closing Date/Time: 4/1/2026 12:30 PM Submittal Information: http://www.bidnetdirect.com/eastamwelltownship Return To Main Bid Postings Page Live Edit Agendas & Minutes FAQ's Forms Notify Me® Sign up for email alerts Property Tax Payments Report a Concern Contact Us East Amwell Township 1070 Route 202/31 Ringoes, NJ 08551 Phone: 908-782-8536 Fax: 908-782-1967 Office Hours: Monday -Friday - 8:30am - 3:00pm Tuesday Evening Hours 5:00pm - 7:30pm (Tax Assessor) 5:30pm-7:30pm (Tax Collector & Zoning Officer) Helpful Links Property Tax Lookup Committee Volunteer Application Form OPRA Form Ordinance Code Book Financial Documents Job Postings /QuickLinks.aspx Site Links Home Site Map Contact Us Accessibility Copyright Notices /QuickLinks.aspx Government Websites by CivicPlus® Loading Loading Do Not Show Again Close Arrow Left Arrow Right [] Slideshow Left Arrow Slideshow Right Arrow
Document Text
--- Document: here ---
NOTICE TO BIDDERS
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 and Roadway
Improvement Plan for MA-2025 Mountain Road Section 2
NOTICE is hereby given that electronically sealed bids will be received by the Township
of East Amwell (herein called the “Owner”) for: ROAD IMPROVEMENT PLAN FOR MA-
2024 MOUNTAIN ROAD SECTION 1 and MA-2025 MOUNTAIN ROAD SECTION 2
Sealed bids for the above named Contract, which comprises approximately 315 s.y.
HMA Profile Milling, 0”-2”; 2,780 tons HMA 12.5M-64 Surface Course, 2” Thick; 1,500 s.y.
HMA Pavement Repair 6” Depth; 541 l.f. 15” High Density Polyethylene Pipe; 868 s.y.
HMA Driveway Overlay; and other incidental work appurtenant thereto, will be
received by the Township on April 1, 2026 , at 12:30pm, prevailing time publicly
broadcast and recorded on zoom and conducted on electronic platform, in accord
with N.J.A.C. 5:34-1 et. Seq., on BIDNET at www.bidnetdirect.com//eastamwelltownship:
on April 1, 2026 at 12:30pm local prevailing time, at which time they will be publicly
unsealed, and the contents publicly announced.
A copy of the bid documents shall be provided in Adobe PDF format, available for
download from the Township e-procurement website
www.bidnetdirect.com//eastamwelltownship. The Contract Documents may be
examined at the Township Clerks Office, between the hours of 8:30 a.m. and 3:00 p.m.,
Monday – Friday. Bidders are required to comply with the requirements of N.J.S.A. 10:5-
31 et seq. and N.J.A.C. 17:27 et seq.
Bids must be submitted online only at www.bidnetdirect.com//eastamwelltownship no
physical or email submittals will be accepted. Any proposal received not complying
with these requirements SHALL not be opened and returned to sender marked
“Unresponsive”.
By the Township of East Amwell
--- Document: here ---
SPECIFICATIONS AND BID DOCUMENTS
for the
Roadway Improvement Plan for MA-2024 Mountain Road Section 1
AND
Roadway Improvement Plan for MA-2025 Mountain Road Section 2
Prepared for
Township of East Amwell
Hunterdon County
New Jersey
PREPARED BY
VAN CLEEF ENGINEERING ASSOCIATES
755 Memorial Parkway
Suite 110
Phillipsburg, NJ 08865
Tel: 908-454-3080 Fax: 908-454-1397
March 10, 2026
_________________________________
Robert S. O’Brien, PE,
New Jersey Professional Engineer
License Number GE41972
Project No. 3921.003 / 3921.006
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\Specifications\Resubmission\Section 1-2
Combined Specifications\S-3921.003.006-260310-Specifications.doc
TABLE OF CONTENTS
NOTICE TO BIDDERS ........................................................................................................................................ 1
INSTRUCTION TO BIDDERS .............................................................................................................................. 2
BID DOCUMENT SUBMISSION CHECKLIST ...................................................................................................... 8
BID FORM ........................................................................................................................................................ 9
BID BOND ...................................................................................................................................................... 14
TWO YEAR MAINTENANCE BOND SAMPLE FORM ......................................................................................... 16
CERTIFICATE OF PUBLIC WORKS CONTRACTOR REGISTRATION ................................................................... 18
CERTIFICATE OF BUSINESS REGISTRATION .................................................................................................. 19
AFFIRMATIVE ACTION QUESTIONNAIRE ......................................................................................................... 20
PREVAILING WAGE COMPLIANCE DECLARATION .......................................................................................... 21
CONSENT OF SURETY .................................................................................................................................... 22
SUBCONTRACTORS IDENTIFICATION FORM .................................................................................................. 23
EQUIPMENT CERTIFICATION .......................................................................................................................... 24
STATEMENT OF OWNERSHIP ......................................................................................................................... 25
NON-COLLUSION AFFIDAVIT .......................................................................................................................... 27
ACKNOWLEDGMENT OF RECEIPT OF CHANGE TO BID DOCUMENTS FORM ................................................. 28
BIDDER CORPORATE RESOLUTION ............................................................................................................... 29
BIDDER QUALIFICATION FORM ...................................................................................................................... 31
INSURANCE CERTIFICATES ............................................................................................................................ 33
PREVAILING WAGE PAYMENT CERTIFICATION ............................................................................................... 34
PERFORMANCE AND PAYMENT BOND .......................................................................................................... 35
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE EXHIBIT ...................................................... 39
CONTRACT ..................................................................................................................................................... 42
NOTICE OF AWARD......................................................................................................................................... 49
NOTICE TO PROCEED ..................................................................................................................................... 50
STANDARD SUPPLEMENTARY SPECIFICATIONS ………………………………………………………………………………….. 51
APPENDIX A – PREVAILING WAGES ………………..……………………………………………………………………………………. A
NJDOT STATE FUNDED PROJECTS ATTACHMENT 1
SMALL BUSINESS ENTERPRISE UTILIZATION ON WHOLLY STATE FUNDED PROJECTS
NJDOT STATE FUNDED PROJECTS ATTACHMENT 2
STATE OF NEW JERSEY EQUAL EMPLOYMENT OPPORTUNITY SPECIAL PROVISIONS FOR WHOLLY STATE
FUNDED PROJECTS
NJDOT STATE FUNDED PROJECTS ATTACHMENT 3
REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY ON WHOLLY
STATE FUNDED PROJECTS
NJDOT STATE FUNDED PROJECTS ATTACHMENT 4
INVESTIGATING, REPORTING AND RESOLVING EMPLOYMENT DISCRIMINATION AND SEXUAL HARASSMENT
COMPLAINTS ON WHOLLY STATE FUNDED PROJECTS
NJDOT STATE FUNDED PROJECTS ATTACHMENT 5
PAYROLL REQUIREMENTS FOR WHOLLY STATE FUNDED PROJECTS
NJDOT STATE FUNDED PROJECTS ATTACHMENT 6
AMERICANS WITH DISABILITIES ACT REQUIREMENTS FOR WHOLLY STATE FUNDED PROJECTS
FEDERAL GOVERNMENT CONTRACTS ATTACHMENT 7
CERTIFICATION OF NON-DEBARMENT FOR FEDERAL GOVERNMENT CONTRACTS
NOTICE TO BIDDERS
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 and Roadway
Improvement Plan for MA-2025 Mountain Road Section 2
NOTICE is hereby given that electronically sealed bids will be received by the Township
of East Amwell (herein called the “Owner”) for: ROAD IMPROVEMENT PLAN FOR MA-
2024 MOUNTAIN ROAD SECTION 1 and MA-2025 MOUNTAIN ROAD SECTION 2
Sealed bids for the above named Contract, which comprises approximately 315 s.y.
HMA Profile Milling, 0”-2”; 2,780 tons HMA 12.5M-64 Surface Course, 2” Thick; 1,500 s.y.
HMA Pavement Repair 6” Depth; 541 l.f. 15” High Density Polyethylene Pipe; 868 s.y.
HMA Driveway Overlay; and other incidental work appurtenant thereto, will be
received by the Township on April 1, 2026 , at 12:30pm, prevailing time publicly
broadcast and recorded on zoom and conducted on electronic platform, in accord
with N.J.A.C. 5:34-1 et. Seq., on BIDNET at www.bidnetdirect.com//eastamwelltownship:
on April 1, 2026 at 12:30pm local prevailing time, at which time they will be publicly
unsealed, and the contents publicly announced.
A copy of the bid documents shall be provided in Adobe PDF format, available for
download from the Township e-procurement website
www.bidnetdirect.com//eastamwelltownship. The Contract Documents may be
examined at the Township Clerks Office, between the hours of 8:30 a.m. and 3:00 p.m.,
Monday – Friday. Bidders are required to comply with the requirements of N.J.S.A. 10:5-
31 et seq. and N.J.A.C. 17:27 et seq.
Bids must be submitted online only at www.bidnetdirect.com//eastamwelltownship no
physical or email submittals will be accepted. Any proposal received not complying
with these requirements SHALL not be opened and returned to sender marked
“Unresponsive”.
By the Township of East Amwell
2
INSTRUCTION TO BIDDERS
1.
DEFINITION OF TERMS
1.1. The word "Owner" is used to designate the Township of East Amwell having its principal office at 1070 Route 202/31,
Ringoes, NJ 08551, or its duly authorized representatives for whom the work described is to be performed.
1.2. The word "Engineer" refers to VAN CLEEF ENGINEERING ASSOCIATES, the Consulting Engineers appointed by the
Owner to observe the work and will extend to and include any employee or agent of VAN CLEEF ENGINEERING
ASSOCIATES for this Project.
1.3. The term "Contract Documents" means all documents contained in the "Specifications and Bid Documents" along with
any addenda thereto, and also includes all Plans, Reports or other drawings or materials specifically referred to in the
Contract Documents.
1.4. The word "Bidder" is used to designate any party submitting a Bid to perform the work specified in the Contract
Documents. The successful Bidder selected by the Owner to perform the work specified under this Contract is also
referred to as the Bidder.
1.5. The word "work" means the services required by the Contract Documents, whether completed or partially completed,
and includes all other labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill
the obligations of the Contractor. The work may constitute the whole or a part of the Project.
2.
BIDDERS TO EXAMINE CONTRACT DOCUMENTS AND VISIT SITE OF WORK
2.1. In accordance with the terms and conditions of the Contract Documents, the Bidder must do the following before
submitting his Bid:
2.1.1. Examine the Contract Documents thoroughly.
2.1.2. Visit the site to become familiar with local conditions that may in any manner affect the cost, progress or
performance of the Work.
2.1.3. Become familiar with federal, state and local laws, ordinances, rules and regulations that may in any manner
affect the cost, progress or performance of the Work.
2.1.4. Study and carefully correlate his own observations with the Contract Documents.
2.2. Bidders must carefully examine the Contract Documents and, in addition, must use whatever means may be
necessary to completely satisfy themselves not only of the quantity of materials and labor and the extent and
requirements of work, but also of the actual conditions under which the work specified is to be performed.
2.3. Bidders must use complete sets of Contract Documents in preparing bids. Neither the Owner nor the Engineer
assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract
Documents. Bidders must carefully study and compare the Contract Documents with each other and with other work
being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is
submitted.
2.4. Submission of a Bid by a Bidder is a representation that the Bidder has visited the site, has become familiar with the
extent and requirements of the work and the actual conditions under which the work specified is to be performed,
has correlated personal observations with the requirements of the Contract Documents, and has affirmed that the
Contract time specified is a reasonable period for performing the work.
2.5. Failure on the part of Bidders to thoroughly acquaint themselves with all details of all work to be performed under the
Contract and the conditions under which it will be performed will not be considered as a valid excuse for claims of any
kind after the award of the Contract.
3.
INTERPRETATION OF CONTRACT DOCUMENTS
3.1. If Bidders fail to fully understand any clause or requirement of the Contract Documents, inquiry must be made of the
Engineer for an interpretation in advance of the submission of the bid. Also, Bidders are required to promptly notify
the Engineer of any ambiguity, inconsistency, or error which they may discover upon examination of the Contract
Documents or of the site and local conditions. Such inquiries or notices must be in writing and must be received by
3
the Engineer at least ten (10) days prior to the date fixed for the opening of bids, weekends and holidays excepted.
Inquiries which are received less than ten (10) days prior to the date fixed for the opening of bids may not be
answered. Answers will be issued in the form of addenda mailed or delivered to all parties known by the Engineer as
having received a set of the Contract Documents. Only those questions which are answered by written addenda are
considered to be binding. Oral and any other interpretation which may be given will be considered as having no legal
effect on either the Bidder or the Owner.
3.1.1. Receipt of Addenda must be acknowledged in the space provided for the purpose in the Bid Forms. If a Bidder
does not acknowledge receipt of any Addenda, he will still be required to comply with said Addenda.
3.1.2. All Addenda become part of the Contract Documents and will take precedence over the original Contract
Documents. Subsequent Addenda will take precedence over previously issued Addenda.
3.2. In the interest of brevity, the Contract Documents frequently omit modifying words such as "all" and "any" and articles
such as "the" and "an", but the fact that a modifier or an article is absent from one (1) statement and appears in
another is not intended to affect the interpretation of either statement.
4.
QUANTITIES ARE APPROXIMATE
4.1. The quantities of the various kinds of work to be done and materials to be furnished, as stated in the Contract
Documents, are approximate. The quantity of materials actually to be furnished may be varied to suit the
requirements of the work and the statement of approximate quantities in the Contract Documents in no way relieves
Bidders from ascertaining independently and on their own account the amount of materials and labor to be
furnished.
4.2. Increases or decreases in the quantities for unit prices that are twenty percent (20%) or less of the bid quantity shown
in the Bid or subsequently amended, will not be regarded as sufficient grounds for an increase nor decrease in the
unit prices bid, nor for claims for anticipated profits, nor for loss of profit, nor for other damages, nor for an extension
of time allowed for completion of work.
5.
LABOR LAWS
5.1. All Bidders are advised to inform themselves as to the requirements of Federal, State of New Jersey, and local laws
governing the employment of labor. Bidders are required to comply with all such laws and regulations. Attention is
called to the provisions of the laws covering hours of work and minimum wages and Bidders are advised to inform
themselves of these requirements.
6.
BID SECURITY & BID FORM
Bid security must be in the form of a certified check, cashier’s check or bid bond, binding the bidder to execute a contract
and furnish the required performance and payment bonds within ten (10) days after notification of acceptance of the bid.
6.1. Bids must conform in every respect to all the material conditions stated in the Contract Documents.
6.2. Bids must be submitted upon the Bid Form included in the Contract Documents. Bidders must submit the bound
Contract Documents with the Bid Form contained therein. The Bid Form that is submitted must be fully filled out.
The prices must be written and also stated in figures. All forms must be filled out in ink. Failure on the part of any
Bidder to conform to these requirements may be deemed, in the sole discretion of the Owner, cause for the rejection
of his Bid as non-responsive.
7.
REJECTION OF BIDS
7.1. The Owner may disqualify a Bidder in accordance with N.J.S.A. 40A:11-4 if the Owner has had “prior negative
experience” with the Bidder. In addition, Owner reserves the right to reject any Bid that does not conform with the
Contract Document requirements.
7.2. In the event the Owner rejects any or all Bids for any reason whatsoever, the Bidders are not be entitled to any
compensation in connection with the preparation and submittal of the Bid or for any profits that might be anticipated
had the Contract been awarded to the Bidder.
7.3. The Owner will reject a bid on any contract for public work if the contractor or its subcontractor is not registered
pursuant to the Public Works Contractor Registration Act, P.L. 2003, c. 91, N.J.S.A. 34:11-56.51 and the Business
Registration Act, P.L.2004, c57 (N.J.S.A.52:32-44).
4
8.
BALANCED BIDDING
The work has been divided into Items in order to enable the Bidder to bid for the different portions of the work in
accordance with his estimate of their costs. Unbalancing of bids may be cause for the rejection of the entire bid.
9.
AWARD OF CONTRACT
9.1. In evaluating Bids, the Owner will consider the qualifications of the Bidders and whether or not the Bids comply with
the prescribed requirements.
9.2. The Owner may consider operating costs, maintenance requirements, performance data, and guarantees of materials
and equipment.
9.3. The Owner may conduct such investigations as it deems necessary to assist in the evaluation of any Bid and to
establish the responsibility, qualifications, and financial ability of the Bidders to complete the work in accordance
with the Contract Documents to the satisfaction of the Owner within the Contract time.
9.4. Bidders are hereby advised that the Contract, if awarded, will be awarded to the “lowest responsible Bidder” based
upon the evaluation by the Owner.
10. TIME OF THE ESSENCE
10.1. The Contractor must complete all work under the Contract and specified portions thereof within the time specified in
the Contract Documents. The time so designated, upon award of the Contract, will be considered to be the essence
of the Contract.
10.2. Time being of the essence of this Contract, the Bidder will, after being notified by the Owner to commence work,
prosecute the work diligently using such means and methods as will ensure completion within the time designated
therefore.
10.3 The attention of the Bidder is specifically directed to the portions of the Contract Documents regarding damages for
failure to complete the work within the specified time.
11. SUBCONTRACTORS
11.1. The Bidder must comply with N.J.S.A. 40A:11-16 and must provide the name or names of all subcontractors to whom
the Bidder will subcontract the furnishing of plumbing and gas fitting, and all kindred work; steam and hot water
heating and ventilating apparatus, steam power plants and kindred work; electrical work; and structural steel and
ornamental iron work, each which subcontractors must be qualified in accordance with P.L. 1971, c.198 (C.40A:11-1
et seq.).
11.2. The Bidder must not submit a Bid listing alternative Subcontractors for the same task. The Bidder must list only the
name of a single Subcontractor, and no substitutions will be permitted unless approved in writing by the Owner.
Please note that substitutions are strongly discouraged; therefore bidder must demonstrate a valid and reasonable
excuse for the request for substitution. The Owner will automatically reject any Bid listing alternate subcontractors.
12. PRE- CONSTRUCTION CONFERENCE
12.1. The Bidder must attend a conference, scheduled by the Owner, after the execution of the Contract and prior to the
start of any work, to discuss the scheduling and performing of the Work under this Contract. Representation of the
Bidder at this conference must be by a person or persons authorized to act on the Bidder's behalf.
13. APPLICABLE LAWS AND SAFETY REGULATIONS
13.1. The attention of the Bidder is especially directed to the provisions of federal, state, county and municipal laws,
statutes and regulations that may apply to the Work, including in particular all safety regulations. All pertinent laws,
statutes, ordinances and regulations must be obeyed and complied with by the Bidder, his subcontractors, and all of
his representatives.
13.2. In the performance of the Work under this Contract, all provisions of federal and New Jersey State Labor Laws must
be complied with by the Bidder.
5
13.3. The Bidder must also comply with all current requirements promulgated under the New Jersey Department of Labor
and Industry's Bureau of Engineering and Safety Regulations; Title 12, of the New Jersey Administrative Code.
13.4. In accordance with generally accepted practices, the Bidder must be solely and completely responsible for conditions
in, on, and near the jobsite, including the safety of all persons and property affected in any way by his operations,
during performance of the work. This requirement will apply continuously 24 hours per day and will not be limited to
normal working hours. The Bidder will be solely responsible for the construction means, methods, sequence,
techniques or procedures necessary for performing, superintending or coordinating all portions of the Work and any
health and safety precautions required by any regulatory agencies.
13.5. The duty of the Owner or its authorized representative to conduct a review of the Bidder's performance does not
include review of the adequacy of his safety measures in, on, or near the site.
13.6. The Bidder, at the time of submitting his proposal, must enclose a statement designating the manufacturers of major
equipment and/ or products that he intends to install in the work designated. Major equipment and/or products are
those where the total applied value is greater than $1,000.00 for this contract. When products of a particular
manufacturer are specified, it is intended and must be understood that the proposal tendered by the bidder includes
those products or products as equal to those specified in the Base Bid. Should the bidder desire to submit for
consideration an unspecified product or products as equal to those specified, the bidder must furnish with his
proposal a list of any product or products he proposes to incorporate in the work. The list must be accompanied by
descriptive information for each unspecified product or products, including, as applicable, detailed drawings and
specifications, certified operation data, and experience records. The Owner reserves the right to reject any
unspecified product or products submitted which require changes in design, construction, or other changes which
may increase the contract price for the performance of any of the other contractors involved with the project.
13.7 Only manufactured and farm products of the United States, wherever available, shall be used in connection with this
contract, pursuant to N.J.S.A. 40A:11-18.
14. INSURANCE AND INDEMNITY BY THE BIDDER
14.1. The Bidder must, to the fullest extent permitted by law, indemnify, defend, and hold harmless the Owner and the
Engineer, their officers, employees and agents, against any loss, liability, claims or demands (including death and/or
property damage) arising out of or resulting, in whole or in part, from the Bidder’s performance of this Contract.
14.2. The Bidder must provide insurance required by the Contract Documents to completely protect and save harmless the
Owner, Engineer, consultants of the Engineer, and agents and employees of any of them, from any and all losses,
liens, claims, suits, judgments, and proceedings of whatever nature arising out of the conduct of the Work or the
performance of this Contract.
14.3. All insurance that will be required to be maintained by the Bidder must be in the amounts and for the coverage's
specified herein and with such insurance companies as approved by the Owner. Insurance companies must be
licensed to do business in the State of New Jersey.
14.4. Certificates of insurance must name the Owner, Engineer, consultants of the Engineer, and agents and employees of
any of them, as additional insured, as required by the Contract Documents. Should any Work proceed without the
submission of a Certificate of Insurance, such allowance will not be deemed a waiver of these insurance
requirements, and the Bidder will nevertheless be responsible for providing for such coverage.
15. MAINTENANCE OF FINANCIAL RECORDS
The Bidder and all subcontractors must maintain their books, records, financial documents and all other financial records
relevant to the Project pursuant to the Contract in accordance with generally accepted accounting principles.
16. ACCESS TO PROJECT RECORDS
Representatives of the Owner and its agents must have access to all work while in preparation or progress, off or on the
site and the contractor and all subcontractors must provide proper and safe facilities therefore, including but not limited to
ladders, scaffolds and protective equipment. The Owner, or any of its duly authorized representatives must have access to
any such books, documents, papers and records relevant to the project maintained by the bidder and all subcontractors for
the purpose of making audit examinations, excerpts and transcriptions. The contractor and all subcontractors must
preserve and maintain such records during project construction and for a minimum of three years after final payment by
the municipality. The contractor's facilities and records will also be subject at all reasonable times to inspection and audit
by the Owner and its duly authorized representatives during the period of performance of the Contract Work and three (3)
years thereafter.
6
17. BONDS
The successful Bidder will be required to furnish bonds as follows:
17.1. Performance Bond and Payment Bond in a sum equal to one hundred percent (100%) of the full amount of the
Contract, as required by section 103.05 of these specifications.
17.2. Maintenance Bond which will remain in effect for a period of two (2) years, as required by section 109.11 of these
specifications.
18. MANDATORY CONTRACT DISPUTE PROCEDURES
The Bidder agrees to Mandatory Contract Dispute Procedures required by N.J.S.A. 40A:11-50, as described below.
In an effort to resolve any disputes that arise during the construction of the project or following the completion of the
project, the Bidder and Owner agree that all disputes between them arising out of or relating to the performance of the
work described in the Contract Documents will be submitted to nonbinding mediation in accordance with the Construction
Industry Mediation Rules of the American Arbitration Association currently in effect. Request for mediation must be filed in
writing with the other party to the Contract and with the American Arbitration Association.
The parties must share the mediator’s fee and any filing fees equally. The mediation must be held in the place where the
Project is located, unless another location is mutually agreed upon. Agreements reached in mediation will be enforceable
as settlement agreements in any court having jurisdiction thereof.
The Bidder further agrees to include a similar mediation provision in all agreements with independent contractors and
consultants retained for the project and to require all independent contractors and consultants also to include a similar
mediation provision in all agreements with subcontractors, subconsultants, suppliers or fabricators so retained, thereby
providing for mediation as the primary method for dispute resolution between the parties to those agreements.
Nothing in this section will prevent the Owner from seeking injunctive or declaratory relief in court at any time. The
alternative dispute resolution practices required by this section will not apply to disputes concerning the bid solicitation or
award process, or to the formation of contracts or subcontracts to be entered into pursuant to P.L. 1971, c. 198 (C:40A:11-
1 et seq.).
19. CONTRACTOR REGISTRATION REQUIREMENTS
Pursuant to the Public Works Contractor Registration Act (P.L. 1999, c. 238, specifically P.L. 2003, c. 91 or N.J.S.A. 34:11-
56.51), bidders must be registered with the New Jersey Department of Labor at the time bids are received by the Project
Owner. This section only applies if this Project is a “Public Work” Project as defined in the Act.
Pursuant to the Business Registration Act (P.L.2004, c.57, N.J.S.A. 52:32-44), bidders are also required to be registered by
the New Jersey Department of Treasury, Division of Revenue at the time bids are received by the Project Owner.
20. AMERICANS WITH DISABILITIES ACT
All Goods, Services, Material and Construction Furnished by Bidder must be in strict compliance with the Americans with
Disabilities Act (42 U.S.C. 12101, et seq.).
21. PERMISSION TO WITHDRAW BID
N.J.S.A. 40A:11-23.3 authorizes a bidder to request withdrawal of a public works bid due to a mistake on the part of the
bidder. A mistake is defined by N.J.S.A. 40A:11-2(42) as a clerical error that is an unintentional and substantial
computational error or an unintentional omission of a substantial quantity of labor, material, or both, from the final bid
computation.
A bidder claiming a mistake under N.J.S.A. 40A:11-23.3 must submit a request for withdrawal, in writing, by certified or
registered mail to Linda Giliberti, Township Clerk, c/o Township of East Amwell, 1070 Route 202/31, Ringoes, NJ
08551. The bidder must request withdrawal of a bid due to a mistake, as defined by the law, within five business days
after the receipt and opening of the bids. Since the bid withdrawal request shall be effective as of the postmark of the
certified or registered mailing, the engineer or municipal clerk may contact all bidders, after bids are opened, to
ascertain if any bidders wish to, or already have exercised a request to withdraw their bid pursuant to N.J.S.A. 40A:11-
23.3.
7
A bidder’s request to withdraw the bid shall contain evidence, including any pertinent documents, demonstrating that a
mistake was made. Such documents and relevant written information shall be reviewed and evaluated by the public
owner’s designated staff pursuant to the statutory criteria of N.J.S.A. 40A:11-23.3.
The public owner will not consider any written request for a bid withdrawal for a mistake, as defined by N.J.S.A. 40A:11-
2(42), by a bidder in the preparation of a bid proposal unless the postmark of the certified or registered mailing is within
the five business days following the opening of bids.
8
BID DOCUMENT SUBMISSION CHECKLIST
To: Township of East Amwell
Re: Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
A.
Failure to submit the following documents is a mandatory cause for the bid to be rejected.
Applicable to
Bid if marked
“X”
DOCUMENTATION REQUIRED OR REVIEWED
Initials
When Due if not
submitted with Bid
X
Bid Guarantee (Bid Bond or Certified/Cashier’s Check) (with POA for full amount
of Bid Bond)
With Bid
Submission
X
Consent of Surety (Certificate from Surety company)
With Bid
Submission
X
Performance Bond and Labor and Material Payment Bond (Required from the
Awarded Contractor)
At signing of
contract
X
Maintenance Bond in the Amount of 100 % for a period indicated in “General
Conditions” Required from the Awarded Contractor Upon Acceptance of Project
Upon Acceptance of
Project
X
Acknowledgement of Receipt of Addenda (To be Completed if Addenda are
Issued)
With Bid
Submission
X
Ownership Disclosure Form
With Bid
Submission
X
Named Subcontractors in Bid for Listed Specialty Trades
With Bid
Submission
X
Public Works Contractor Registration Certificate(s) for the Bidder and all Sub
Contractors
Prior to Award, but
effective at time of
bid
X
Business Registration Certificate – Bidder and all Sub Contractors
Prior to Contract
Award
X
Non-Collusion Affidavit
With Bid
Submission
X
Experience and Background Questionnaire
With Bid
Submission
X
Insurance and Indemnification Certificate
Prior to Contract
Award
Disclosure of Investment Activities in Iran Form
Prior to Contract
Award
Certification of non-involvement in Prohibited Activities in Russia or Belarus
Prior to Contract
Award
X
Federal debarment Form
Prior to Contract
Award
X
EEO/AA Form AA-201
After Notice of
Award, Prior to
Signing Contract
EEO/AA Form AA-302 or Letter of Federal Approval or Certificate of Employee
Information Report
After Notice of
Award, Prior to
Signing Contract
X
Bidder’s Checklist
Prior to Contract
Award
B. This checklist is provided for bidder’s use in assuring compliance with required documentation; however, it does not
include all specifications requirements and does not relieve the bidder of the need to read and comply with the specifications.
Bidder Name:
Date:
Authorized Representative:
Signature:
Print Name & Title:
9
BID FORM
To: Township of East Amwell
Re: Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
On , 2026 at _____ AM all bids will be publicly opened and read. The Bidder agrees that this Bid will not be withdrawn for a
period of sixty (60) calendar days after the closing time for receipt of Bids.
The Bidder hereby proposes and agrees to furnish all the labor, materials, equipment, tools and services necessary for
the work specified in the Contract Documents.
The Bidder has examined the location of the proposed work, the Drawings, Specifications, and all other Contract
Documents; and is familiar with the local conditions at the place where the Work is to be performed. Submission of this Bid is
conclusive evidence that the Bidder has made such examination and is fully aware of the conditions that may be encountered in
performing the work and the requirements of the Contract Documents. The Bidder understands that any information relative to
any existing structures, apparent and latent conditions, and natural phenomena, as set forth in the Contract Documents or
otherwise, carries no guarantee (expressed or implied) as to its completeness or accuracy, and has made all due allowances,
therefore.
The Bidder declares that this Bid is made without connection to any other person or persons making Bids for the same
work and is in all respects fair and without collusion or fraud.
The Bidder has determined the quantity and quality of equipment and materials required; has investigated the location
to his satisfaction, has determined supply sources for the materials required, has investigated labor conditions, and has
arranged for the continuous prosecution of the Work herein described.
The Bidder understands that the quantities appearing in this Bid Form are approximate only and are prepared for the
comparison of Bids. The quantities of items may be increased or decreased as provided in the Contract Documents, and
payment will be made at the original unit prices for work complete in accordance with the Contract Documents.
The Bidder agrees that the price bid will apply to actual quantities required, approved and used during the Work,
including Addenda. He further agrees to complete the entire work for this Contract within ninety (90) calendar days from the
date specified in the Notice-to-Proceed.
The Bidder hereby agrees to be bound by the award of the Bid, and if awarded the Contract on this Bid, to execute the
Contract and the required Bonds and Insurance Certificates, and to furnish all other information and documents required by the
Contract Documents within the time limits specified.
The Bidder understands that the Township of East Amwell reserves the right to reject any or all Bids, or to waive any
informality or technicality of any Bid, in the interest of the Township of East Amwell.
If this Bid is accepted by the Township of East Amwell, and the Bidder fails to execute the Contract as aforesaid, then
the Township of East Amwell will be entitled to recover from the Bidder the Bid Bond, and any other penalty specified in the
Contract Documents.
10
BASE BID – Roadway Improvement Plan for MA-2024 Mountain Road Section 1
ITEM
NO.
DESCRIPTION
APPROX.
QTY.
UNIT
UNIT PRICE
(IN DOLLARS &
CENTS)
EXTENDED
PRICE
(IN DOLLARS &
CENTS)
1
Breakaway Barricade
4
Unit
2
Traffic Cone
20
Unit
3
Construction Signs
242
SF
4
Fuel Price Adjustment
1
Dollar
2,000.00
2,000.00
5
Asphalt Price Adjustment
1
Dollar
2,000.00
2,000.00
6
Final Cleanup
1
Lump Sum
7
Clearing Site
1
Lump Sum
8
Dense-Graded Aggregate Base Course, Variable
Thickness (If & Where as Directed)
34
CY
9
HMA Profile Milling, 0”-2" Thick (Incl. Sawcutting)
315
SY
10
Hot Mix Asphalt Pavement Repair, 6” Depth (If &
Where as Directed)
1,000
SY
11
Hot Mix Asphalt Leveling Course, <1” (If & Where as
Directed)
100
SY
12
Hot Mix Asphalt 12.5M-64 Surface Course, 2” Thick
(Incl. Sweeping & Tack Coat)
1,800
Ton
13
Extension Frame for Existing Inlet, Type E
5
Unit
14
Extension Frame for Existing Inlet, Type A
2
Unit
15
Bicycle Safe Grates (Inlet, Type E)
2
Unit
16
Inlet, Type B, Side Hill Set
1
Unit
17
Inlet, Type E
1
Unit
18
15” High Density Polyethylene Pipe
550
LF
19
15” Reinforced Concrete End Section
1
Unit
20
15” High Density Polyethylene End Section
1
Unit
21
Belgian Block Curb
41
LF
22
Hot Mix Asphalt Driveway, 2” Thick Surface Course
Overlay
703
SY
23
Rock Excavation, Subsurface Structures
50
CY
24
Regulatory and Warning Sign (If & Where as
Directed)
131
SF
25
Topsoiling Stabilizer, Jute Matting (If & Where as
Directed)
35
SY
26
Borrow Topsoil, 5” Thick
195
CY
27
Fertilizing and Seeding, Type A-3
1,400
SY
28
Straw Mulch
1,400
SY
Subtotal: Base Bid MA-2024 Mountain Road Section 1
_______________________________________________________
(Amount in Numbers)
_______________________________________________________
(Amount in Words
11
BASE BID – Roadway Improvement Plan for MA-2025 Mountain Road Section 2
ITEM
NO.
DESCRIPTION
APPROX.
QTY.
UNIT
UNIT PRICE
(IN DOLLARS &
CENTS)
EXTENDED
PRICE
(IN DOLLARS &
CENTS)
1
Clearing Site
1
LS
2
Breakaway Barricade
4
Unit
3
Traffic Cone
20
Unit
4
Construction Signs
242
SF
5
Fuel Price Adjustment
1
Dollar
2,000.00
2,000.00
6
Asphalt Price Adjustment
1
Dollar
2,000.00
2,000.00
7
Mobilization
1
Lump Sum
8
Hot Mix Asphalt Pavement Repair, 6” Depth (If &
Where as Directed)
560
SY
9
Hot Mix Asphalt Leveling Course, <1” (If & Where as
Directed)
50
SY
10
Hot Mix Asphalt 12.5M-64 Surface Course, 2” Thick
(Incl. Sweeping & Tack Coat)
980
Unit
11
Extension Frame for Existing Inlet, Type E
1
Unit
12
Extension Frame for Existing Inlet, Type A
3
Unit
13
Bicycle Safe Grates (Inlet, Type E)
4
Unit
14
Hot Mix Asphalt Driveway, 2” Thick Surface Course
Overlay
190
SY
15
Regulatory and Warning Sign (If & Where as
Directed)
131
SY
16
Borrow Topsoil, 5” Thick
110
CY
17
Fertilizing and Seeding, Type A-3
750
SY
18
Straw Mulch
750
SY
Subtotal: Base Bid MA-2025 Mountain Road Section 2
_______________________________________________________
(Amount in Numbers)
_______________________________________________________
(Amount in Words)
Total Amount: Base Bid MA-2024 Mountain Road Section 1 + Base Bid MA-2025 Mountain Road Section 2
_______________________________________________________
(Amount in Numbers)
_______________________________________________________
(Amount in Words)
12
Bidder Name:
_______________________________________________________
Submitted By:
_______________________________________________________
In the event of a discrepancy between the unit price for any pay item and the extended price shown for that item, the unit price
is to govern. Where a unit price is bid for an item, but no extended price is provided, the extended price must be established by
multiplying the unit price and the estimated quantity. Where the extended price is provided and the unit price is not provided,
the unit price must be established by dividing the extended price by the estimated quantity. Where no figure is provided for the
unit price and extended price, the amount bid will be considered to be zero ($0.00).
Any or all Bids for this Project may be rejected if they are non-conforming, non-responsive or conditional. A Bid must be rejected
for failure to comply with material requirements of the Contract Documents.
13
A.
If a Corporation:
Name of Bidder: ________________________________________________________________________
Authorized Signature: ___________________________________________________________________
Name of Person Signing: _________________________________________________________________
Title of Person Signing: ___________________________________________________________________
Dated: _______________________________________________________________________________
Business Address: ______________________________________________________________________
Business Telephone Number: _____________________________________________________________
Incorporated under the laws of the State of: _________________________________________________
B.
If a Partnership, Individual, or Non-Incorporated Organization:
Name of Business Entity: _________________________________________________________________
Authorized Signature: ___________________________________________________________________
Name of Person Signing: _________________________________________________________________
Title of Person Signing: ___________________________________________________________________
Dated: ________________________________________________________________________________
Business Address: ______________________________________________________________________
Business Telephone Number: _____________________________________________________________
14
BID BOND
To:
Township of East Amwell
Re: Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
Pursuant to N.J.S.A. 40A:11-21, all Bidders are required to submit a Bid Bond in the amount of 10% of the “Total Bid (including
any alternatives),” but not in excess of $20,000 and may be given, at the option of the Bidder, by certified check, cashier’s
check or Bid Bond. The Surety must be licensed in the State of New Jersey and Listed in the US Department of Treasury Circular
570.
KNOW ALL MEN BY THESE PRESENTS, that the Bidder, hereinafter called the Principal:
Principal Name:
___________________________________
Principal Address:
___________________________________
and the Surety:
Surety Name:
__________________________________
Surety Address:
__________________________________
__________________________________
__________________________________
A corporation duly organized under the laws of the State of are held and firmly bound onto Township
of East Amwell, As Owner, in the penal sum of
______________________________________________________________________
(BID BOND - AMOUNT IN WORDS)
______________________________________________________________________
(BID BOND - AMOUNT IN NUMBERS)
that for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted to Township of East Amwell a certain Bid, attached hereto and made a part hereof to
enter into a Contract in writing for the following Project:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND
Roadway Improvement Plan for MA-2025 Mountain Road Section 2
NOW, THEREFORE,
1.
If said Bid must be rejected or in the alternate
15
2.
If said Bid must be accepted and the Principal must execute and deliver a Contract in the form of Contract attached hereto
(properly completed in accordance with said Bid) and must furnish a Bond for the faithful performance of said Contract,
and for the prompt payment of all persons performing labor or furnishing materials in the connection therewith, and must
in all other respects perform the agreement created by the acceptance of said Bid,
Then this obligation will be void, otherwise the same will remain in full force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder will, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond will be in no way be
impaired or affected by any extension of the time within which the Owner may accept such Bid; and Surety does hereby waive
notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have Hereunto set their hands and seal, and such of them as are
corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth below.
SIGNED AND SEALED this day of 201_____
(Seal)
PRINCIPAL
WITNESS
TITLE
(Seal)
SURETY
WITNESS
TITLE
16
TWO YEAR MAINTENANCE BOND SAMPLE FORM
To: Township of East Amwell
Re: Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
BOND NO. _____________
AMOUNT: $______________
KNOW ALL MEN BY THESE PRESENTS, that
Hereinafter called the CONTRACTOR (Principal) and
_______________________________________________________________________________________
A corporation duly organized under the laws of the State of __________________ hereinafter called the SURETY, and authorized
to transact business within the State of New Jersey as SURETY, are held and firmly bound as OWNER (Obligee), in the sum of
______________________DOLLARS, for the payment of which we bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE BOND IS SUCH THAT:
WHEREAS, the CONTRACTOR has executed and entered into a certain Contract hereto attached, with the owner, dated
__________201____ for Contract No. ____________________________________________________________.
NOW, THEREFORE, if the CONTRACTOR will in all this perform all the terms and conditions of the within and foregoing Contract
and applicable Specifications, to be by such CONTRACTOR performed, and will honor all claims for defective work made within
two (2) years after the completion and acceptance of the foregoing Contract, and will pay over, make good and reimburse to the
Owner, all loss or damage which the OWNER may sustain by reason of failure or default on the part of the CONTRACTOR, then
the obligation must be void; otherwise it must be and remain in full force and effect.
PROVIDED, HOWEVER, that the SURETY for value received, herby stipulates and agrees that no change, omissions, extension of
time, alteration, or addition to the terms of the Contract Documents or to the work to be performed thereunder, will in any ways
effect its obligation on this bond, and it does herby waive notice of any such change, omissions, extension of time, alteration, or
addition to the terms of the Contract Documents.
IN WITNESS WHEREOF, this _________________day of_______________, 201__, the name and corporate seal of each
corporate party being hereto affixed and those present duly signed by its undersigned representative, pursuant to authority of
its governing body.
CONTRACTOR
___________________________
______________________________________
Attest
By____________________(Seal)
____________________________
SURETY
Attest
By______________________(Seal)
17
APPROVE AS TO FORM: ______________________________, 201__
___________________________________________________, OWNER
___________________________________________________
NOTE: The SURETY named on this bond must be one who is licensed to conduct business in the State where the project is
located, and named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds
and as Acceptable Reinsuring Companies, as published in Circular 570 amended by the Audit Staff Bureau of Accounts, U.S.
Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act for the
SURETY at the time of signing of the bond.
18
CERTIFICATE OF PUBLIC WORKS CONTRACTOR REGISTRATION
(P.L. 1999, C.238)
To:
Township of East Amwell
Re: Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
I.
Pursuant to P.L. 1999, c.238, et al., specifically as amended in P.L. 2003, c. 91, N.J.S.A. 34:11-56.51, all Bidders are
required to be registered by the New Jersey Department of Labor at the time bids are received by the Project Owner
pursuant to the Public Works Contractor Registration Act.*
II.
No bidder will list a subcontractor in a Bid Proposal for the contract unless the subcontractor is also registered
pursuant to P.L. 1999, c. 238 at the time the bid is made.
III. No contractor or subcontractor will engage in the performance of any public work subject to the contract, unless the
contractor or subcontractor is registered pursuant to the Act.
IV. Each contractor must, after the bid is made but prior to the award of the contract, submit to the Project Owner the
certificates of registration for the bidder and all subcontractors listed in the Bid Proposal.
* Any bidder who is not registered pursuant to the Act at the time bids are received must be automatically disqualified and the
bid must be rejected.
19
CERTIFICATE OF BUSINESS REGISTRATION
(P.L.2004, c.57)
All business organizations that do business (i.e., compete for or enter into a contract) with a State, County or Local Contracting
Agency are required to be registered with the State and provide proof of their registration to the contracting agency. Proof of
valid business registration must be in the form of a Business Registration Certificate issued by the Department of the Treasury,
Division of Revenue. The purpose of the registration is to ensure that all businesses and their subsidiaries receiving
government contracts pay appropriate sales, use, and other taxes. A contractor and its subcontractor(s) must collect and remit
to the Division of Taxation the use tax pursuant to the Sales & Use Tax Act on all sales of tangible personal property delivered
into this State. Notice of these requirements must be provided in bid specifications, requests for proposals or any other
documents notifying potential contractors or procurement opportunities.
Business registration is required for any contract in excess of $2,625, 15% of bid threshold, $17,500.
A contracting agency must not enter into a contract with a business organization unless it has received proof of the business
registration at the time of the bid or the proposal submission, in response to a request for bids or proposals. For all other
transactions, the proof of business registration must be received prior to the issuance of a purchase order or other contracting
document.
All public contractors submitting bids for public work must submit a copy of their proof of business registration with their bids.
Bidders must also obtain and submit proof of registration from those subcontractors at all levels (tiers) if the specifications
require the subcontractor to be listed or named in the bidder’s submission, in accordance with N.J.S.A.40A:11-16. Proof of
valid business registration must be provided by the bidders and their named subcontractors at all levels (tiers) at the time the
bid or proposal is officially received and opened by the contracting agency if required by the specifications and N.J.S.A.40A:11-
16. Failure to submit proof of registration is considered a mandatory rejection of bids and is non-waivable by the contracting
agency.
The contractor must provide written notice to its subcontractor and suppliers of the responsibility to submit proof of business
registration to the contractor. The requirement of proof extends down through all levels (tiers) of the project. After the award of
a project, the contractor has the obligation to obtain proof of registration from each subcontractor or supplier on the project (in
addition to those listed or named in the bid submission) and file proof of their business registration with the contracting agency
prior to receiving final payment.
If there are no subcontractors on a project, the contractor must certify to that effect.
20
AFFIRMATIVE ACTION QUESTIONNAIRE
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
In the event that the Bidder is awarded this Contract, the Bidder must:
1.
Comply with Affirmative Action requirements of N.J.S.A. 10:5-31, et seq. and P.L. 1975, c. 127 (N.J.A.C. 17:27) set
forth in Article XIII of the Construction Contract.
2.
Complete form AA-201 (Initial Project Manning Report Construction) and submit same to the Owner and to the State
Affirmative Action Office no later than three (3) days after the Bidder signs the Contract.
3.
Are you a minority owned business?
Yes No
I certify that the above information is correct to the best of my knowledge. I agree to comply with the Affirmative Action
requirements.
BIDDER: ________________________________________________________
SIGNATURE: ____________________________________________________
NAME: _________________________________________________________
TITLE: __________________________________________________________
DATE: __________________________________________________________
Special Note: This questionnaire must be completed, signed and returned with your signed contract.
21
PREVAILING WAGE COMPLIANCE DECLARATION
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
The Contractor hereby agrees to comply in all respect with the New Jersey Prevailing Wage Act, Chapter 150, P.L.
1963 as amended. A copy of the prevailing wage rates pertaining to the work and issued by the New Jersey Department of
Labor and Industry entitled, "Prevailing Wage Rate Determination," is on file in the Engineer’s office, included herein, and may
be obtained directly from the New Jersey Department of Labor and Industry. Workers must be paid not less than the prevailing
wage rate. In the event it is found that any worker employed by the Contractor or any Subcontractor covered by the contract
herein has been paid a rate of wages less than the prevailing rate required to be paid by such contract, the Owner may
terminate the Contractor's or Subcontractor's right to proceed with the work or such part of the work as to which there has been
a failure to pay required wages and to prosecute the work to completion or otherwise. The Contractor and his sureties must be
liable to the Owner for any excess costs occasioned thereby.
Before final payment is made by or on behalf of the Owner of any sum or sums due to the work, the Contractor or Subcontractor
must file with the Owner, written statements in form satisfactory to the commissioner of Labor and Industry certifying to the
amounts then due and owing from such contractor or subcontractor filing such statement to any and all workmen for wages due
on account of the work, setting forth therein the names of the persons whose wages are unpaid and the amount due to each
respectively which statement must be certified by the oath of the Contractor or Subcontractor as the case may be in accordance
with the said New Jersey Prevailing Wage Act.
The prevailing wage rate must be determined by the Commissioner of Labor and Industry or his duly authorized deputy or
representative.
The undersigned is an (individual) (partnership) (corporation) under the Laws of the State of having
principal offices at: __________________________________________________________________________________.
BIDDER: ________________________________________________________
SIGNATURE: ____________________________________________________
NAME: _________________________________________________________
TITLE: __________________________________________________________
DATE: __________________________________________________________
22
CONSENT OF SURETY
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
KNOW ALL MEN BY THESE PRESENTS, that for and in consideration of the sum of One Dollar ($1.00) and other valuable
consideration paid by the Contractor, the receipt of which is hereby acknowledged,
_______________________
(Name of Surety), a corporation organized and existing under the laws of the State of _____________ (State of Incorporation),
and licensed to do business in the State of New Jersey, consents and agrees that if the Contract for the Roadway Improvement
Plan for MA-2025 Mountain Road Section 2 located in the Township of East Amwell is awarded to
__________________________ (Name of Bidder), the undersigned Corporation must execute the Bond or Bonds required by the
Contract Documents and will become Surety in the full amounts set forth in the Contract Documents for the faithful
performance of all obligations of the Bidder.
IN WITNESS WHEREOF, said Surety has caused this Consent to be signed and attested by a duly authorized officer and its
corporate seal to be affixed hereto this ____ day of__________ , 201____ .
BY: ______________________
NAME:
Attorney-in-Fact
IMPORTANT -
A valid and effective Power of Attorney authorizing the Attorney-in-Fact to execute the Consent of
Surety on behalf of the Surety for the full amount of the Bid Price must accompany the Consent of
Surety.
23
SUBCONTRACTORS IDENTIFICATION FORM
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
N.J.S.A. 40A: 11-16 provides that Bidders on projects concerning the construction, alteration or repair of any “public building”
projects must provide “the name or names of all subcontractors to whom he bidder will subcontract the furnishing of plumbing
and gas fitting, and all kindred work, and of the steam and hot water heating and ventilating apparatus, steam power plants
and kindred work, and electrical work, structural steel and ornamental iron work, each of which subcontractors must be
qualified in accordance with P.L. 1971, c.198 (C.40A:11 et seq.).” This requirement applies to any project for the erection,
alteration or repair of a public building.
Nature of Work to be Completed by Subcontractor:
1)
The plumbing and gas fitting and all kindred work
___________________________________________________________________________________________
___________________________________________________________________________________________
___________________________________________________________________________________________
2)
Steam power plants, steam and hot water heating and ventilating apparatus and all kindred work
___________________________________________________________________________________________
___________________________________________________________________________________________
___________________________________________________________________________________________
3)
Electrical work
___________________________________________________________________________________________
___________________________________________________________________________________________
___________________________________________________________________________________________
4)
Structural steel and ornamental iron work
___________________________________________________________________________________________
___________________________________________________________________________________________
___________________________________________________________________________________________
5)
Any other Subcontractor Trade
___________________________________________________________________________________________
___________________________________________________________________________________________
___________________________________________________________________________________________
24
EQUIPMENT CERTIFICATION
(N.J.S.A. 40A:11-20)
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
INSTRUCTIONS FOR COMPLETING THE EQUIPMENT CERTIFICATION
If the Bidder owns, leases or controls all the necessary equipment required to complete the Project, the Bidder must complete
Part 1.
If the Bidder does not own, lease or control all of the equipment necessary to complete the Project, the Bidder must complete
Part 2.
PART 1
"This is to certify that I, the Bidder, signing and submitting the attached Bid and other Contract Documents, owns, leases or
control all of the necessary equipment required to complete the work shown and described in the Contract Documents,
Drawings and Specifications."
Signature of Bidder’s Authorized Representative: _____________________________________
Title: ______________________________________
Date: ______________________________________
PART 2
"This is to certify that I, the undersigned, own or control the equipment required to complete the Project noted below and
definitely grant or will grant the Bidder the control of said equipment during such time as may be required for that portion of the
work described in the Contract Documents, Drawings and Specifications for which said equipment is necessary."
By: ____________________________________
DATE __________________ Name: _________________________________
Title: __________________________________
Company Name: ________________________
Company Address: _______________________
LIST OF EQUIPMENT
(Bidder is required to list all equipment bidder intends to utilize for the purposes of this Project.)
______________________________________________________________________________________________
______________________________________________________________________________________________
______________________________________________________________________________________________
(Attach additional sheets if necessary)
25
STATEMENT OF OWNERSHIP
(N.J.S.A. 52:25-24.2)
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
N.J.S.A. 52:25-24.2 provides that no corporation or partnership will be awarded any State, County, Municipal, or School District
contract for the performance of any work or the furnishing of any materials or supplies, unless prior to performing the work or
furnishing of any materials or supplies, and prior to the receipt of the bid or accompanying the bid of said corporation or
partnership, there is submitted a Statement setting forth the name and addresses of all stockholders in the corporation or
partnership who own ten percent (10%) or more of its stock of any class, or of all individual partners in the partnership who own
a ten percent or greater interest therein.
1.
If the bidder is a partnership, then the statement will set forth the names and addresses of all partners who own a
10% or greater interest in the partnership.
2.
If the bidder is a corporation, then the statement will set forth the names and address of all stockholders in the
corporation who own 10% or more of its stock of any class.
3.
If a corporation owns all or part of the stock of the corporation or partnership submitting the bid, then the statement
will include a list of the stockholders who own 10% or more of the stock of any class of that corporation.
4.
If the bidder is other than a corporation or partnership, bidder must indicate the form or corporate ownership as listed
below.
Full Corporate Name or Partnership Name of Bidder:
BIDDER MUST COMPLETE THE FOLLOWING STATEMENTS
I.
Shareholders or Partners with 10% interest or greater:
1.
Name Percentage %
Address________________________________________________________________
Town State Zip_________________
2.
Name Percentage %
Address _______________________________________________________________
Town State Zip ________________
3.
Name Percentage %
Address__________________________________________________________ ______
Town State Zip ________________
4.
Name Percentage %
Address _______________________________________________________________
26
Town State Zip___________________
5.
Name Percentage %
Address _______________________________________________________________
Town State Zip________________
6.
Name Percentage %
Address________________________________________________________________
Town State Zip________________
7.
Name Percentage %
Address_____________________________________________________
Town State Zip _______________
8.
Name Percentage %
Address_____________________________________________________
Town State Zip ______________
9.
Name Percentage %
Address_____________________________________________________
Town State Zip________________
10.
Name Percentage %
Address_____________________________________________________
Town State Zip_________________
Signature of Bidder’s Authorized Representative: _____________________________________
Title: ________________________________________
Date: _______________________________________
II.
No shareholder or partners owns 10% or more of the company submitting bid:
Signature:
Date:
III. Bid is being submitted by an individual who operates as sole proprietorship:
Signature:
Date:
IV. Bid is being submitted by a corporation or partnership that operates as a (check one, if applicable):
Limited Partnership
Limited Liability Corporation
Limited Liability Partnership
Subchapter S Corporation
27
NON-COLLUSION AFFIDAVIT
(N.J.S.A. 52:34-15)
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
STATE OF NEW JERSEY
ss:
COUNTY OF Hunterdon
I, _____________________(Name) of the ___________________________ (Municipality) in the County of
________________ (County) and the State of _________________(State), of full age, being duly sworn according to law,
on my oath depose and say that:
I am ____________________(Official Position) of ___________________ (Bidder’s Name), the Bidder making the Bid for this
Project.
I execute the said Bid with full authority to do so.
I, and to the best of my knowledge, the Bidder, and any officer, director, employee or other representative of the bidder, have
not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of
free, competitive bidding in connection with the above-named Project.
All statements contained in said Bid and all Contract Documents and in this affidavit are true and correct, and made with full
knowledge that the Project Owner relies upon the truth of the statements contained in said Bid and Contract Documents, and in
the statements contained in this affidavit, in awarding the Contract for the said Project.
I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an
agreement or understanding for a commission, percentage, brokerage or contingent fee except bona fide employees or bona
fide established commercial or selling agencies maintained by the Bidder.
Sworn on Behalf of: ______________________
Name of Bidder: _________________________
Sworn and subscribed to
before me this day
of 201 __,
_______________________________________
Notary Public of New Jersey
28
ACKNOWLEDGMENT OF RECEIPT OF CHANGE TO BID DOCUMENTS FORM
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
Pursuant to N.J.S.A. 40A:11-23.1a., the undersigned bidder hereby acknowledges receipt of the following notices, revisions, or
addenda to the bid advertisement, specifications or bid documents. By indicating date of receipt, bidder acknowledges the
submitted bid takes into account the provisions of the notice, revision or addendum. Note that the local unit’s record of notice
to bidders will take precedence and that failure to include provisions of changes in a bid proposal may be subject for rejection
of the bid.
Local Unit Reference Number
or Title of Addendum/Revision
How Received
(mail, fax, pick-up,
etc.)
Date Received
Acknowledgement by bidder:
Name of Bidder:
By Authorized Representative:
Signature:
Printed Name and Title:
Date:
29
BIDDER CORPORATE RESOLUTION
(EVIDENCE OF AUTHORITY TO BIND BIDDER WHERE BIDDER IS A
CORPORATION OR PARTNERSHIP)
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
RESOLVED, that the following named Officers or Partners:
Be and hereby are authorized and empowered to sign and submit to the Township of East Amwell the attached Bid and other
Bid Submission Documents and further that said Officers or Partners are authorized to execute the Contract and any other
agreement or bond or statement necessary to fulfill the obligations required by the Contract Documents incurred by the
acceptance of the Township of East Amwell of the Bid.
I hereby certify that the above constitutes a true copy of a Resolution or Partnership Agreement passed and approved by the
Board of Directors or Partners at a meeting held on the _________ day of _____________, 201__.
Signature of Bidder’s Authorized Representative: _____________________________________
Title: _______________________________________
Date: _______________________________________
Attested By:
Title: ___________________________
Date: __________________________
ACKNOWLEDGMENT OF CORPORATION
STATE OF )
) SS:
COUNTY OF )
I certify that on day of , 201__ , _______________________ acknowledged under oath, to my satisfaction,
that:
a)
This person is the secretary of________________ , the corporation described in the foregoing documents;
b)
This person is the attesting witness to the signing of said documents by the proper corporate officer who is
the _____________President of the Corporation;
30
b)
The documents were signed and delivered by the Corporation as its voluntary act duly authorized by a proper
corporation resolution;
c)
This person knows the proper seal of the corporation which was affixed to said documents; and
e)
This person signed this proof to attest to the truth of these facts.
Sworn and subscribed to
before me this day
of 20 __,
_______________________________________
Notary Public of New Jersey
ACKNOWLEDGMENT OF PARTNERSHIP
STATE OF )
) SS:
COUNTY OF )
I certify that on this______day of _______________,201__, before me personally came and appeared
to me known and known to be one of the members of the Partnership of _______________ described in and who executed the
foregoing instrument, and he acknowledged to me that he executed the same as and for the act and deed of said firm. Signed
and sworn to before me on _________________, 201__
Sworn and subscribed to
before me this day
of 201 __ ,
_______________________________________
Notary Public of New Jersey
31
BIDDER QUALIFICATION FORM
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
Name of Bidder: _________________________________________________
Address: _______________________________________________________
Phone Date__________________________________
1.
How many years has your organization been in business under your present name? _____________________________
2.
Have you ever failed to complete any work awarded to you? ________________________________________________
If so, where and why? ___________________________________________________________________________________
3. Has any officer or partner of your organization ever failed to complete a contract handled in his own name? __________
4. Have any liens or lawsuits of any kind been filed against any of your contracts? Yes ________ No ________
Give full details. _____________________________________________________________________________________
___________________________________________________________________________________________________
____________________________________________________________________________________________________
5. List surety companies which have previously bonded the Bidder (give name, address, and amount of bond) __________
______________________________________________________________________________________________________
6. List all uncompleted contracts currently held by the Bidder. State the Owner’s name and the amount of the contract. __
______________________________________________________________________________________________________
7. State all equipment owned by you for use in this contract. ___________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
8. The Bidder must state below, or on attached sheets, at least three (3) projects the Bidder has completed which are similar to
this Project. The information provided by the Bidder must include the name of the Project, name of Owner, description of the
32
Project, and dollar value of work completed. This information will be considered by the Owner to judge the Bidder’s
experience, skill and business standing. ___________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
9. Provide the name, address and phone number for references for the three (3) Projects listed above.
Name and Address
Telephone Number
______________________________________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
Signature of Bidder’s Authorized Representative: _____________________________________________
Title: _______________________________________________
Date: _______________________________________________
33
INSURANCE CERTIFICATES
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
Project: _______________________________________________________________________________________
Name of Bidder: ________________________________________________________________________________
Address: ______________________________________________________________________________________
The Bidder is required to attach hereto samples of Certificate(s) of Insurance establishing insurance coverage of the type and
amount required by the Contract Documents and section 107.23 of the Supplementary Specifications.
The sample insurance certificate(s) evidencing Bidder’s General Liability coverage must be submitted with the Bid Form in
accordance with the procedure set forth by the Contract Documents.
Actual certificates of insurance indicating insurance coverage of the type and amounts as required by the Contract Documents
and section 107.23 of the supplementary specification must be submitted in proper form at the time of award. Successful
bidder will not be allowed to commence any contract activity unless the aforementioned insurance certificates are approved by
the Project Owner.
34
PREVAILING WAGE PAYMENT CERTIFICATION
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
This form must be executed by Bidder and submitted with final voucher prior to final payment.
RE: Certification of Contractor of Payment of Prevailing Wages to Workmen Pursuant to New Jersey Prevailing Wage Act,
Chapter 150 of the Laws of 1963 of New Jersey.
The undersigned Contractor hereby certifies that any and all workmen employed by the undersigned Contractor and all
subcontractors have been paid in full and prevailing wages for their respective crafts or trades as determined and computed by
the Commissioner of Labor and Industry, of the State of New Jersey, and that all suppliers and material men have been paid in
full all amounts claimed by them, and there remains no outstanding claim, lien, or dispute; nor any contingent claim by any of
the foregoing:
Dated:
Contractor - Signature of Authorized Agent
STATE OF NEW JERSEY }
} SS
COUNTY OF
}
__________________________, being duly sworn according to law, upon oath disposes and says that he/she is the
___________________________(Owner/President or authorized agent) of ________________________________(name of
corporation) that he has read the aforesaid statement of certification and knows the content thereof, and that the same is true
of his own knowledge and this affidavit is being executed by him pursuant to the New Jersey Prevailing Wage Act (Chapter 150
of Laws of 1963).
Sworn and subscribed to
before me this______ day
of 201__ ,
Notary Public of New Jersey
35
PERFORMANCE AND PAYMENT BOND
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Bidder:
Bidder Name: ___________________________________________________
Bidder Address: _________________________________________________
hereinafter called the Principal,
and the Surety:
Surety Name: ___________________________________________________
Surety Address: __________________________________________________
_______________________________________________________________
_______________________________________________________________
a corporation duly organized and existing under the laws of the State of______________________and authorized to do business
in the State of New Jersey, are held and firmly bound onto the Township of East Amwell, as Obligee, in the penal sum of
_______________________________________________
(AMOUNT IN WORDS)
$ _____________________________________________
(AMOUNT IN NUMBERS)
for the payment of which sum, well and truly to be made, the said Principal and the said Surety hereby bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the above named Principal entered into a certain Contract
with the Owner, dated the day of , 201 , a copy of which is hereto attached and made a part hereof for the
construction of Roadway Improvement Plan for MA-2025 Mountain Road Section 2, which Contract is made part of this Bond
the same as though set forth herein.
NOW, THEREFORE, if the Principal will well, truly, and faithfully perform its duties, all the undertakings, covenants,
terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be
granted by the Owner, with or without notice to the Surety, and if he must satisfy all claims and demands incurred under such
Contract, and must fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason or
failure to do so, and must reimburse and repay the Owner all outlay and expenses which the Owner may incur in making good
any default, and will promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or
performing labor in the prosecution of the work provided for in such Contract, and any authorized extension or modification
thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and
tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all
labor, performed in such work whether by subcontractor or otherwise, then this obligation will be void; otherwise this obligation
will remain in full force and effect.
36
PROVIDED, FURTHER, that the 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 will in any ways affect its obligation on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Contract, the work, or the Specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor will abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument has been signed sealed and dated in six (6) counterparts
this day of , 201__.
PRINCIPAL
ATTEST:
BY:
(Principal’s Representative)
(Witness as to Principal)
Name:______________________________
Title: _______________________________
SURETY
ATTEST:
BY:
(Surety Attorney-in-Fact)
(Surety-Secretary)
Name: ______________________
Title: ________________________
SEAL:
(Witness as to Surety)
(Surety-Address)
37
Disclosure of Investment Activities in Iran
Company Name:____________________________________________________________________
PART 1
Pursuant to Public Law 2012, c. 25 any person or entity that submits a bid or proposal or otherwise proposes to enter into or
renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor
any of its parents, subsidiaries, or affiliates (any parent, successor, subunit, direct or indirect subsidiary, or any entity under
common ownership or control with, any entity), is identified on the Department of Treasury's Chapter 25 list as a person or
entity engaging in investment activities in Iran. The Chapter 25 list is found on the State of New Jersey, Department of Treasury,
Division of Purchase and Property website at http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf
Bidders must review this list prior to completing the below certification. Failure to complete the certification will render a
bidder's proposal non-responsive. If the Township of East Amwell finds a person or entity to be in violation of law, s/he shall
take action as may be appropriate and provided by law, rule Township of East Amwell or contract, including but not limited to,
imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or
suspension of the party.
PLEASE CHECK THE APPROPRIATE BOX:
□
I certify, pursuant to Public Law 2012 c. 25, that neither the bidder listed above nor any of the
bidder's Parents, subsidiaries, or affiliates is listed on the N.J. Department of the Treasury's list
of entities determined to be engaged in prohibited activities in Iran pursuant to P.L. 2012 c. 25
("Chapter 25 List"). I further certify that I am the person listed above, or I am an officer or
representative of the entity listed above and am authorized to make this certification on its
behalf. I will skip Part 2 and sign and complete the Certification below.
OR
□
I am unable to certify as above because the bidder and/or one or more of its parents,
subsidiaries, or affiliates is listed on the Department's Chapter 25 list. I will provide a detailed,
accurate and precise description of the activities in Part 2 below and sign and complete the
Certification below. Failure to provide such will result in the proposal being rendered as non-
responsive and appropriate penalties, fines and/or sanctions will be assessed as provided by
law.
PART 2
You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its
parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the box below.
Name: ____________________________________________________________________________
Relationship to Company: _____________________________________________________________
Description of Activities: _____________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
Duration of Engagement: ____________________________
Anticipated Cessation Date: __________________________
Company Contact Name: _____________________________
Contact Phone Number: _____________________________
38
Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments
thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf
of the above-referenced person or entity. I acknowledge that the Township of East Amwell is relying on the information
contained herein and thereby acknowledge that I am under a continuing obligation from the date of this certification through
the completion of any contracts with the Township of East Amwell, to notify the Township of East Amwell in writing of any
changes to the answers or information contained herein. I acknowledge that I am aware that it is a criminal offense to make a
false statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution
under the law and that it will also constitute a material breach of my agreement(s) with the Township of East Amwell and the
Township of East Amwell at its option may declare any contract(s) resulting from this certification void and unenforceable.
Full Name (Print): ____________________________ Signature: _____________________________
Title: ____________________________________ Date: ____________________________________
39
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE EXHIBIT
To:
Township of East Amwell
Re:
Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND Roadway Improvement Plan for MA-2025
Mountain Road Section 2
(REVISED 9/07)
EXHIBIT B
MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE
N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)
N.J.A.C. 17:27
CONSTRUCTION CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or
expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or
expression, the contractor will take affirmative action to ensure that such applicants are recruited and employed, and that
employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such action shall include, but
not be limited to the following: employment, up-grading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the
Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race,
creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability,
nationality or sex.
The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer
advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of
the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer,
pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.
When hiring or scheduling workers in each construction trade, the contractor or subcontractor agrees to make good faith efforts
to employ minority and women workers in each construction trade consistent with the applicable employment goal prescribed
by N.J.A.C. l7:27-7.3; provided, however, that the Division may, in its discretion, exempt a contractor or subcontractor from
compliance with the good faith procedures prescribed by the following provisions, A, B and C, as long as the Division is satisfied
that the contractor or subcontractor is employing workers provided by a union which provides evidence, in accordance with
standards prescribed by the Division, that its percentage of active "card carrying" members who are minority and women
workers is equal to or greater than the applicable employment goal established in accordance with N.J.A.C. l7:27-7.3. The
contractor or subcontractor agrees that a good faith effort shall include compliance with the following procedures:
(A)
If the contractor or subcontractor has a referral agreement or arrangement with a union for a construction
trade, the contractor or subcontractor shall, within three business days of the contract award, seek assurances from the union
that it will cooperate with the contractor or subcontractor as it fulfills its affirmative action obligations under this contract and in
accordance with the rules promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et. seq., as supplemented and amended
from time to time and the Americans with Disabilities Act. If the contractor or subcontractor is unable to obtain said assurances
from the construction trade union at least five business days prior to the commencement of construction work, the contractor or
subcontractor agrees to attempt to hire or schedule minority and women workers directly, consistent with the applicable
employment goal. If the contractor's or subcontractor's prior experience with a construction trade union, regardless of whether
the union has provided said assurances, indicates a significant possibility that the trade union will not refer sufficient minority
40
and women workers consistent with the applicable employment goal, the contractor or subcontractor agrees to be prepared to
hire or schedule minority and women workers directly, consistent with the applicable employment goal, by complying with the
hiring or scheduling procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take said
action immediately if it determines or is so notified by the Division that the union is not referring minority and women workers
consistent with the applicable employment goal.
(B) If the hiring or scheduling of a workforce consistent with the employment goal has not or cannot be achieved for each
construction trade by adhering to the procedures of (A) above, or if the contractor does not have a referral agreement or
arrangement with a union for a construction trade, the contractor or subcontractor agrees to take the following actions
consistent with the applicable county employment goals:
(l) To notify the public agency compliance officer, the Division, and minority and women referral organizations listed by the
Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs, and request referral of minority and women workers;
(2) To notify any minority and women workers who have been listed with it as awaiting available vacancies;
(3) Prior to commencement of work, to request that the local construction trade union refer minority and women workers to fill
job openings, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the
construction trade;
(4) To leave standing requests for additional referral to minority and women workers with the local construction trade union,
provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade, the
State Training and Employment Service and other approved referral sources in the area until such time as the workforce is
consistent with the employment goal;
(5) If it is necessary to lay off some of the workers in a given trade on the construction site, to assure, consistent with the
applicable State and Federal statutes and court decisions, that sufficient minority and women employees remain on the site
consistent with the employment goal; and to employ any minority and women workers laid off by the contractor on any other
construction site on which its workforce composition is not consistent with an employment goal established pursuant to rules
implementing N.J.S.A. 10:5-31 et. seq.;
(6) To adhere to the following procedure when minority and women workers apply or are referred to the contractor or
subcontractor:
(i) If said individuals have never previously received any document or certification signifying a level of qualification lower than
that required in order to perform the work of the construction trade, the contractor or subcontractor shall determine the
qualifications of such individuals and if the contractor's or subcontractor's workforce in each construction trade is not
consistent with the applicable employment goal, it shall hire or schedule those individuals who satisfy appropriate qualification
standards. However, a contractor or subcontractor shall determine that the individual at least possesses the requisite skills,
and experience recognized by a union, apprentice program or a referral agency, provided the referral agency is acceptable to
the Division. If necessary, the contractor or subcontractor shall hire or schedule minority and women workers who qualify as
trainees pursuant to these rules. All of the requirements, however, are limited by the provisions of (C) below.
(ii) If the contractor's or subcontractor's workforce is consistent with the applicable employment goal, the name of any
interested women or minority individual shall be maintained on a waiting list for the first consideration, in the event the
contractor's or subcontractor's workforce is no longer consistent with the applicable employment goal.
(iii) If, for any reason, said contractor or subcontractor determines that a minority individual or a woman is not qualified or if the
individual qualifies as an advanced trainee or apprentice, the contractor or subcontractor shall inform the individual in writing of
the reasons for the determination, maintain a copy of the determination in its files, and send a copy to the public agency
compliance officer and to the Division.
(7) To keep a complete and accurate record of all requests made for the referral of workers in any trade covered by the
contract, on forms made available by the Division and submitted promptly to the Division upon request.
(C) The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the contractor or
subcontractor from complying with the union hiring hall or apprenticeship policies in any applicable collective bargaining
agreement or union hiring hall arrangement, and, where required by custom or agreement, it shall send journeymen and
trainees to the union for referral, or to the apprenticeship program for admission, pursuant to such agreement or arrangement.
However, where the practices of a union or apprenticeship program will result in the exclusion of minorities and women or the
failure to refer minorities and women consistent with the county employment goal, the contractor or subcontractor shall
consider for employment persons referred pursuant to (B) above without regard to such agreement or arrangement; provided
further, however, that the contractor or subcontractor shall not be required to employ women and minority advanced trainees
and trainees in numbers which result in the employment of advanced trainees and trainees as a percentage of the total
41
workforce for the construction trade, which percentage significantly exceeds the apprentice to journey worker ratio specified in
the applicable collective bargaining agreement, or in the absence of a collective bargaining agreement, exceeds the ratio
established by practice in the area for said construction trade. Also, the contractor or subcontractor agrees that, in
implementing the procedures of (B) above, it shall, where applicable, employ minority and women workers residing within the
geographical jurisdiction of the union.
After notification of award, but prior to signing a construction contract, the contractor shall submit to the public agency
compliance officer and the Division an initial project workforce report (Form AA 201) provided to the public agency by the
Division for distribution to and completion by the contractor, in accordance with N.J.A.C. 17:27-7. The contractor also agrees to
submit a copy of the Monthly Project Workforce Report once a month thereafter for the duration of this contract to the Division
and to the public agency compliance officer.
The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on-the-job
and/or off-the-job programs for outreach and training of minorities and women.
(D) The contractor and its subcontractors shall furnish such reports or other documents to the Division of Contract
Compliance & EEO as may be requested by the Division from time to time in order to carry out the purposes of these
regulations, and public agencies shall furnish such information as may be requested by the Division of Contract Compliance &
EEO for conducting a compliance investigation pursuant to Subchapter l0 of the Administrative Code (NJAC 17:27).
42
CONTRACT
For Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND
Roadway Improvement Plan for MA-2025 Mountain Road Section 2
THIS CONTRACT, made the __ day of _____________
BETWEEN:
Township of East Amwell
1070 Route 202/31
Ringoes, NJ 08551
hereinafter is called the OWNER:
AND: Bidder Name: _________________________
Bidder Address: ________________________
_________________________
hereinafter called the CONTRACTOR:
WHEREAS, the OWNER requires the construction of the Roadway Improvement Plan for MA-2025 Mountain Road
Section 2 hereinafter called the "Project", in accordance with all applicable federal, state, and local laws and regulations, and
the Contract Documents.
NOW, THEREFORE, the OWNER and the CONTRACTOR, in exchange for the mutual consideration set forth herein, agree
as follows:
ARTICLE I: SCOPE OF WORK
The CONTRACTOR must furnish all labor, materials, equipment, tools and services necessary to perform and complete the
Project in strict compliance with the Contract Documents. The CONTRACTOR’s services will hereafter be referred to as the
"Work".
ARTICLE II: THE CONTRACT SUM
The OWNER will pay the CONTRACTOR for the performance of the Work based on the Bid prices, subject to additions and
deductions provided by the Contract Documents, the total sum of
_____________________________________________________________________________________________
(AMOUNT IN WORDS)
$_____________________________
(AMOUNT IN NUMBERS)
The Contractor will be paid the prices stipulated in the Bid as full compensation for everything furnished and performed by the
CONTRACTOR under this Contract, including all Work required, but not specifically mentioned, and all loss or damage arising out
of the nature of the aforesaid Work, the action of the elements, any unforeseen obstruction or difficulty encountered in the
prosecution of the Work, all risks of every description connected with the Work, all expenses incurred by or in consequence of
the suspension or discontinuance of the Work as herein specified, and for well and faithfully completing the Work and the whole
thereof, as herein provided.
43
ARTICLE III: TIME OF COMPLETION
The work to be performed under this Contract must be completed within ninety (90) calendar days from the date in the Notice
to Proceed.
The CONTRACTOR will pay monetary liquidated damages to the OWNER for each and every calendar day that the CONTRACTOR
will be in default in completing the Work within the time stipulated in the Contract Documents.
ARTICLE IV: THE CONTRACT DOCUMENTS
The parties agree that the terms and conditions contained in The Contract Documents (including bid information, bid
documents, specifications, supplemental specifications, and drawings) are made part of this Contract and are binding on both
parties as if all conditions contained in the Contract Documents were set forth in this Contract.
In addition, the Owner’s designated engineer will furnish to the CONTRACTOR supplementary drawings or explanations as may
be necessary to illustrate the work to be done, and the CONTRACTOR must conform to same as part of this Contract, and all
such supplemental information will be part of the Contract Documents.
The Contract Documents comprise the entire agreement between the Owner and the Contractor and may only be amended as
herein described.
ARTICLE V: SUBCONTRACTORS
The CONTRACTOR agrees to bind every subcontractor by the terms of the Contract Documents. The Contract Documents must
not be construed as creating any contractual relationship between any subcontractor and the OWNER. Additional terms
concerning the duties and obligations of the CONTRACTOR and its subcontractors are further defined in the Contract
Documents.
ARTICLE VI: WAIVERS
Neither the inspection by the OWNER or by the OWNER’s agents, nor any orders or measurement of certificate by the Engineer,
nor any order by the OWNER for the payment of money, nor payment for or acceptance of the whole or any part of the Work by
the OWNER, nor any extension of time or any possession taken by the OWNER or its employees, operate as a waiver of any
provision of this Contract, any power herein reserved to the OWNER, or any right to damages herein provided. No waiver of any
breach of this Contract will be held to be a waiver of any other or subsequent breach. Any remedy provided in this Contract will
be taken and construed as cumulative; that is, in addition to each and every other remedy herein provided and in addition to all
other suits, actions, or legal proceedings. The OWNER will also be entitled as of right to a writ of injunction against any breach
of any of the provisions of this Contract.
ARTICLE VII: OWNER AND RESPONSIBILITY OF THE ENGINEER
All work must be done under the observation of the Engineer, or another authorized representative of the OWNER. The
Engineer will decide any and all questions which may arise regarding the quality and acceptability of materials furnished, work
performed, rate of progress of work, interpretation of Contract Documents, and all questions concerning the acceptable
fulfillment of the Contract by the CONTRACTOR.
The Engineer’s services during the construction of the Project are intended to provide OWNER a greater degree of confidence
that the completed work of CONTRACTOR will conform in general to the Contract Documents, Drawings and Specifications. The
Engineer will not, during visits to the project site or as a result of observation of CONTRACTOR’s work in progress, supervise,
direct or have control over CONTRACTOR’s work, nor will Engineer have authority over or responsibility for the means, methods,
techniques, sequences or procedures of construction selected by CONTRACTOR’s, for any safety precautions and programs
incident to the work of CONTRACTOR’s or for any failure of CONTRACTOR to comply with laws, rules, regulations, ordinances,
codes or orders applicable to CONTRACTOR’s furnishing and performing the work. Accordingly, Engineer neither guarantees the
performance of any CONTRACTOR’s nor assumes responsibility for any CONTRACTOR’s failure to furnish and perform its work
safely or in accordance with the Contract Documents.
ARTICLE VIII: SUCCESSORS AND ASSIGNS
This Contract and all of the covenants herein will be binding upon the OWNER and the CONTRACTOR respectively, and the
CONTRACTOR's subcontractors, subconsultants, partners, successors, assigns and legal representatives. Neither the OWNER
44
nor the CONTRACTOR will have the right to assign, transfer or sublet their interests or obligations hereunder without written
consent of the other party.
ARTICLE IX: TERMINATION
a.
The OWNER may, upon seven days written notice to the CONTRACTOR, and at any time after the execution of this Contract,
terminate or limit the services of the CONTRACTOR furnished hereunder for any reasons; including but not limited to, the
abandonment of the Project, or the unavailability of monies to complete the Work.
b.
In the event of such termination, the CONTRACTOR will be compensated for his authorized services rendered hereunder up
to that date, and for all reasonable shutdown costs as agreed to by both parties.
ARTICLE X: INDEMNIFICATION
The CONTRACTOR must indemnify, defend, and hold harmless the OWNER and the Engineer, their officers, employees and
agents, against any loss, liability, claims or demands (including death and/or property damage), arising out of or resulting, in
whole or in part, from the CONTRACTOR’s performance of this Contract.
ARTICLE XI: CONTRACTOR'S STATUS AND RESPONSIBILITIES
a.
The CONTRACTOR's status will be that of an independent principal, and not an agent or employee of the OWNER.
b.
The CONTRACTOR will be responsible for providing competent, suitably qualified personnel to perform the Work.
c.
The CONTRACTOR will be responsible for proceeding with the work and adhering to the schedule during all disputes or
disagreements with the OWNER. No work will be delayed or postponed pending resolution of any dispute or disagreement.
d.
The CONTRACTOR will pay to the OWNER, and the OWNER will have the right to deduct the full amount of all expenses,
losses, and damages from all monies due or to become due the CONTRACTOR under this Contract, for any of the following
reasons:
1.
Any defect, omission, or mistake of the CONTRACTOR or his employees; and the repairs of same, as
determined by the Engineer.
2.
All costs of engineering work and inspection after the specified completion time for the Contract.
3.
All costs incurred by the OWNER for overtime payments to the inspection personnel caused by the
CONTRACTOR's overtime work. Overtime is considered as all hours worked exceeding eight hours
per day or forty hours per week; all hours worked on Saturday or Sunday; and all hours worked on
legal holidays observed by the OWNER.
4.
Liquidated Damages in the amount set forth in Section 108.16 of the Supplementary
Specifications for each and every calendar day that the CONTRACTOR will be in default of
completing the Work of this Contract. This sum is hereby agreed to be proper and reasonable
liquidated damages which the OWNER will suffer by reason of such default.
5.
All costs associated with liens filed and/or served by any of the CONTRACTOR’s subcontractors
seeking payment for work and/or services performed in connection with this contract.
ARTICLE XII: GUARANTEE AND CORRECTION OF DEFECTIVE WORK
a. The CONTRACTOR warrants and guarantees to the OWNER that all Work will be performed in accordance with all applicable
federal, state, and local laws, standards and regulations and these Contract Documents; and that the Work will not be
defective.
b. If within two (2) years after the acceptance date, any Work is found to be defective, the CONTRACTOR must promptly correct
the defective Work, or remove and replace it with non-defective Work; as directed by the OWNER, and at no additional cost
to the OWNER.
45
ARTICLE XIII: AFFIRMATIVE ACTION
During the performance of this contract, the contract agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment
because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation or sex. Except with
respect to affectional or sexual orientation, the contractor will take affirmative action to ensure that such applicants are
recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color,
national origin, ancestry, marital status, affectional or sexual orientation or sex. Such action will include, but not be limited to
the following: employment, up-grading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of this nondiscrimination clause;
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees place by or on behalf
of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed,
color, national origin, ancestry, marital status, affectional or sexual orientation or sex;
The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer
advising the labor union or workers' representative of the contractor's commitments under this act and must post copies of the
notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer,
pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.
When hiring or scheduling workers in each construction trade, the contractor or subcontractor agrees to make good faith efforts
to employ minority and women workers in each construction trade consistent with the applicable employment goal prescribed
by N.J.A.C. l7:27-7.3; provided, however, that the Division may, in its discretion, exempt a contractor or subcontractor from
compliance with the good faith procedures prescribed by the following provisions, A, B and C, as long as the Division is satisfied
that the contractor or subcontractor is employing workers provided by a union which provides evidence, in accordance with
standards prescribed by the Division, that its percentage of active "card carrying" members who are minority and women
workers is equal to or greater than the applicable employment goal established in accordance with N.J.A.C. l7:27-7.3. The
contractor or subcontractor agrees that a good faith effort will include compliance with the following procedures:
(A) If the contractor or subcontractor has a referral agreement or arrangement with a union for a construction trade, the
contractor or subcontractor must, within three business days of the contract award, seek assurances from the union
that it will cooperate with the contractor or subcontractor as it fulfills its affirmative action obligations under this
contract and in accordance with the rules promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et. seq., as
supplemented and amended from time to time and the Americans with Disabilities Act. If the contractor or
subcontractor is unable to obtain said assurances from the construction trade union at least five business days prior
to the commencement of construction work, the contractor or subcontractor agrees to attempt to hire or schedule
minority and women workers directly, consistent with the applicable employment goal. If the contractor's or
subcontractor's prior experience with a construction trade union, regardless of whether the union has provided said
assurances, indicates a significant possibility that the trade union will not refer sufficient minority and women workers
consistent with the applicable employment goal, the contractor or subcontractor agrees to be prepared to hire or
schedule minority and women workers directly, consistent with the applicable employment goal, by complying with the
hiring or scheduling procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take
said action immediately if it determines or is so notified by the Division that the union is not referring minority and
women workers consistent with the applicable employment goal.
(B) If the hiring or scheduling of a workforce consistent with the employment goal has not or cannot be achieved for each
construction trade by adhering to the procedures of (A) above, or if the contractor does not have a referral agreement
or arrangement with a union for a construction trade, the contractor or subcontractor agrees to take the following
actions consistent with the applicable county employment goals:
(1) To notify the public agency compliance officer, the Division, and minority and women referral organizations listed by the
Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs, and request referral of minority and women workers;
(2) To notify any minority and women workers who have been listed with it as awaiting available vacancies;
46
(3) Prior to commencement of work, to request that the local construction trade union refer minority and women workers to fill
job openings provided the contractor or subcontractor has a referral agreement or arrangement with a union for the
construction trade;
(4) To leave standing requests for additional referral to minority and women workers with the local construction trade union,
provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade,
the State Training and Employment Service and other approved referral sources in the area until such time as the
workforce is consistent with the employment goal;
(5) If it is necessary to lay off some of the workers in a given trade on the construction site, to assure, consistent with the
applicable State and Federal statutes and court decisions, that sufficient minority and women employees remain on the
site consistent with the employment goal; and to employ any minority and women workers laid off by the contractor on any
other construction site on which its workforce composition is not consistent with an employment goal established pursuant
to rules implementing N.J.S.A. 10:5-31 et. seq.;
(6) To adhere to the following procedure when minority and women workers apply or are referred to the contractor or
subcontractor:
(i)
If said individuals have never previously received any document or certification signifying a level of qualification lower than
that required in order to perform the work of the construction trade, the contractor or subcontractor must determine the
qualifications of such individuals and if the contractor's or subcontractor's workforce in each construction trade is not
consistent with the applicable employment goal, it must hire or schedule those individuals who satisfy appropriate
qualification standards. However, a contractor or subcontractor must determine that the individual at least possesses the
requisite skills, and experience recognized by a union, apprentice program or a referral agency, provided the referral
agency is acceptable to the Division. If necessary, the contractor or subcontractor must hire or schedule minority and
women workers who qualify as trainees pursuant to these rules. All of the requirements, however, are limited by the
provisions of (C) below.
(ii) If the contractor’s or subcontractor’s workforce is consistent with the applicable employment goal, the name of any
interested women or minority individual must be maintained on a waiting list for the first consideration, in the event the
contractor's or subcontractor's workforce is no longer consistent with the applicable employment goal.
(iii) If, for any reason, said contractor or subcontractor determines that a minority individual or a woman is not qualified or if
the individual qualifies as an advanced trainee or apprentice, the contractor or subcontractor must inform the individual in
writing of the reasons for the determination, maintain a copy of the determination in its files, and send a copy to the public
agency compliance officer and to the Division.
(7) To keep a complete and accurate record of all requests made for the referral of workers in any trade covered by the
contract, on forms made available by the Division and submitted promptly to the Division upon request.
(C) The contractor or subcontractor agrees that nothing contained in (B) above must preclude the contractor or
subcontractor from complying with the union hiring hall or apprenticeship policies in any applicable collective
bargaining agreement or union hiring hall arrangement, and, where required by custom or agreement, it must send
journeymen and trainees to the union for referral, or to the apprenticeship program for admission, pursuant to such
agreement or arrangement. However, where the practices of a union or apprenticeship program will result in the
exclusion of minorities and women or the failure to refer minorities and women consistent with the county employment
goal, the contractor or subcontractor must consider for employment persons referred pursuant to (B) above without
regard to such agreement or arrangement; provided further, however, that the contractor or subcontractor will not be
required to employ women and minority advanced trainees and trainees in numbers which result in the employment of
advanced trainees and trainees as a percentage of the total workforce for the construction trade, which percentage
significantly exceeds the apprentice to journey worker ratio specified in the applicable collective bargaining
agreement, or in the absence of a collective bargaining agreement, exceeds the ratio established by practice in the
area for said construction trade. Also, the contractor or subcontractor agrees that, in implementing the procedures of
(B) above, it must, where applicable, employ minority and women workers residing within the geographical jurisdiction
of the union.
After notification of award, but prior to signing a construction contract, the contractor must submit to the public agency
compliance officer and the Division an initial project workforce report (Form AA 201) provided to the public agency by the
Division for distribution to and completion by the contractor, in accordance with N.J.A.C. 17:27:7. The contractor also agrees to
submit a copy of the Monthly Project Workforce Report once a month thereafter for the duration of this contract to the Division
and to the public agency compliance officer.
47
The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on-the-job
and/or off-the-job programs for outreach and training of minorities and women.
(D) The contractor and its subcontractors must furnish such reports or other documents to the Division of Contract
Compliance & EEO as may be requested by the Division from time to time in order to carry out the purposes of these
regulations, and public agencies must furnish such information as may be requested by the Division of Contract
Compliance & EEO for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code
(NJAC 17:27).
ARTICLE XIV: AGREEMENT BINDING
This Contract must bind the heirs, executors, administrators, successors and assigns of the respective parties hereto.
ARTICLE XV: MANDATORY CONTRACT DISPUTE PROCEDURES
The Contractor agrees to Mandatory Contract Dispute Procedures required by N.J.S.A. 40A:11-50, as described below.
In an effort to resolve any disputes that arise during the construction of the project or following the completion of the
project, the Bidder and Owner agree that all disputes between them arising out of or relating to the performance of the
work described in the Contract Documents must be submitted to nonbinding mediation in accordance with the
Construction Industry Mediation Rules of the American Arbitration Association currently in effect. Request for
mediation must be filed in writing with the other party to the Contract and with the American Arbitration Association.
The parties must share the mediator’s fee and any filing fees equally. The mediation must be held in the place where
the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation must be
enforceable as settlement agreements in any court having jurisdiction thereof.
The Bidder further agrees to include a similar mediation provision in all agreements with independent contractors and
consultants retained for the project and to require all independent contractors and consultants also to include a
similar mediation provision in all agreements with subcontractors, subconsultants, suppliers or fabricators so
retained, thereby providing for mediation as the primary method for dispute resolution between the parties to those
agreements.
Nothing in this section will prevent the Owner from seeking injunctive or declaratory relief in court at any time. The
alternative dispute resolution practices required by this section will not apply to disputes concerning the bid
solicitation or award process, or to the formation of contracts or subcontracts to be entered into pursuant to P.L.
1971, c. 198 (C:40A:11-1 et seq.).
ARTICLE XVI: GOVERNING LAW
The laws of the State of New Jersey will govern the validity of this Contract, its interpretation and performance.
ARTICLE XVII: PREVAILING WAGE RATE
The Contractor agrees to comply with the provisions of the New Jersey Prevailing Wage Act, N.J.S.A. 34:11-56.25 et. seq. and all
corresponding rules and regulations. The Contractor must pay all workers employed in the performance of this contract the
prevailing wages determined pursuant to the above cited law.
ARTICLE XVIII: AMERICANS WITH DISABILITIES ACT
The Contractor and the Owner do hereby agree that the provision of Title II of the Americans With Disabilities Act of 1990 (the
“Act”) (42 U.S.C. 12101 et. seq.), which prohibits discrimination on the basis of disability by public entities in all services,
programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant
thereunto, are made a part of this Agreement. In providing any aid, benefit, or service on behalf of the Owner pursuant to this
Agreement, the Contractor agrees to the performance will be in the strict compliance with the Act. In the event that the
Contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the
performance of this Agreement, the Contractor must defend the Owner in any action or administrative proceeding commenced
pursuant to this Act. The Contractor must indemnify, protect, and save harmless the Owner and engineer, its agents, servants
and employees from and against any and all suits, claims, losses, demands or damages of whatever kind or nature arising out
of or claimed to arise out of the alleged violation. The Contractor will, at its own expense, appear, defend and pay any and all
charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or
incurred in connection therewith. In any and all complaints brought pursuant to the Owner’s grievance procedure, the
Contractor agrees to abide by any decision of the Owner which is rendered pursuant to said grievance procedure. If any action
or administrative proceeding results in an award of damages against the Owner or if the Owner incurs any expense to cure a
48
violation of the Act which has been brought pursuant to its grievance procedure, the Contractor must satisfy and discharge the
same at its own expense.
The Owner must, as soon as practicable after a claim has been made against it, give written notice thereof to the Contractor
along with full and complete particulars of the claim. If any action or administrative proceeding is brought against the Owner or
engineer or any of its agents, servants, and employees, the Owner must expeditiously forward or have forwarded to the
Contractor every demand, complaint, notice, summons, pleading or other process received by the Owner or its representatives.
It is expressly agreed and understood that any approval by the Owner or engineer of the services provided by the Contractor
pursuant to this Agreement will not relieve the contractor of the obligation to comply with the Act and to defend, indemnify,
protect, and save harmless the Owner pursuant to this Paragraph.
It is further agreed and understood that the Owner and engineer assume no obligation to indemnify or save harmless the
Contractor, its agents, servants, employees and subcontractors for any claims made under the Act.
IN WITNESS WHEREOF, the parties hereto have there unto set their hands and seals.
ATTEST:
Township of East Amwell
ATTEST:
(CONTRACTOR)
49
NOTICE OF AWARD
For Roadway Improvement Plan for MA-2025 Mountain Road Section 1 AND
Roadway Improvement Plan for MA-2025 Mountain Road Section 2
The Owner, represented by the undersigned, has considered the Bids submitted for the above described Project in response to
the Notice to Bidders and Contract Documents.
Since you are the lowest responsible Bidder, said Owner agrees to accept your Bid in the amount of
________________________________________________
(Amount in Words)
$_______________________________________________
(Amount in Numbers)
You are hereby notified that your Bid has been accepted for items:
_______________________________________________________________________________________________________
_______________________________________________________________________________________________________
You are required by the Contract Documents to execute a Contract with the Owner and to furnish the required Contractor's
Performance Bond within ten (10) calendar days from the date of this Notice of Award.
If you fail to execute said Contract or to furnish said bond in writing within ten (10) calendar days from the date of this Notice of
Award, the Owner will be entitled to exercise any rights arising out of the Contract Documents, including without limitation
Owner's award of the Bid to another Bidder, the re-bidding of the work, or any other action as the Owner may be entitled to
under law.
Dated this day of , 202__.
By: _____________________________________________
Owner or Owner’s Representative
Name: ___________________________________________
Title: ____________________________________________
ACCEPTANCE OF NOTICE: Receipt of the above Notice of Award is hereby acknowledged by the Bidder
this day of , 202 .
By: _____________________________________________
Name: __________________________________________
Title: ____________________________________________
50
NOTICE TO PROCEED
For Roadway Improvement Plan for MA-2024 Mountain Road Section 1 AND
Roadway Improvement Plan for MA-2025 Mountain Road Section 2
To:
Date:
Project:
You are hereby notified to commence work on the above referenced Project in accordance with the Contract dated
, 202__ , on or before , 202__ , and you are to complete all of the Work within consecutive calendar
days thereafter. The date of completion of all WORK is therefore , 202__ .
Before you may start any work at the site, the following items must be completed to the satisfaction of the Engineer:
Owner
By:
Title:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE to PROCEED is hereby acknowledged this _______ day of __________________ , 202__
BY: ____________________________________________________________
Name: _________________________________________________________
Title: ___________________________________________________________
51
CONTRACTOR’S FINAL WAIVER AND RELEASE OF LIENS
_______________________________________ (Contractor) for itself, its successors and assigns, which has provided materials, work
services and/or equipment in connection with the construction of the construction of improvements (the “Project”) to real property
(“Property”) now owned by the Township of East Amwell and located within the Township of East Amwell in consideration of the
sum of _______________________ Dollars ($___________) to be paid by Owner which sum represents the final payment due
pursuant to a contract awarded on _________________ 20____, together with any amendments or change orders related thereto (all of
the foregoing being collectively referred to as the “Contract”, does hereby:
1.
Acknowledge that it has been paid in full for all materials, work, services and/or equipment furnished in connection with the
performance of the Contract or otherwise in connection with the construction of the Project.
2.
Waive and release any and all Municipal Mechanic’s Lien Claims and/or Notices of Unpaid Balance and Right to File Lien
and the like which Contractor has had or currently has, against or upon any portion of the project or Property for materials,
work, services and/or equipment provided ______________________________________ [insert filing information if any is
known].
3.
Agrees that if after the date hereof, there shall be evidence of any Lien filed (i) by the undersigned or (ii) any subcontractor or
supplier of the undersigned for which, if established, Owner might become liable or which might encumber title to the Property
or Project, the undersigned shall promptly discharge same, and indemnify, hold harmless and defend Owner against any loss,
damages, costs or expenses, including attorney’s fees, associated therewith.
4.
Contractor, for itself, its successors or assigns, releases and forever discharges Owner (and each of their partners,
shareholders, directors, officers, employees and agents) and each of their successors and assigns, from all claims, demands or
causes of action which it has had, currently has, or may in the future have, arising from or in any way relating to the Contract,
the Property or the Project.
IN WITNESS WHEREOF, the undersigned has duly set his hand and seal or caused its corporate seal to be affixed hereto and these
presents to be signed and attested by its duly authorized officers, on this __________________ day or __________________ 20___.
______________________________________
[NAME OF ENTITY]
ATTEST: By: ___________________________
[Name and Title]
______________________________
Secretary
(Corporate Seal)
STATE OF NEW JERSEY:
COUNTY OF :
On this ______________ day of ______________________ 20___, before me, a notary public, personally appeared
______________________, the __________________ of _________________, who I am satisfied is the person who signed the
foregoing instrument, and he did acknowledge that he signed this instrument and, if applicable, sealed with the seal of said
corporation, and delivered said instrument on his own behalf or as the officer above stated, and that the foregoing instrument is the
voluntary act and deed of said corporation by virtue of the authority of the Board of Directors of said corporation.
________________________
Notary Public
My Commission Expires ________
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-52 of 103
State of New Jersey
Department of Transportation
Special Provisions For
State Aid Projects
for the
Roadway Improvement Plan for MA-2024
Mountain Road Section 1
AND
Roadway Improvement Plan for MA-2025
Mountain Road Section 2
in the
Township of East Amwell
County of Hunterdon
FY 2019 Edition
Revision 37: October 2025
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-53 of 103
SPECIAL PROVISIONS
THIS PROJECT IS BEING PARTIALLY FUNDED THROUGH THE FOLLOWING NJDOT GRANTS:
• Roadway Improvement Plan for Mountain Road Section 1 (Municipal Aid 2024)
THE WORK INCLUDES OVERLAY OF SURFACE COURSE WITH PAVEMENT REPAIRS AS DIRECTED, INSTALLATION OF STORM
DRAINAGE PIPE, INLETS AND END SECTIONS, INLET GRATE UPGRADES, HMA DRIVEWAY OVERLAY, AND RESTORATION
ADJACENT TO THE EDGE OF PAVEMENT AS DIRECTED ON THE CONSTRUCTION PLANS IN COMPLIANCE WITH NJDEP’S
STORMWATER REGULATIONS.
AND
• Roadway Improvement Plan for Mountain Road Section 2 (Municipal Aid 2025)
THE WORK INCLUDES OVERLAY OF SURFACE COURSE WITH PAVEMENT REPAIRS AS DIRECTED, INLETS AND END SECTIONS,
INLET GRATE UPGRADES, HMA DRIVEWAY OVERLAY, AND RESTORATION ADJACENT TO THE EDGE OF PAVEMENT AS DIRECTED
ON THE CONSTRUCTION PLANS IN COMPLIANCE WITH NJDEP’S STORMWATER REGULATIONS.
AUTHORIZATION OF CONTRACT
The Contract for this project is authorized by the provisions of local public contracts law, NJSA 40A: 11-1 et seq.
SPECIFICATIONS TO BE USED
The 2019 Standard Specifications for Road and Bridge Construction, of the New Jersey Department of
Transportation (Department) as amended herein will govern the construction of this Project and the execution of
the Contract.
These Special Provisions consist of the following:
Pages SS-54 to SS-103 inclusive.
WAGE RATES
State wage rates may be obtained from the New Jersey Department of Labor & Workforce Development
(Telephone: 609-292-2259) or by accessing the Department of Labor & Workforce Development’s website at
https://www.nj.gov/labor/wagehour/wagerate/prevailing_wage_determinations.html. The State wage rates in effect at the time
of award are part of this Contract, pursuant to Chapter 150, Laws of 1963 (N.J.S.A. 34:11-56.25 et seq.).
In the event it is found that any employee of the contractor or any subcontractor covered by the contract, has been paid a rate
of wages less than the minimum wage required to be paid by the contract, the contracting agency may terminate the
contractor's or subcontractor's right to proceed with the work, or such part of the work, as to which there has been a failure to
pay required wages and to prosecute the work to completion or otherwise. The contractor and his sureties shall be liable to the
contracting agency for any excess costs occasioned thereby.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-54 of 103
GENERAL
All awards shall be made subject to the approval of the New Jersey Department of Transportation. No construction shall start
before approval of said award by the New Jersey Department of Transportation. Prior to the start of construction the contractor
must submit a Material Questionnaire (SA-11) listing all sources of materials. Any materials used on the project from a non-
approved New Jersey Department of Transportation source will be considered non-participating. The contractor is also notified
that the District Office, Division of Local Aid and Economic Development must be notified of the construction commencement
date at least three (3) calendar days prior to the start of construction.
Award of contract and subletting will not be permitted to, materials will not be permitted from, and use of equipment will not be
permitted that is owned and/or operated by, firms and individuals included in the report of suspensions, debarments and
disqualifications of firms and individuals as maintained by the Department of the Treasury, Division of Purchase & Property,
Contract Compliance & Administration, Trenton NJ 08625 (609-292-5400).
Payment for a pay item in the proposal includes all the compensation that will be made for the work of that item as described in
the contract documents unless the "measurement and payment" clause provides that certain work essential to that item will be
paid for under another pay item.
Whenever any section, subsection, subpart or subheading is amended by such terms as changed to, deleted or added it is
construed to mean that it amends that section, subsection, subpart or subheading of the 2019 Standard Specifications unless
otherwise noted.
Whenever reference to page number is made, it is construed to refer to the 2019 Standard Specifications unless otherwise
noted.
Henceforth in this supplementary specification whenever reference to the State, Department, ME, RE or Inspector is made, it is
construed to mean the particular municipality or county executing this contract.
Whenever reference to Title 27 is made, it is construed to mean Title 40.
The following information is located at the end of these Special Provisions:
1.
Small Business Enterprise Utilization on Wholly State Funded Projects. (State Funded Project Attachment 1)
2.
State of New Jersey Equal Employment Opportunity Special Provisions for Wholly State Funded Projects. (State
Funded Project Attachment 2)
3.
Requirements for Affirmative Action to Ensure Equal Employment Opportunity on Wholly State Funded Projects.
(State Funded Project Attachment 3)
4.
Investigating, Reporting and Resolving Employment Discrimination and Sexual Harassment Complaints on Wholly
State Funded Projects. (State Funded Project Attachment 4)
5.
Payroll Requirements for Wholly State Funded Projects. (State Funded Project Attachment 5)
6.
Americans with Disabilities Act Requirements for Wholly State Funded Contracts. (State Funded Project Attachment
6)
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-55 of 103
DIVISION 100 – GENERAL PROVISIONS
SECTION 101 – GENERAL INFORMATION
101.01 INTRODUCTION
THE FOLLOWING IS ADDED:
Pursuant to N.J.S.A. 27:1B-21.6, the Department intends to enter into a contract for the advancement of the
Project. However, sufficient funds for the Project may not have been appropriated, and only amounts appropriated
by law may be expended. Payment under the Contract is restricted to the amounts appropriated for a fiscal year
(FY).
Governing bodies have no legal obligation to make such an appropriation. There is no guarantee that additional
funds will be appropriated. Failure by governing bodies to appropriate additional funds will not constitute a default
under, or a breach of, the Contract. However, if the Department terminates the Contract or suspends work
because funds have not been appropriated, the parties to the Contract will retain their rights for suspension and
termination as provided in 108.13, 108.14, and 108.15; except as indicated below.
Do not expend or cause to be expended any sum in excess of the amount allocated in the current fiscal year's
Capital Program (as specified below). The Department will notify the Contractor when additional funding has been
appropriated. Any expenditure by the Contractor which exceeds the amount appropriated is at the Contractor's risk
and the Contractor waives its right to recover costs in excess of that appropriated amount.
The approved Local Aid Capital Program has an item with $ 162,976.00 for the construction of the Project.
101.03 TERMS
THE FOLLOWING IS ADDED TO THE FIRST SENTENCE OF THIS SECTION:
It is the intent of these amendments to the terms to change all references to the State of New Jersey (and its various
Departments and offices thereof) to the Township of East Amwell except in those circumstances where the State has
jurisdiction.
THE FOLLOWING TERM IS ADDED:
Full Traffic Access. All work is complete to allow safe unencumbered use of the final paved portion of roadway throughout the
project including but not limited to striping, RPMs, rumble strips, highway lighting, and traffic signals as determined by the RE.
Completion. When all of the following have occurred:
PART (1) IS CHANGED TO:
The Work has been satisfactorily completed in all respects according to the Contract including landscaping Items listed in
811.04, removal of SESC measures, FINAL CLEANUP, and repair of unacceptable work.
Federal Aid Project. Any agreement or modification thereof between NJDOT and any applicant and a person for
construction work which is paid for in whole or in part with funds obtained from the Federal government or borrowed on
the credit of the Federal government pursuant to any program involving a grant, contract, loan, insurance or
guarantee under which the NJDOT itself participates in the construction work.
Federal Aid Project Attachments. Attachments to the Contract Special Provision document, used for Federal Aid Projects.
ADD THE FOLLOWING TERM:
Wholly State Funded Project: Any agreement, contract or modification thereof between local public agencies and a person
for construction work which is paid for in whole or in part with funds obtained from the State government or borrowed on the
credit of the State government pursuant to any program involving a grant agreement, contract, loan, insurance or
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-56 of 103
guarantee. This term excludes any agreement, contract or modification for construction work which is paid for in whole or in
part with funds obtained from the Federal government.
THE FOLLOWING ADDS TO, REPLACES OR REVISES THE TERMS DEFINITIONS, AS INDICATED:
ACTUAL COST: The computed cost using calculations of direct labor, labor fringe benefits, indirect labor costs, insurance,
materials, extraordinary expenses, equipment, profit, overhead, and subcontractors.
ADDITIONAL COMPENSATION. A monetary payment(s), sought by the Contractor, premised upon:
(1) an adjustment or modification to the Contract pay item(s) for particular work or
(2) any or all forms of compensation over and above that which is specifically provided under the various individual Contract
Pay Items or Contract payment provisions.
BID. The offer or proposal of the Bidder submitted on the prescribed forms setting forth the prices for the work to be performed
BUSINESS DAY. A calendar day exclusive of Saturdays, Sundays, recognized holidays or Municipal or County office closing as
set forth the by the Owner.
CLERK. The Clerk of the governing body if the Owner is a County or Municipality.
COMMISSIONER. Change all references to the Owner.
COMPLETION. When all of the following have occurred:
•
The Work has been satisfactorily completed in all respects according to the Contract.
•
The Project is ready for use by the Owner as required by the Contract.
•
The Contractor has satisfactorily executed and delivered to the Engineer all documents,
including federal form FHWA-47 “Contractor’s Statement of Materials and Labor” according to 23CFR 635, for Federal
Funded Projects, certifications, and proofs of compliance required by the Contract Documents. The satisfactory
execution and delivery of said documents, certificates, and proofs of compliance is a requirement of the Contract.
DEPARTMENT. Change all references in the Standard Specifications to the “Owner.”
DEPARTMENT LAB. The testing lab under contract to the Owner or any other Testing Lab or qualified technical personnel
specified in the Supplemental Specifications, employed by the Engineer with the consent of the Owner.
DISPUTE (pertaining to a claim). A disagreement between the Owner and the Contractor with regard to the Work or Contract
Documents arising out of a claim by the Contractor for additional compensation or an extension of time.
DRAWINGS. The terms Drawings and Plans, as defined, are identical and interchangeable.
ENGINEER. The Owner's Engineer or his duly authorized representative.
EXTREME WEATHER CONDITIONS. When, solely as a result of adverse weather, the Contractor is not able to work, the
Contractor is entitled to claim the progress of Work has been affected by extreme weather conditions and may seek an
extension of Contract Time consistent with the provisions of Subsection 108.11.
HOLIDAYS. A legal holiday as recognized by the Owner.
ME. Delete any reference to ME in the Contract Documents. ---- See page 4 of 2019 Spec
MODIFICATION. The terms Modification and Supplementary Agreement, as herein defined, are identical and interchangeable.
NOTICE TO PROCEED. Form submitted by Owner authorizing Contractor to proceed with the Work defined under the Contract.
The Contractor must complete all work under the Contract and specified portions thereof within the time specified in the Notice
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-57 of 103
to Proceed and the Contract Documents. The Contract Time, upon award of the Contract, will be considered to be the essence
of the Contract
OBSERVER. The terms Observer and Inspector, as herein defined are identical and interchangeable.
ON-DUTY POLICE. The term “on-duty” with regard to municipal police will mean that the work of providing traffic safety services
will be an extension of regular employment for, and sanctioned by, the municipality, even if it is on an overtime pay rate basis.
The municipal police, while so working, will be covered by the municipality’s liability insurance coverage; and must have
successfully completed a traffic safety program approved by the Department.
OWNER. The Municipality, County, public body or authority, association, partnership, corporation, or individual for whom the
work is to be performed.
PLANS. The approved plans, profiles, typical sections, cross-sections, approved working drawings, and supplemental drawings,
or exact reproductions thereof, which show the location, character, dimensions, quantities, and details of the Work to be done.
This includes the latest version of all Standard Construction Details in effect at the time of Advertisement. Certified working
drawings are not considered part of the Contract Documents.
PROPOSAL. The term "Proposal" and "Bid Form" as herein defined are identical and interchangeable.
RE. Change all references in the Standard Specifications to the “Municipal Engineer”.
REMEDIATE. The term “remediate” means the process that is approved by the New Jersey Department of Environmental
Protection to address all regulated discharges.
SPECIFICATIONS. The compilation of provisions and requirements for the performance of prescribed work contained in the
Standard Specifications, Supplemental Specifications, and Special Provisions, and as modified by any Addenda which, before
the receipt of bids, are transmitted to prospective Bidders.
1. Standard Specifications. The term “Standard Specifications” means the 2019 Standard Specifications for Road and
Bridge Construction of the New Jersey Department of Transportation, which has been approved for general application
and repetitive use.
2. Supplemental Specifications. Approved additions and revisions to the Standard Specifications.
3. Special Provisions. Revisions to the Standard and Supplemental Specifications applicable to an individual project.
STATE. Change all references herein to the “Owner.”
WHOLLY STATE FUNDED PROJECT: Any agreement, contract or modification thereof between local public agencies and a
person for construction work which is paid for in whole or in part with funds obtained from the State government or borrowed on
the credit of the State government pursuant to any program involving a grant agreement, contract, loan, insurance or
guarantee. This term excludes any agreement, contract or modification for construction work which is paid for in whole or in part
with funds obtained from the Federal government.
101.04 INQUIRIES REGARDING THE PROJECT
THIS SUBSECTION IS CHANGED TO:
Submit inquiries regarding discrepancies, errors, or omissions, or concerns regarding the intent or meaning of the Contract to
the Township Engineer’s office as follows:
Robert S. O’Brien, PE
Van Cleef Engineering Associates
755 Memorial Parkway Suite 110
Phillipsburg, NJ 08865
Inquiries on company letterhead may also be forwarded by email to the following address:
robrien@vancleefengineering.com
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-58 of 103
Bid Phase/Before Award of Contract. Submit inquiries by e-mail or by separate letter directly to the contact provided in the
Contract Documents, including the following in each inquiry:
1.
Name of bidder.
2.
Telephone Number, fax number, e-mail address, and contact person.
3.
Specifics of the inquiry, including anticipated results.
The Owner will investigate the information provided in the inquiry and, if the Owner determines that a change or response is
necessary, the Owner will issue an addendum.
Requests for postponement of bids will not receive a response. The Engineer will issue an addendum postponing bids if
warranted.
2.
After Award of Contract.
Local Aid District 3 Office
Deval Desai, Senior Executive Service
1035 Parkway Avenue
PO Box 600
Trenton, NJ 08625
Telephone: 609-963-2020
SECTION 102 – BIDDING REQUIREMENTS AND CONDITIONS
102.01 QUALIFICATION TO BID
THE FIRST PARAGRAPH IS CHANGED TO:
The Bidder is an individual, firm, or corporation submitting a bid for the advertised Work. The Department will not
accept bids from Bidders who fail to meet all of the following criteria:
1.
The Bidder has been prequalified according to regulations covering the Classification of Prospective
Bidders as required by N.J.S.A. 27:7-35.1, et seq.
2.
Before the receipt of the bid or accompanying the bid, the Bidder has disclosed ownership as required by
N.J.S.A. 52:25-24.2.
3.
At the time the bid is delivered, the Bidder has an effective maximum and project ratings of not less than
the amount of its bid.
4.
If the Bidder is a corporation not incorporated in the State, the Bidder has been authorized to do
business in the State as required by N.J.S.A. 14A:15-2, et seq.
5.
For wholly State Funded Projects, the Bidder has a valid, current registration with the New Jersey
Department of Labor, Division of Wage and Hour Compliance as required by “Public Works Contractor
Registration Act,” N.J.S.A. 34:11-56.48, et seq.
THE FOLLOWING IS ADDED:
For all projects funded, in whole or in part, out of funds from the Local Aid program, each bidder on a construction contract
valued at more than $5,000,000 shall be prequalified by the New Jersey Department of Transportation.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-59 of 103
102.04 EXAMINATION OF CONTRACT AND PROJECT LIMITS
Project Manager:
Robert S. O’Brien, P.E., Township Engineer
Email Address:
robrien@vancleefengineering.com
Mailing Address:
755 Memorial Parkway, Suite 110 Phillipsburg, NJ 08865
THE ENTIRE SUBSECTION TEXT IS CHANGED TO:
The Bidder must carefully examine the Contract and the Project Limits of the proposed Project before submitting a bid. The
Contract Documents are not to be construed as an absolute representation or warranty of the existing conditions. The Bidder
must provide written notice to the contact specified in 101.04 of the Special Provisions, at least 24 hours in advance of any
visits to the Project Limits. The Bidder must ensure that staff visiting the Project Limits have proper identification.
If conditions of the Project Limits are inconsistent with the Contract or there are discrepancies, conflicts, errors, omissions, or
ambiguities within the Contract, the Bidder must immediately notify the Owner as specified in 101.04. The Bidder must evaluate
subsurface conditions to determine how these conditions may affect the methods and cost and time of construction. The Bidder
must evaluate, with respect to possible material sources, the quality and quantity of material available, applicable regulatory
requirements, and the type and extent of processing that may be required to produce material conforming to the requirements
of the Contract. It is understood and agreed that the Bidder has considered in its bid all of the permanent and temporary
utilities in their present, new, or relocated positions to the extent required by the Contract and as revealed by its own
investigations. It is also understood and agreed that the Bidder is aware that a Utility’s service demands, field conditions, and
emergencies may affect the Utility’s ability to comply with the proposed schedules for utility work.
The Owner makes no representation, warranty, or guarantee, expressed or implied, by making reports or interpretations
available. It is the Bidder’s responsibility to obtain the following information:
1.
Evaluation of Subsurface and Surface Conditions.
THE FOLLOWING IS ADDED:
International Roughness Index (IRI) Values of the Existing Roadway
Route
Direction
Mile Post
Existing IRI Value
From
To
No IRI Data provided by NJDOT Pavement Management Unit for Mountain Road
This information is the latest available IRI data of the right most through lane from the Pavement Management
Unit. The pavement information shown herein was obtained by the Department and is made available to the
authorized users only so that they may have access to the same inform
tion available to the Department. It is presented in good faith, but is not intended as a substitute for investigations,
interpretation, or judgment of such authorized users.
The Bidder may inspect the records of the Owner’s subsurface investigation, if available. This investigation is not a substitute for
the Bidder’s own evaluation or judgment in preparing a bid. The Bidder should not rely on any estimates or quantities included
in these investigations. The conditions indicated by such investigations or records thereof, and as shown by the cross-sections
in the Plans may not be representative of those existing throughout such areas. The Bidder may encounter materials other than,
or in proportions different from, those indicated.
2. Utility Agreements. In addition to what is specified in 105.07, the Bidder may inspect or request, if available, the Utility
agreements, modifications, and orders relating to the Contract. The Bidder must obtain information regarding existing utilities,
proposed construction of utilities, or relocation of utilities through the respective Utility.
3. Existing Plans and As-Builts. The Bidder may inspect as-built plans, if available, of Owner-owned facilities or order copies upon
written request.
Submission of a bid is confirmation that the Bidder has made an independent evaluation and examination and is fully aware of
the requirements of the Contract, including all restrictions. Further, the Bidder warrants that the bid prices include all costs to
complete the Work.
The Contractor agrees that he will make no claims for, or have any right to, damages or extension of time of completion of the
work because of misinterpretation or misunderstanding of the Contract Documents or because of lack of information.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-60 of 103
102.07 PREPARATION OF THE BID
OMIT THE LAST TWO PARAGRAPHS OF THIS SECTION FOR WHOLLY STATE FUNDED
PROJECTS
102.10 SUBMISSION OF THE BID
THE SECOND PARAGRAPH IS CHANGED TO:
The Bidder shall ensure delivery of its bid with all required components and attachments, including, but not limited
to the following:
1.
Schedule of Items.
2.
Proposal Electronic Bidding File with Bidder’s Certification.
3.
For wholly State Funded contracts, acknowledgement of compliance with the registrations specified in
102.01.
4.
Proposal Bond form.
5.
Other related documents as specified in the Contract.
6.
For Federal Aid Projects exceeding a bid amount of $100,000 or more, Bidder shall certify to the Byrd
Anti-Lobbying Act requirements under 31 USC 1352.
7.
For Projects subject to the New Jersey Prevailing Wage Act, N.J.S.A. 34:11-56.25 to .98, an
acknowledgement that the Bidder accounted for the prevailing wage rate in their bid pricing and that the
Bidder agrees to pay the prevailing wage rate if awarded the Contract.
THE FOLLOWING IS ADDED AT THE END OF THE SUBSECTION:
By submitting its bid to the Department, the Bidder warrants that no person or selling agency has been employed
or retained by the Bidder to solicit or secure such Contract upon an agreement or understanding for a commission,
percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or
selling agencies maintained by the Bidder for the purpose of securing business, for the breach or violation of which
warranty the Department shall have the right to annul such Contract without liability or in its discretion to deduct
from the contract price or consideration the full amount of such commission, percentage, brokerage or contingent
fee as required by
N.J.S.A. 52:34-15.
102.13.01 BIDDER PRE-AWARD REQUIREMENTS
A. Federal Aid Projects
This section intentionally left blank.
PART C IS CHANGED TO:
C.
All Projects. Prior to the time of contract award:
1. Submit proof of business registration with the Division of Revenue and Enterprise Services in the New
Jersey Department of Treasury as required by N.J.S.A. 52:32-44. Information on how a business can
register and obtain proof of business registration can be accessed on the internet at www.nj.gov/njbgs.
2. On the Disclosure of Investment Activities in Iran (Form DC-16) provided by the Department, certify
pursuant to N.J.S.A. 52:32-58, that neither the Bidder, nor one of its parents, subsidiaries, and affiliates
(as defined in N.J.S.A. 52:32-56(e)(3)), is listed on the Department of the Treasury's List of Persons or
Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the
investment activities set forth in N.J.S.A. 52:32-56(f). If the Bidder is unable to certify, the Bidder shall
provide a detailed and precise description of such activities to the Department.
THE FOLLOWING IS ADDED IN PART C:
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-61 of 103
3. On the "Certification of Non-Debarment Form" provided by the Department, certify pursuant to
N.J.S.A. 52:32-44.1, that neither the Bidder, nor its affiliates are debarred at the federal level from
contracting with a federal government agency. The Department shall not make, negotiate, or award a
contract to any bidder that does not provide the above certification. Instructions on submitting the form
may be found on the Department's Electronic Bidding website and the Department's website. In addition,
all Bidders must register with the federal System for Award Management (SAM) prior to contract award. ln
order to comply with this requirement, Bidders must register in SAM at https://www.sam.gov and the
Department will verify the successful Bidder's registration in SAM prior to contract award.
THE FOLLOWING IS ADDED IN PART C:
4.
On the “Certification of Non-Involvement in Prohibitive Activities in Russia or Belarus Form” provided by
the Department, certify pursuant to N.J.S.A. 52:32-60.1, that neither the Bidder nor its affiliates are
engaged in prohibited activities in Russia or Belarus as defined therein.
THE FOLLOWING IS ADDED IN PART C:
5.
Submit proof of valid Public Works Contractor Registration issued by the New Jersey Department of
Labor, Division of Wage and Hour Compliance according to N.J.S.A. 34:11-56.48, et seq.
THE FOLLOWING IS ADDED TO PART C:
6.
N.J.S.A. 34:1A-1.16 authorized the New Jersey Department of Labor and Workforce Development
(NJDOL) to create a list on its website, dubbed the Workplace Accountability in Labor List (WALL), of any
person found in violation of any State wage, benefit, and tax laws and against whom a final order has
been issued by the NJDOL for such violation. Any person or business named on the WALL is prohibited
from contracting with the Department until that person or business has been removed from the WALL.
The WALL is found at https://www.nj.gov/labor/ea/osec/wall.shtml
102.15 DISQUALIFICATION OF BIDDERS
THE SECOND PARAGRAPH IS CHANGED TO:
The Department will disqualify a Bidder and reject a bid submitted by that Bidder if the Bidder is determined by the
Department to lack responsibility. Factors demonstrating a lack of responsibility include, but are not limited to:
1.
Evidence of collusion among Bidders.
2.
Uncompleted work, which in the opinion of the Department, might hinder or prevent completion of
additional work if awarded.
3.
Failure to submit at time of bid or within 5 days of bid opening, a completed and signed CR-266 –
Schedule of Disadvantaged Business Enterprise/Emerging Small Business Enterprise/Small Business
Enterprise Participation.
4.
Failure to submit within 5 days of bid opening, proof of documented evidence of good faith efforts to
meet the Contract goal, if the Bidder fails to meet the Contract DBE, ESBE or SBE goal.
5.
Failure to submit within 5 days of bid opening, a completed and signed Confirmation of DBE/ESBE/SBE
Firm (Form CR-273) for each DBE/ESBE/SBE firm listed on the CR-266. The Bidder shall not complete
any portion of the CR-273 form.
6.
Failure to submit within 5 days of bid opening, a completed and signed DBE/ESBE/SBE Trucking
Verification (Form CR-274) for each DBE/ESBE/SBE firm listed on the CR-266, if applicable. The Bidder
shall not complete any portion of the CR-274 form.
7.
Failure to submit within 5 days of bid opening, a completed and signed DBE/ESBE/SBE Regular
Dealer/Supplier Verification (Form CR-272) for each DBE/ESBE/SBE Regular Dealer/Supplier listed on
the CR-266, if applicable. The Bidder shall not complete any portion of the CR-272 form.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-62 of 103
8.
Failure of the Bidder to meet the Contract DBE, ESBE, or SBE goal as determined by the DCR/AA, or
make adequate good faith efforts to do so.
9.
Failure of the Bidder to acknowledge that the prevailing wage rate is accounted for in their bid pricing
and that the Bidder agrees to pay the prevailing wage rate, if awarded the Contract, for Projects subject
to the New Jersey Prevailing Wage Act, N.J.S.A. 34:11-56.25 to .98,
10. Submission of a materially unbalanced bid. A materially unbalanced bid is a bid where there is a
reasonable doubt that award to the Bidder submitting a mathematically unbalanced bid, which is
structured on the basis of nomi
-al prices for some work and inflated prices for other work, will result in the lowest ultimate cost to the
Department.
11. Lack of competency or lack of adequate machinery, plant, or other equipment.
12. Unsatisfactory performance on previous or current contracts.
13. Questionable moral integrity as determined by the Attorney General of New Jersey or the Department.
14. Any other outward actions or lack of action that demonstrates the Bidder is not responsible.
15. Disqualification, suspension, or debarment of an individual, firm, partnership, corporation, joint venture,
or any combination as required by N.J.A.C. 16:44-11.1 for state projects.
16. Disqualification, suspension, or debarment of an individual firm, partnership, corporation, joint venture,
or any combination as required by N.J.A.C. 16:44-11.1 or Federal Government’s System for Award
Management (SAM), located at https://www.sam.gov/SAM/ for federally assisted contracts.
17. If the bidder is Federally debarred pursuant to N.J.S.A. 52:32-44.1.
THE FOLLOWING IS ADDED TO THE SECOND PARAGRAPH:
18. The Bidder is listed on the Workplace Accountability in Labor List (WALL), prohibiting the Bidder from
public contracting under N.J.S.A. 34:1A-1.16, the law establishing the WALL.
SECTION 103 – AWARD AND EXECUTION OF CONTRACT
103.01 AWARD OF CONTRACT
THE ENTIRE SUBSECTION TEXT IS CHANGED TO:
The Contract will be awarded to the lowest responsible bidder whose Proposal conforms in all respects to the requirements set
forth in the Contract Documents. The Owner reserves the right to award and/or reject the Base Bid and/or Alternate Bids as
deemed to be in the best interest of the Owner. In case of tie bids, the Owner must have the authority to award the Contract to
the bidder selected by the Owner in its discretion or rebid the project.
The Contract must consist of the signed bid of the bidder, the General and other specifications prescribed, the resolution of the
Owner accepting the bid, and the form of contract attached to the bidding documents.
The award of the Contract(s) or the rejection of the bid(s) will be made within 60 days of the date of opening of bids. If the
Owner deems it to be in its best interest to extend the time within which to award the Contract by an additional 30 days, it must
request, in writing, that each bidder consent to such extension. Any bidder who agrees to such extension must so signify by
advising the Owner, either orally or in writing, within three (3) days after the receipt of the Owner's request. In the event of such
extension, the Owner will make the award or reject such bids on or before the 90th day after the date of opening of the bids.
103.03 RELEASE OF PROPOSAL BOND
THE TITLE OF THIS SUBSECTION IS CHANGED TO:
103.03 RELEASE OF BID BOND
THE ENTIRE SUBSECTION TEXT OF 103.03 IS CHANGED TO:
All Bid Bonds except those of the three (3) lowest bidders will be returned within three (3) State business days after receipt of
bids.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-63 of 103
The Bid Bond of the three (3) lowest bidders will be returned within ten (10) business days after the Contract, Performance
Bond, and Payment Bond have been executed and delivered in accordance with these provisions, or if not executed, when other
disposition of the matter will have been made by the Owner. However, when the award or conditional award of Contract is
annulled due to the failure of the bidder (to whom award will have been made) to execute and deliver the Contract, then the Bid
Bond of such bidder must become forfeited, and the Owner may proceed to recover under the terms and conditions of the Bid
Bond, as provided under Section 103.06.
If no Contract has been executed within sixty (60) calendar days of the date of opening of bids, then upon demand of any
bidder, the Owner must return his Bid Bond; provided, however, that the bidder making such demand has not been notified of
the acceptance of his proposal and, provided further, that an extension of time has not been agreed to in accordance with
N.J.S.A. 40A:11-24.
103.04 EXECUTION OF THE CONTRACT
THE ENTIRE SUBSECTION TEXT IS CHANGED TO:
Within ten (10) days of the award of Contract, the bidder must deliver to the Owner the Performance Bond and Payment Bond
as specified herein, Certificates of Insurance, executed Contract, and any other submittal required by the Contract Documents.
Once the Owner contracts with the successful bidder, then no later than three (3) days after the bidder signs said contract, the
bidder must submit the Initial Project Workforce Report to the Affirmative Action Office, Department of the Treasury, State
House, PO Box 1829, Trenton, New Jersey, 08625. A copy of the bidder's letter directing said form(s) to the Affirmative Action
Office and a copy of the form(s) must be supplied to the Owner at the time same is sent.
Said original form(s) and Contract Documents must be supplied to the successful bidder by the Owner's Counsel at the time of
the Award of Contract.
An otherwise successful bid will be rejected as non-responsive if the successful bidder fails to submit the above within the
required time.
After adoption of a resolution accepting the bid, the Contractor will be advised by the Owner of acceptance, and a copy of the
resolution will be supplied. The Contractor must forthwith obtain required Performance Bond and Payment Bond and Insurance
Certificates required by the specifications and deliver to the Owner's Counsel said Performance Bond and Payment Bond,
Insurance Certificates and executed Contract within the time limit set forth herein. Failure to return the executed Contract,
Performance Bond and Payment Bond and Insurance Certificates within the time set forth herein will constitute a default, and
the Owner may, on three (3) days notice, declare the Contractor in default and award the Contract to the next lowest bidder.
The defaulting Contractor and its surety will be responsible to the Owner for any loss sustained by the Owner.
103.05 ESCROW BID DOCUMENTS
103.05.A ESCROW BID DOCUMENTS
REVISE SECTION 103.05.A TO THE FOLLOWING:
Purpose. The bid documents are the supporting information, calculations, quotes, and other information used to
prepare the bid. The Department may use the Contractor’s bid documents to negotiate changes and claims if they
are escrowed and a signed custody agreement is provided. The information contained in the bid documents does
not modify the terms and conditions of the Contract. If the Contractor fails to escrow bid documents within the time
specified in 103.04, the Department will not make payment for a disproportionate allocation of costs for work for
which no Item is provided in the Contract, as specified in 102.08, in the renegotiation of costs of Items when there
is a major decrease in quantity
SECTION 104 – SCOPE OF WORK
104.02 VALUE ENGINEERING
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-64 of 103
THE ENTIRE SUBSECTION TEXT IS DELETED:
104.03 CHANGES OF THE CONTRACT
104.03.01 Authority to Make Changes
The Department has the right to make changes to the Work at any time, including altering the Contract, altering the
requirements of an Item, increasing, or decreasing the quantities of any Item, or deleting any Item. Such changes
neither invalidate the Contract, nor release the Surety. The Contractor agrees to perform the Work as changed. If
the Contractor does not perform, or refuses to perform the Work as changed, the Department may perform the
work with its own forces. If the Department mobilizes its forces to perform the work, the Contractor agrees to pay
the Department’s cost of performing the work including the cost of material and labor used and the actual costs for
police traffic protection and maintenance and protection of traffic as specified in 107.16.
104.03.02 Protests to Change Orders
THE SUBPART IS CHANGED TO:
If the Contractor disagrees with any terms or conditions set forth in a Change Order, submit a written protest to the
Department within 30 days after the date of receipt of the Change Order.
A protest is notice that the terms and conditions for proposed work are not in accordance with the Contract,
quantity adjustments are incorrect, or that the modification for Contract Time is incorrect. A protest is not a
substitute for notice as specified in 104.03.04. Providing a protest within 30 days after the date of the receipt of a
Change Order may not meet the requirements of 104.03.04 or N.J.S.A 59:13-5 and the Department will not make
payment for the costs of a claim if recovery is barred by other provisions in the Contract.
In the protest, list the points of disagreement, and, if possible, the specification references, quantities, and costs
involved. Ensure that the protest is a specific, detailed statement of the points of disagreement. The Department
will reject general protests. If the Department rejects a protest for being a general protest, provide a specific,
detailed statement within 7 days of such rejection.
Regardless of whether the Contractor’s assent is required, if the Contractor refuses to sign the change order or
submit an acceptable written protest within 30 days after the date of receipt of the Change Order or within 7 days
of the initial rejection of a protest, the Department will make payment and modify Contract Time as set forth in the
Change Order. Such payment is full payment for all work included or required by the Change Order and is
conclusive as to any Contract Time modifications provided for therein or in establishing that no Contract Time
modification was warranted.
When the Contractor signs a change order and the Department processes the Change Order within 15 days of
receiving the Contractor’s signature, the Contractor is barred from protesting the Change Order.
Protest does not relieve the Contractor from the obligation to proceed with work directed by an approved Change
Order.
104.03.03 Types of Changes
1.
Quantity Increases and Decreases.
THE SECOND PARAGRAPH IS CHANGED TO:
For minor changes in quantity, the Department will make payment for the quantity of the Item performed
at the bid price for the Item. Construction layout is included in the price of the original work.
3.
Changes in the Character of Work.
THE THIRD PARAGRAPH IS CHANGED TO:
If a modification cannot be reached by agreement, the Department will make payment, only for the
change in work, by force account as specified in 104.03.08.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-65 of 103
104.03.07 Tracking Costs
THE FIRST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
For all work directed to be paid for by force account, track and maintain complete records to provide a clear
distinction between the costs for the Force Account work and the costs for other operations. For costs which the
Contractor will pursue reimbursement through a Notice or Claim, track and maintain complete records in Force
Account style making a clear distinction between Contract work and the work related to the alleged changed
condition.
104.03.09 Delay Damages
1.
Non-Productive Activity. The Department will make payment for the following non-productive activities:
PART E IS CHANGED TO:
e.
Equipment. If as the result of the delay, the equipment cannot be used for any active work, and is
directed by the RE to remain on the work site during the delay, the Department will make payment
as specified in 104.03.08.7.a.5. If as the result of the delay, the RE determines that the equipment
cannot be used for any active work, the RE may request the Contractor to remove the equipment.
The Contractor may remove the equipment from the work site or allow it to remain. If the
equipment is removed from the work site, the Department will make payment for labor and
equipment costs to remove the equipment and to return it to the work site at the end of the delay
period. If the equipment remains, the Department will not make payment for the equipment as
specified in 104.03.08.7.
If the equipment is required for additional maintenance within the Project Limits, maintenance of
traffic control devices, maintenance of SESC measures, and similar activities resulting from the
delay and approved by the RE, the Department will make payment as specified in 104.03.08.7.
THE FOLLOWING IS ADDED:
4.
Equipment Escalation. If, as the result of the delay, equipment use, which had a planned late-finish date
occurring before an equipment rate increase date, is required to start after the equipment rate increase
date, the Department will make payment for the following:
a.
Contractor owned equipment. Equipment costs as specified in 104.03.08 at the higher rate as
evidenced by a comparison of the Blue Book rate between the planned late finish date for the work
and the Blue Book rate when the work was required because of the delay.
b.
Rented equipment. Equipment costs as specified in 104.03.08 at the higher rate as evidenced by
a comparison of rental agreements, including paid invoices, between the planned late finish date
for the work and the date the work was required because of the delay. If rental agreements and
paid invoices are not available, provide quotes from the rental company for both dates.
SECTION 105 – CONTROL OF WORK
105.01 AUTHORITY OF THE DEPARTMENT
105.01.01 RE
REVISE THE SECOND PARAGRAPH TO:
Unless otherwise specified, send correspondence with the Department to the RE. Where correspondence is specified to be
directed to persons other than the RE, send a copy to the RE. Ensure that correspondence complies with the following:
1.
Assign every correspondence sent to the Department a unique correspondence serial number in the subject line,
numbered sequentially beginning with Contractor Correspondence No. 1.
2.
If the correspondence includes a request for information or asks for an interpretation of the Contract, also assign a
unique RFI serial number in the subject line numbered sequentially beginning with RFI-1.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-66 of 103
3.
If the correspondence constitutes a notice of change, assign a unique change notice serial
number in the subject line numbered sequentially beginning with Change Notice No. 1. For
subsequent correspondence referring to a change notice or to the events that are the subject of a
previous change notice, refer in the subject line to the original change notice number.
105.01.03 Contractor Performance Evaluation
REVISE SECTION 105.01.03 TO:
This section intentionally left blank.
105.02 RESPONSIBILITIES OF THE CONTRACTOR
105.02.02
Superintendent
THE FOLLOWING IS ADDED:
The Superintendent must not be removed from the work or replaced without acceptance by the Municipal Engineer of a
satisfactory replacement as Superintendent.
105.02.05 Civil Rights Requirements
REVISE SECTION 105.02.05.1 TO THE FOLLOWING:
1. Federal Aid projects. This section intentionally left blank.
REVISE THE FIRST LINE OF SECTION 105.02.05.2 TO THE FOLLOWING:
2. Wholly State Funded Contracts. When applicable for wholly State Funded contracts under the jurisdiction
of New Jersey Statutes N.J.S.A. 10:5-31 et seq., State EEO regulations and goals apply as specified in
State Funded Project Attachments 1 to 6 of the Special Provisions.
a.
Small Business Goals for This Project
THE LAST PARAGRAPH IN PART A IS CHANGED TO:
If the Contractor fails to meet the Contract SBE goal, without demonstrating an adequate GFE as
determined by DCRAA, the Department will make a payment reduction from the total amount of
payments made to the Contractor equal to the value of the SBE goal not attained as follows:
Value of SBE Goal Payment Reduction = (CG – AG) x CP
Where:
CG =
Contract SBE Goal percentage, or approved SBE commitment, or if modified by the Department,
the Modified SBE Contract Goal percentage.
AG =
Attained SBE Goal percentage = (total dollar amount paid to SBE suppliers and SBE subcontractors
divided by CP) plus the percent value attributed to the Contractor’s GFE approved by the
Department.
CP =
Total Adjusted Contract Price less the payment adjustments for PERFORMANCE BOND AND
PAYMENT BOND, and changes not associated with actual work including but not limited to
incentives/disincentives, bonuses/penalties, acceleration, and portions of settlements not
associated with work.
THE LAST SENTENCE OF THE SIXTH PARAGRAPH IS CHANGED TO:
When the Contract SBE goal or the approved SBE commitment is revised due to changes in firms,
type of work, work items or subcontract amounts, and for each Field / Change Order that revises
the Contract’s dollar value, submit to DCR/AA to determine if and how these changes will apply to
the Contract DBE Plan/Program:
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-67 of 103
THE FOLLOWING IS ADDED AT THE END OF PART A:
If the Contractor fails to meet the Contract SBE goal and DCR/AA deems its GFEs insufficient, the
Department will provide the Contractor with an opportunity for an in-person meeting or written
review of information and documentation provided with its Final SBE Report (Form CR 268). The
Contractor will be required to make its case based on information it provided with Form CR 268. No
new SBE evidence (e.g. revised CR 268 or introduction of new information/documentation) will be
considered. The Contractor may make a request for an in-person meeting or written review in
writing to the New Jersey Department of Transportation, Director, Division of Procurement, PO Box
605, Trenton, New Jersey, 08625-0605. The Contractor must specify one of the following in their
request:
(i)
Written Review by the Department. If the Contractor seeks written review by the
Department, it must submit written documented evidence or argument proving the
Contractor submitted adequate good faith efforts; and include a narrative on what
information DCR/AA failed to consider and/or where the regulations/rules were
misapplied.
(ii)
In-Person Meeting. If the Contractor seeks an in-person meeting by the Department, it
must submit a written request for a meeting along with written documented evidence or
argum
(iii)
nt proving the Contractor submitted adequate good faith efforts; and include a narrative on
what information DCR/AA failed to consider and/or where the regulations/rules were
misapplied. The in-person meeting will be scheduled by the Department as soon as time
permits.
105.03 CONFORMITY WITH THE CONTRACT
REVISE THE FIRST SENTENCE OF THE FIRST PARAGRAPH TO: In the event the Contractor discovers a discrepancy, error,
omission, or ambiguity in the Contract, or if the Contractor has any doubt or question as to the intent or meaning of the
Contract, the Contractor must immediately notify the RE.
REVISE THE FOURTH SENTENCE OF THE SIXTH PARAGRAPH TO: If the Department loses funding for the nonconforming work,
on the basis of permitting nonconforming work to remain, the Department will not pay for the work permitted to remain in
place.
105.05 WORKING DRAWINGS
TABLE 105.05-1 IS CHANGED TO:
Table 105.05-1 – Working Drawing Submission Category
Certified
Approved
Breakaway I-Beam GA Sign Support Posts
Catalog Cuts (related to landscape Items)
Bridge Drainage
Change in Structural Steel Details
Bridge Railing and Fencing Anchorage System
Change of Prestressed Concrete Strand Patterns
Catalog Cuts
Demolition Plans
Composite Piles
Erection Plans
DMS Sign Support Structure
High Load Multi-Rotational (HLMR) Bearings
DMS Standard Ground Mounted
Isolation Bearings
Elastomeric Bearings Pads
ITS System Drawings, including Block Diagrams
Electrical Items Not Pre-Qualified
Machinery and Electrical Items for Movable Bridges
Expansion Joint Assemblies (except Modular Expansion
Joint Assemblies)
Mechanically Stabilized Earth (MSE) Walls
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-68 of 103
Precast Prestressed Concrete Beams and Piles Fabrication
Modular Expansion Joint Assemblies
Reinforced Elastomeric Bearings
Other work shown on the Plans as conceptual
Sign Legends
Precast Concrete Arch Structures
Sign Support Structures
Precast Concrete Box Culverts
Structural Steel Fabrication
Prefabricated Modular Walls
Stay-In-Place Forms
Temporary Sheeting and Cofferdams
Temporary Shielding
Temporary Structures
Value Engineering Plans
1.
Certified Working Drawings.
THE LAST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
The Owner will require 5 days for review and certification or rejection and return of certified working drawings.
2. Approved Working Drawings.
THE LAST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
The Department will require 5 working days for review and approval or rejection and return of working drawings.
105.07.01 Working in the Vicinity of Utilities
A.
Initial Notice.
B.
Locating Existing Facilities.
2.
Fiber Optic Markout Form is available at:
http://www.state.nj.us/transportation/eng/elec/ITS/requests.shtm.
Bureau of Traffic Operations, North Region (TOCN)
670 River Drive
Elmwood Park, NJ 07407-1347
Telephone: 732-697-7360
3.
Bureau of Electrical Maintenance, North Region
200 Stierli Court
Mt. Arlington, NJ 07856-1322
Telephone: 973-601-6650
C.
Protection of Utilities.
THIS SUBSECTION IS DELETED
105.07.02 Work Performed by Utilities
THIS ENTIRE SUBSECTION IS DELETED
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-69 of 103
THE FOLLOWING SUBSECTION IS ADDED:
105.11 CONSTRUCTION LAYOUT
THE LAST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
Perform a site investigation within the Project Limits to locate existing ROW markers, property markers, survey
control markers, and monuments. Before beginning construction operations, protect ROW markers, property
markers, survey control markers, and monuments from disturbance and destruction. Notify the RE of the location
of property markers and monuments that are in danger of being removed or disturbed and tie to fixed points or
locate from established contract control. Do not remove or disturb existing ROW markers, property markers, survey
control markers, and monuments until obtaining RE approval. Record and provide a report of the findings of the
site investigation to the RE.
Before removing a monument that is not owned by the Department, notify the agency to which the monument
belongs of the need to remove the monument. Provide the RE with copies of correspondence with the agency, as
well as the agency’s written requirements or guidelines for setting monuments.
If a monument or marker is disturbed or removed without RE approval, the Contractor is responsible for
reimbursing the Department for the cost to replace the monument.
Perform layout for the construction of the Contract using the control points and data shown on the Plans. Perform
layout under the direct supervision of a licensed land surveyor. Preserve control points throughout the duration of
the Project. Reset control points that are damaged, lost, displaced, or removed.
Before beginning construction operations, verify the vertical and horizontal controls provided in the Plans using, at
a minimum, third-order, Class I accuracy procedural standards and equipment. Notify the RE in writing of
discrepancies or errors and obtain resolution before proceeding with the work. Upon request, provide the RE with
survey notes and calculations related to the field control verification.
Before beginning construction operations, establish lines for ROW, easement, and other restrictions, such as
boundaries for environmentally sensitive areas to define the limits of construction and temporary operations.
Establish limits of tree protection and other vegetation to be preserved. Do not encroach on private property,
except as allowed by easements. Document existing site conditions, including vegetation, in areas to be used for
excavation, temporary construction, storage, parking, movement of equipment, field office, etc. which will have to
be later restored to pre-existing conditions. Provide documentation, including photographs, to the RE.
Provide the Utilities with the layout needed to install relocated utility facilities and coordinate the Work. Ensure that
relocated facilities do not conflict with proposed construction, including High Voltage Proximity Act conflicts.
Establish the exact location of the Work from the control points. Reference the Work to baselines that are
established from the control points. Maintain baselines until Completion.
Provide and maintain offset baseline stakes for roadways, ramps, jughandles, and turnarounds outside the limits of
grading and construction. Set offset stakes at a maximum interval spacing of 50 feet. Where baselines have a
radius of less than 475 feet, provide offset stakes at a maximum interval spacing of 25 feet. Identify and mark
each stake to show the offset distance from the baseline and provide grade sheets to the RE showing the cut or fill
to the finished profile lines with reference to the offset stakes. Provide grade sheets for construction of subbase
that include calculations to establish the typical cross section from the profile grade stake. Provide adequate and
accurate offset lines during construction that requires occupation of the baseline points by construction operations.
Provide the RE with assistance as requested for verification of lines, grades, boundaries, dimensions, and
elevations.
Construct the Work to the dimensions and tolerances noted within the Contract. Except where otherwise noted,
construct subbase, base courses, pavements, and structures to within 1/4 inch of the elevations, stations and
offsets noted in the Contract. If work does not conform to the tolerances allowed, the Department may consider
the work to not be in conformance with the work as specified in 105.03.
For each bridge and sign structure within the Project Limits, provide the RE as-built measurements of the minimum
vertical underclearance at each lane line, shoulder line, curb line, and edge of pavement line under a structure to
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-70 of 103
the nearest hundredth of a foot. For each bridge structure, provide vertical underclearance measurements at each
fascia beam and the portions of the structure that govern the minimum vertical underclearance. Provide minimum
vertical underclearance measurements prior to the completion of each stage of construction. Notify the RE in
writing of any discrepancies, errors, or deviations from plan dimensions and clearances prior to opening any bridge
or structure or any portion thereof to traffic.
Upon request, provide the RE with survey notes and calculations related to the alignment and horizontal and
vertical control, and field notes to document the ROW, including easements and monument locations. Maintain
survey notes in a bound field notebook in a professional manner.
The Department will not make payment for survey, stakeout, and layout. The cost is to be distributed across the
various items of work and to be included in extra work as may be added to the Contract.
If the Department discovers survey errors, including errors that should have been detected during verification of
controls provided in the plans, the Department will deduct the costs of checking and correcting these errors from
any money due to the Contractor.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-71 of 103
SECTION 106 – CONTROL OF MATERIAL
THE SECTION HEADING IS CHANGED TO:
SECTION 106 – CONTROL OF MATERIAL AND EQUIPMENT
106.01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS
THE FIRST PARAGRAPH IS CHANGED TO:
Ensure that materials furnished for the Project are new, unless otherwise specified in the Contract. Comply with
2 CFR 200.323 – Procurement of recovered materials, ensuring that materials furnished for the Project contain,
“the highest percentage of recovered materials practicable,” where the purchase price of the covered item listed
exceeds $10,000. Use materials that conform to the requirements of the Contract. When required by the
Contract, use only products and suppliers listed on the QPL. Use sources of materials that have been approved by
the Department on a Materials Questionnaire as specified in 106.04.
THE FOLLOWING IS ADDED TO THE END OF THE SUBSECTION:
For telecommunication and video surveillance services or equipment a certification is required to confirm that the
telecommunication and video surveillance services or equipment are not from companies as listed in 2 CFR
200.216. Ensure that the certification includes the statement that all telecommunication and video surveillance
services or equipment proposed in this project are not produced by companies as listed in 2 CFR 200.216.
106.02 DEPARTMENT-FURNISHED MATERIAL
THE ENTIRE SUBSECTION IS DELETED
106.03 FOREIGN MATERIALS
THE SUBSECTION HEADING IS CHANGED TO:
106.03 FOREIGN MATERIALS AND EQUIPMENT
1.
Wholly State Funded Projects
THE ENTIRE TEXT IS CHANGED TO:
Due to the requirements of MAP-21 (Moving Ahead for Progress in the 21st Century Act), comply with the Federal Aid
Project requirements specified under Subpart 2
REMOVE SECTION 106.03.2 Federal Aid Projects
THE FOLLOWING IS ADDED TO THE END OF THE SUBSECTION:
Comply with 2 CFR 200.216 Prohibition on Certain Telecommunication and Video Surveillance Services or
Equipment.
Do not provide Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or
any subsidiary or affiliate of such entities). Do not provide video surveillance and telecommunications equipment
produced by Hytera Communications Corporation, Hanghzou Hikvision Digital Technology Company, or Dahua
Technology Company (or any subsidiary or affiliate of such entities). Do not provide Telecommunications or video
surveillance services provided by such entities or using such equipment.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-72 of 103
Do not provide Telecommunications or video surveillance equipment or services produced or provided by an entity
that the Secretary of Defense, in consultation with the director of the National Intelligence or the Director of the
Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected
to, the government of a covered foreign country.
Do not provide any equipment assembled by others that has an integral component that was manufactured and
supplied by the aforementioned companies.
106.07 CERTIFICATION OF COMPLIANCE
106.07.01 Certification of Compliance
THE FIRST PARAGRAPH IS CHANGED TO:
Submit manufacturer’s Certifications of Compliance stating that the materials and assemblies fully comply with the
requirements of the Contract when required by the Contract or requested by the Department, except for materials
and assemblies that are temporary and not incorporated into the final construction and are not iron or steel such
as sheeting and bridge assemblies. The State reserves the right to determine if a specific material or assembly
meets this provision.
THE THIRD PARAGRAPH IS CHANGED TO:
Before incorporating the materials into the Project, obtain 3 copies of the manufacturer's Certifications of
Compliance for materials, components, and manufactured items that are accepted by certification. Retain 1 copy
and submit 2 copies to the RE. With the Certification of Compliance, provide a DC-1811, Certificate of Compliance
Cover Sheet, identifying the Item for which it is submitted. For products that contain steel or iron, attach additional
documents as required by the certification procedures as specified in 106.07.02. The Contractor may submit the
Certifications of Compliance electronically to the RE in a scanned document. Include the DC-1811 and all backup
documentation in the scanned document.
106.09 SUBSTITUTES FOR PROPRIETARY ITEMS
THIS SUBSECTION IS DELETED
106.10 USE OF UNITED STATES FLAG VESSELS
THE ENTIRE TEXT IS CHANGED TO: This section intentionally left blank.
SECTION 107 – LEGAL RELATIONS
107.11 RISKS ASSUMED BY THE CONTRACTOR
THE ENTIRE TEXT IS CHANGED TO: This section intentionally left blank.
107.12 THE CONTRACTUAL CLAIM RESOLUTION PROCESS
REPLACE THIS SECTION WITH: This section intentionally left blank.
107.13 LITIGATION OF CLAIMS BY THE CONTRACTOR
REPLACE THIS SECTION WITH: The Department will not participate in litigation between the RE and the Contractor.
107.14 PATENED DEVICES, MATERIALS, AND PROCESSES
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-73 of 103
REMOVE THE SECOND PARAGRAPH OF THIS SECTION
107.15 TAXES
REVISE THE THIRD SENTENCE OF THE FIRST PARAGRAPH OF THIS SECTION TO: The sales tax exemption does not apply to
equipment used for Contract work.
SECTION 108 – PROSECUTION AND COMPLETION
108.01 SUBCONTRACTING
REMOVE SENTENCE FOUR OF PARAGRAPH TWO OF THIS SECTION.
1.
Values and Quantities.
THE FOLLOWING IS ADDED TO THE FIRST PARAGRAPH:
a.
There are no Specialty Items in this Project.
REMOVE PARAGRAPH FOUR OF SECTION 108.01
REVISE SECTION 108.01.2.C LIMITS AND RESTRICTIONS TO THE FOLLOWING:
c.
The Contractor is barred from subcontracting to firms and individuals suspended or
debarred by the Department or included in the State of New Jersey Consolidated Debarment Repart
maintained by the Department of the Treasury, Division of Buildings and Construction, Bureau of
Contractor Prequalification. The Contractor must certify that neither the individual, partnership,
corporation, joint venture, or limited liability corporation applying to do subcontract work nor any of its
corporate officers, stockholders, partners, or members are collectively or individually suspended,
debarred, proposed for debarment, disqualified, declated ineligible, or voluntarily excluded from doing
business by this or any other State or sub-division thereof or listed in the Federal Government’s System for
Award Management (SAM), located at: https://sam.gov/content/exclusions.
REVISE SECTION 108.01.3.a SUBCONTRACT REQUIREMENTS TO THE FOLLOWING:
108.02 COMMENCEMENT OF WORK
a.
Federal Aid Projects. This section intentionally left blank.
THE THIRD PARAGRAPH IS CHANGED TO:
Do not perform construction layout and until the Owner has approved the insurance certificates and the safety program. Do not
begin other construction operations until after the following actions:
1.
A preconstruction conference with the Department has been held.
2.
Approval of the progress schedule as specified in 153.03.02.
3.
The field office has been established.
4.
The ROW limits, limits of construction, environmentally restricted areas, and trees or other vegetation
designated to be preserved have been reviewed with the Township Engineer or his designated
representative in the field.
108.07.01 Interference
THE SECOND PARAGRAPH IS CHANGED TO:
Schedule and perform the Work so that successive construction operations and lane or roadway openings follow
preceding operations as closely as possible. Limit work zones according to the Special Provisions. Confine
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-74 of 103
construction operations adjacent to traffic to one side of the roadway at a time unless otherwise specified by the
Contract. Where the Work is performed in stages adjacent to traffic, ensure that the road opened to traffic
adequately accommodates traffic. Do not interfere with existing traffic access, except when required to perform
the Work or as approved by the RE.
A.
Limit active work zone to 1,000 LF, unless otherwise approved by the Township Engineer or his designated
site representative.
THE FIFTH PARAGRAPH IS CHANGED TO:
The RE has the right to reject or rescind approval of lane or shoulder closures because of the following:
1.
Weather conditions.
2.
The closure is unnecessary to perform the work.
3.
Emergency conditions either on or off the Project that result in an unacceptable impact to the traveling
public.
4.
There is an active snow event in progress.
5.
If the National Weather Service (https://www.weather.gov) locally forecasts, 12 hours prior to the lane
closure, a 40 percent or greater chance of snow precipitation, tropical storms, or hurricanes during the
requested lane closure hours.
THE FOLLOWING NEW SUBPART IS ADDED:
108.07.03 Lane Rental
Lane and shoulder closures are restricted to the schedule provided in the Traffic Control Details of the plans, and
as specified in 108.07.01. The Contractor may extend the allowable hours for lane and shoulder occupancy as
provided by Table 108.07.03-1 with the RE’s written approval. Submit a written request to the RE to rent lanes and
shoulders for an extended period at least 14 days prior to the anticipated use. In the request, provide the following
information:
1.
Route, direction, and milepost limits
2.
Closure Description (Lane type/shoulder)
3.
Date(s)/Days
4.
Start Time(s)
5.
Finish Time(s)
6.
Reason
7.
Calculation of Lane Rental Cost for each closure
The Department will assess the lane rental charge for each hour the Contractor occupies a lane in accordance with
Table 108.07.03-1. If the Contractor does not occupy the lane during the extended hours, the Department will not
assess a lane rental charge. If the Contractor occupies the lane for fewer hours than requested, the Department
will only assess a lane rental charge for the time that the Contractor has actually occupied the lane. If the
Contractor occupies a lane for a portion of an hour, the Department will round the occupancy time to the next
highest half hour.
The Department will assess a lane rental charge for lane and/or shoulder occupancy of the roadway at the rates
provided in Table 108.07.03-1.
Table 108.07.03-1 Lane Rental Availability and Charge
Roadway
Direction
Closure Description
Closure Time
Rental Time
Day(s)
Start Time
Finish Time
Hours
Hours
$ per hour
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-75 of 103
Do not occupy a lane or shoulder beyond the RE’s approved extension of the allowable hours for lane and shoulder
occupancy. If the Contractor’s lane closure exceeds the allowable time period, the Department will assess Lane
Occupancy Charges in accordance with 108.08.
108.08 LANE OCCUPANCY CHARGES
SUBSECTION IS RENAMED AND CHANGED TO:
108.08 OCCUPANCY CHARGES
The closure schedule shown in the plans indicates the time periods for allowable closures as specified in the
Contract. Allowable closures are permitted for, but not limited to; roadways, lanes, shoulders and ramps. If the
Contractor’s closures exceed these time periods, the Department will deduct from the monthly estimate an
occupancy charge for the use and occupancy beyond the time periods shown in the closure schedule until such
time that the closure is reopened to traffic or until such time that the closure is allowed to take place again under
the closure schedule. The Department will recover the cost of occupancy charges as specified in 107.16.
The RE will keep record of each occurrence as well as the cumulative amount of time that a closure exceeds the
time periods shown in the closure schedule and provide the record to the Contractor. The Department will
calculate an occupancy charge by multiplying the length of time of each delayed opening, in minutes, by the rate of
$10 per minute, unless otherwise specified in the Special Provisions. The total amount per day for occupancy
charges that the Department will collect will not exceed $10,000.00.
The Department will waive an occupancy charge where a closure is not reopened to traffic as specified in the
closure schedule directly and solely by reason of extraordinary, exigent circumstances not under the control of or
reasonably foreseeable by the Contractor. Equipment breakdowns, supplier deliveries, and weather related
hindrances are not extraordinary, exigent circumstances. However, the Department has the right to assess an
occupancy charge for any period of time that a closure remains closed beyond the reasonable period of time
needed by the Contractor to reopen a closure due to an extraordinary, exigent circumstance.
THE FOLLOWING IS ADDED:
The rate to calculate the Occupancy Charge is as follows:
Description
Rate
108.10 CONTRACT TIME
A.
Complete all work within in 90 days.
108.11.01 Extensions to Contract Time
108.11.01.A
REVISE THE SECOND PARAGRAPH TO:
The Department will not extend Contract Time due to Extra Work or other type of delay unless an approved
progress schedule and updates are current as specified in 153.03. The Department will not make payment for
delay damages, unless an approved progress schedule and updates are current as specified in 153.03.
B.
Types of Delays.
2.
Excusable, Non-Compensable Delays.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-76 of 103
b.
Utilities.
THE LAST PARAGRAPH IS CHANGED TO:
If approved excusable, non-compensable delays exceed a total of 90 days, the time in excess of 90
days will become excusable and compensable as specified in 108.11.01.B.3.
CHANGE SECTION 108.11.01.B.3 TO:
3. Excusable, Compensable Delays. Excusable, compensable delays are delays that are the Department’s
fault or responsibility. For excusable, compensable delays, the Department will grant an extension of
Contract Time and will make payment for delay damages.
CHANGE SECTION 108.11.01.B.4 TO:
4. Concurrent Delays. Concurrent delays are separate delays on the critical path that occur at the same time.
When an excusable, non-compensable delay is concurrent with an excusable, compensable delay, the
Department will grant an extension of Contract Time but will not make payment for delay damages. When a
non-excusable delay is concurrent with an excusable delay, the Department will not grant an extension of
Contract Time or make payment for delay damages.
C. Submitting Time Impact Evaluation. If an excusable delay occurs, notify the RE, detailing how the event or cause
is affecting the approved progress schedule that is current at the time the delay occurred. When the full extent
of the impact on the approved progress schedule can be determined, submit a request for an extension of
Contract Time to the RE with a Time Impact Evaluation Form and a CPM fragnet diagram including all additional
work, and the fragnet’s relationship to the approved progress schedule that is current at the time the delay
occurred. Clearly identify how each change or delay is represented by an activity or group of activities. Ensure
that the fragnet shows logic revisions, duration changes, and new activities, including the predecessor and
successor relationships.
The Contractor is considered to have waived its rights to claim an extension of Contract Time if the Contractor fails to provide
written notice or fails to provide the time impact evaluation.
The RE will evaluate the time impact evaluation. The Department will only extend Contract Time when delay causes the work
to be extended beyond the scheduled Contract Time as specified in 108.10. If the Contractor is already behind schedule and
an excusable delay delays the work beyond the Contract Time as specified in 108.10, the Department will only extend
Contract Time for the amount of time that directly results from the excusable delay. If the Department determines that an
extension of Contract Time is warranted, the Department will extend Contract Time by a Change Order.
For excusable, compensable delays, submit a request for and documentation supporting the entitlement to
compensable delay damages associated with the delay.
108.14 DEFAULT AND TERMINATION OF CONTRACTOR’S RIGHT TO PROCEED
LIST ITEM (1) OF THE FIRST PARAGRAPH IS CHANGED TO:
1.
Fails to begin construction operations within 30 days of execution of the Contract.
THE THIRD PARAGRAPH IS CHANGED TO:
If the Department directs the Surety to complete the Contract, the Department will provide to the Surety the
Contract as defined in 101.03 and the completion status of the Contract. If the Surety elects to use a completion-
contractor to perform the Work, the Surety must promptly submit to the Department a request for approval of the
proposed completion-contractor as a subcontractor as specified in 108.01 within 45 days of receipt of the Contract
provided by the Department pursuant to this Section. The Department, in its sole discretion, has the right to reject
a request by the Surety to use the Contractor or another contractor as the completion-contractor, either directly or
under the direction of a consultant to the Surety.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-77 of 103
THE FOLLOWING IS ADDED AFTER THE THIRD PARAGRAPH:
If the Department approves the Surety’s request to use the Contractor as the completion-contractor, the Surety
shall cause the Contractor to begin Work, as defined in 101.03, within 45 days of notice of the Department’s
approval or as directed by the Department based on factors including but not limited to weather, seasonal
restrictions, permits or at its sole discretion. The failure of the Surety to comply with the deadlines set forth in this
Section shall be deemed a material breach of the Contract.
If the Department does not approve the Surety’s proposed completion-contractor, the Surety must submit to the
Department a request for approval of an alternative completion-contractor within 60 days of notice of the
Department’s disapproval. If the Department does not approve the Surety’s alternative completion-contractor, the
Department may continue to request approval of another alternative completion-contractor. Within 60 days of
notice of the Department’s approval of the Surety’s proposed completion-contractor, the Surety shall cause the
completion-contractor to begin Work, as defined in 101.03, or as directed by the Department based on factors
including but not limited to weather, seasonal restrictions, permits or at its sole discretion. The failure of the Surety
to comply with the deadlines set forth in this Section shall be deemed a material breach of the Contract.
108.15 TERMINATION OF CONTRACT
108.15.02 For Cause
REVISE PARAGRAPH FIVE TO:
The Department will not make payment for profit and overhead not included in the Contract price for Items for work
completed or partially completed except that the Department may make payment for profit and overhead on work.
108.19 COMPLETION AND ACCEPTANCE
THE FOLLOWING IS ADDED:
No Incentive Payment for Early Completion is specified for this project.
108.20 LIQUIDATED DAMAGES
Liquidated damages are as follows:
A.
For each day that the Contractor fails to complete the work as specified in Subsection 108.10 of these
Special Provisions, for Substantial Completion, the Department will assess liquidated damages in the
amount of $1,000.
For each day that the Contractor fails to complete the work as specified in Subsection 108.10 of these
Special Provisions, for Substantial Completion but has completed the work as specified for Full Traffic
Access, the Department will assess liquidated damages in the amount of $500.
SECTION 109 – MEASUREMENT AND PAYMENT
109.01 MEASUREMENT OF QUANTITIES
THE LAST PARAGRAPH IS CHANGED TO:
The Department does not typically measure quantities for Proposal Items, except quantities designated on the
Plans as “if and where directed,” for payment. The Contractor or the RE can measure Proposal Items for payment.
If making a measurement for a change in payment, submit drawings, calculations, and other information
demonstrating the as-built quantity to the party not initiating measurement. If the difference between the
measured quantity and the Contract quantity is less than or equal to 10 percent of the Proposal quantity, the
Department will make payment based on the Contract quantity. If the difference is more than 10 percent of the
Contract quantity, the Department will make payment based on the measured quantity. For each Item that the
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-78 of 103
Contractor requests a Proposal Item be measured, and it is determined that the difference between the quantity
measured, and the Contract quantity is less than or equal to 10 percent of the Proposal quantity, the Department
will deduct $500.00. The Department will measure quantities for Proposal Items that are designated on the Plans
as “if and whe
e directed” for payment when the RE directs work using the “if and where directed” quantity.
REVISE THE ENTIRE TEXT OF SECTION 109.03 TO THE FOLLOWING:
109.03 PAYMENT FOR FORCE ACCOUNT
This section intentionally left blank.
109.04 PAYMENT FOR DELAY DAMAGES
REVISE THE FIRST SENTENCE OF SECTION 109.04 TO:
For eligible extensions, the department will make payment for the costs allowed based on the following
documentation submitted by the contractor:
PART (10) IS CHANGED TO:
10. Documentation in the same format as above for each subcontractor with certification by the Contractor
that the documentation is complete, accurate, and true.
THE FOLLOWING IS ADDED TO THE LIST:
11. Certification stating that all costs submitted have been incurred because of the delay, and all vendor
invoices have been paid.
109.05 ESTIMATES
THE FOURTH PARAGRAPH IS CHANGED TO:
The RE will provide a summary of the Estimate to the Contractor. Before the issuance of each payment, certify, on
forms provided by the Department, whether:
1.
No subcontractor or supplier was used on the project; or
2.
Each subcontractor and supplier used on the project has been paid the amount due, excluding retainage,
from the previous progress payment and will be paid the amount due from the current progress payment,
excluding retainage, for the subcontractor or supplier’s work that was paid by the Department; or
3.
There exists a valid basis under the terms of the subcontractor’s or supplier’s contract to withhold
payments from the subcontractor or supplier. Therefore, the following subcontractors and suppliers have
not been paid for work performed or materials supplied to the project from the proceeds of the previous
progress payment or will not be paid for work performed or materials supplied to this project from the
proceeds of the current progress payment, or both.
109.06 MATERIALS PAYMENTS AND STORAGE
This section intentionally left blank.
109.09 AUDITS
THE FIRST SENTENCE IS REVISED TO:
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-79 of 103
All claims filed are subject to audit at any time following the filing, whether or not part of a suit pending in
the courts of this State pursuant to N.J.S.A. 59:13-1, et seq.
109.11 FINAL PAYMENT AND CLAIMS
REVISE THE FOURTH PARAGRAPH TO THE FOLLOWING:
Include in the release the specific monetary amounts and the specific nature of the claims being reserved. Failure to state
specific monetary amounts and the specific nature of the claim shall result in a waiver of such claims. The Contractor may
reserve only those claims properly filed with the Department and not previously resolved. The Contractor waives all claims for
which the required notice has not been filed with the Department.
DIVISION 150 – CONTRACT REQUIREMENTS
SECTION 151 – PERFORMANCE BOND AND PAYMENT BOND
151.03.01 Performance Bond and Payment Bond
THE FIRST SENTENCE IS CHANGED TO:
Using bond forms issued by the Department, provide a performance bond and a payment bond to the Department
within 14 days of the date of Award or Conditional Award.
151.04 MEASUREMENT AND PAYMENT
THE DEFINITION FOR THE VARIABLE CF IS CHANGED TO:
CF = Final Contract Price excluding adjustments for PERFORMANCE AND PAYMENT BOND.
SECTION 152 – INSURANCE
152.03.01 Railroad Protective Liability Insurance
THIS SUBSECTION IS DELETED
SECTION 153 – PROGRESS SCHEDULE
153.03.01 CPM PROGRESS SCHEUDLE
REVISE THE SIXTH PARAGRPAH TO:
The progress schedule does not constitute notice and does not satisfy the notice requirements. Approval
of the schedule by the RE does not modify the contract or constitute acceptance of the feasibility of the
contractor’s logic, activity durations, or assumptions used in creating the schedule. If the schedule reflects
a completion date different than that specified in 108.10, this does not change the specified completion
date. If the re approves a schedule that reflects a completion date earlier than that specified as the
contract time, the department will not accept claims for additional contract time or compensation as the
result of failure to complete the work by the earlier date shown on the CPM schedule. Float is the amount
of time that an activity may be delayed from its early start without delaying completion. Float belongs to
the project and is not for the exclusive use of the contractor or the department.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-80 of 103
153.03.03 BAR CHART PROGRESS SCHEDULE UPDATE
REVISE THE THIRD PARAGRPAH TO:
Approval of the schedule by the RE does not modify the Contract or constitute Acceptance of the feasibility
of the Contractor’s logic, activity durations, or assumptions used in creating the schedule. The progress
schedule does not constitute notice and does not satisfy the notice requirements. Provide 3 color paper
copies of a bar chart progress schedule or similar type that is acceptable to the RE for approval as follows:
SECTION 154 – MOBILIZATION
154.04 MEASUREMENT AND PAYMENT
THE SUBSECTION IS CHANGED TO:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
MOBILIZATION
LUMP SUM
The Department will make payment for MOBILIZATION on a lump sum basis, regardless of the number of times the
Contractor shuts down and returns to the Project. The Department will make payment as follows:
Work Completed
Payment
5% of the Work1
Lesser of 25% of bid price or 3% of Total Contract Price
10% of the Work1
Lesser of 50% of bid price or 7% of Total Contract Price
15% of the Work1
Lesser of 75% of bid price or 11% of Total Contract Price
20% of the Work1
Lesser of 100% of bid price or 15% of Total Contract Price
100% of the Work
Amount of bid price not previously paid
1.
If the baseline schedule is not approved, the Department will not make payment for MOBILIZATION.
The Department will calculate the percentage of Work completed from the total of payments compared to the Total
Contract Price. The total of payments excludes the amount paid for Mobilization and the amount paid for materials
furnished but not incorporated into the Work as specified in 109.06.
If mobilization is not included in the Proposal, include the costs in the various Items scheduled in the Proposal.
SECTION 155 – CONSTRUCTION FIELD OFFICE
REPLACE THIS SECTION WITH THE FOLLOWING:
This section intentionally left blank.
SECTION 156 – MATERIALS FIELD LABORATORY AND CURING FACILITY
REPLACE THIS SECTION WITH THE FOLLOWING:
This section intentionally left blank.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-81 of 103
SECTION 158 – SOIL EROSION AND SEDIMENT CONTROL AND WATER QUALITY CONTROL
158.03.02 SESC Measures
19. Oil-Only Emergency Spill Kit.
SECTION 159 – TRAFFIC CONTROL
159.02.01 Materials
THE FIRST ITEM IS CHANGED TO:
Tack Coat 64-22 ................................................................................................................................. 902.01.01
159.02.02 Equipment
THE FOLLOWING EQUIPMENT IS CHANGED TO:
Arrow Board ........................................................................................................................................... 1001.01
159.03.01 Traffic Control Coordinator
THE FIRST PARAGRAPH BEFORE THE LIST IS CHANGED TO:
Before starting Work, submit to the RE the name, training, work experience, and contact information of an employee assigned
as the on-site Traffic Control Coordinator (TCC). The TCC must be certified as having successfully completed the Rutgers CAIT
Traffic Control Coordinator Program, or an equivalent course as approved by the NJDOT Office of Capital Project Safety. The TCC
must also successfully complete an approved Traffic Coordinator refresher course every 2 years. The TCC is a full-time position
and the employee designated as TCC must be available on a 24 hour a day, 7 days a week basis. The TCC shall have the
responsibility for and authority to implement and maintain all traffic operations for the Project on behalf of the Contractor.
Ensure that the TCC is present at the work site at all times while the Work is in progress. The TCC’s responsibilities and duties
shall include the following:
159.03.02 Traffic Control Devices
THE FIRST PARAGRAPGH IS CHANGED TO:
Ensure that FHWA category 1, 2, 3, and 4 traffic control devices (TCDs) conform to the requirements of the 2016
Edition of the Manual for Assessing Safety Hardware (MASH), except that TCDs manufactured on or before
December 31, 2019 must have been purchased by the Contractor on or before December 31, 2019, and conform
to the requirements of NCHRP 350, MASH 2009, or MASH 2016. Provide each device’s applicable MASH 2016,
MASH 2009, or NCHRP 350 test results and FHWA Eligibility letter, if issued by the FHWA, to the RE. Provide the
RE with the purchase date certification for devices not meeting the MASH 2016 requirements upon delivery to the
site. Ensure that traffic control devices meet or exceed an acceptable condition as described in the ATSSA guide
Quality Standards for Work Zone Traffic Control Devices. Traffic control devices need not be new but must be in
good condition. Provide traffic control devices according to MUTCD.
159.03.08 Traffic Direction
PART A IS CHANGED TO:
A.
Flagger. Provide a flagger that has received formal training in flagging operations and the proper use of the
STOP/SLOW paddle. The flagger must be able to demonstrate the abilities indicated in the current MUTCD
and, when requested, demonstrate competency to the RE. Immediately replace flaggers who fail to
demonstrate competency with a competent flagger. Ensure that flaggers wear a 360 degree high-visibility
retroreflective orange safety garment meeting ANSI/ISEA Class 3, Level 2 standards. Ensure that the flagger
is equipped with a STOP/SLOW paddle and follows MUTCD flagging procedures.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-82 of 103
PART B IS CHANGED TO:
B.
Police. Unless designated as local police at the preconstruction conference, police will be on-duty New Jersey
State Police. Police are either provided by the RE as employees of the State, or by the local government as a
vendor to the State. The use of police services by the RE does not relinquish or diminish the Contractor’s
responsibilities for work zone safety.
Submit a request for police services to the RE 72 hours before beginning construction operations.
Activities requiring police services include:
1. Traffic direction through signalized intersections, where the integrity of the existing traffic signal system is
impacted or where an override of the signal is required.
2. Temporary closure of all lanes on state highways and interstates.
Police services may be requested as an enhancement to the TCP.
This enhancement includes:
1. Temporary closure of one or more lanes on interstates.
2. Temporary closure of one or more lanes on state highways with a posted speed of 50 miles per hour or
higher.
Emergency situations may prevent police from arriving at the scheduled date or time. The RE will not permit
construction operations that, by law, require police services if police are unavailable. The Department will not
accept claims for interruptions or delays resulting from any failure of police to arrive as requested.
The RE must notify State and local police of cancellations 24 hours in advance. At least 24 hours before the
scheduled start of work, notify the RE of any work cancellation for which police services were requested.
SECTION 160 – PRICE ADJUSTMENTS
THE ENTIRE SECTION 160 IS CHANGED TO:
160.01 DESCRIPTION
This Section describes the requirements for price adjustments for fuel and asphalt usage.
160.02 MATERIALS
(Intentionally Blank)
160.03 PROCEDURE
160.03.01 Fuel Price Adjustment
The Department will make price adjustments for fuel usage for Items listed in Table 160.03.01-1. Each month may
be divided into two periods. Period one includes the first day of the month through the fourteenth day of the
month. Period two includes the fifteenth day of the month through the last day of the month. Work starting within
period one and continuing past midnight of the fourteenth day into the fifteenth day of the month will be included
in period one for any price adjustments. Work continuin
past midnight of the last day of the month into the first day of the next month will be included in period two.
The Department will calculate fuel price adjustments based on the pay quantities of listed Items using the fuel
usage factors listed in Table 160.03.01-1.
Price adjustments may result in an increased payment to the Contractor for increases in the price index and may
result in a reduction in payment for decreases in the price index.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-83 of 103
If the as-built quantity of an Item listed in Table 160.03.01-1 differs from the sum of the quantities in the Estimates
and the as-built quantity cannot be readily distributed among the time periods that the Item listed in Table
160.03.01-1 was constructed, then the Department will determine fuel price adjustment by distributing t
e difference in the same proportion as the Item’s Estimate quantity is to the total of the Item’s time period
estimates.
Table 160.03.01-1 Fuel Price Adjustments
Items
Fuel Usage Factor
EXCAVATION, UNCLASSIFIED
0.50 Gallons per Cubic Yard
EXCAVATION, REGULATED MATERIAL
0.50 Gallons per Cubic Yard
EXCAVATION, ACID PRODUCING SOIL
0.50 Gallons per Cubic Yard
REMOVAL OF PAVEMENT
0.25 Gallons per Square Yard
MICRO-MILLING
0.25 Gallons per Square Yard
HMA MILLING, 3" OR LESS
0.25 Gallons per Square Yard
HMA MILLING, MORE THAN 3" TO 6"
0.25 Gallons per Square Yard
CONCRETE MILLING
0.25 Gallons per Square Yard
HMA PROFILE MILLING
0.25 Gallons per Square Yard
BREAKING PAVEMENT
0.25 Gallons per Square Yard
RUBBLIZATION
0.25 Gallons per Square Yard
SUBBASE
1.00 Gallon per Cubic Yard
I-___ SOIL AGGREGATE
1.00 Gallon per Cubic Yard
SOIL AGGREGATE BASE COURSE, ___ " THICK
1.00 Gallon per Cubic Yard
SOIL AGGREGATE BASE COURSE, VARIABLE THICKNESS
1.00 Gallon per Cubic Yard
DENSE-GRADED AGGREGATE BASE COURSE, ___ " THICK
1.00 Gallon per Cubic Yard
DENSE-GRADED AGGREGATE BASE COURSE, VARIABLE THICKNESS
1.00 Gallon per Cubic Yard
CONCRETE BASE COURSE, ___ " THICK
0.25 Gallons per Square Yard
CONCRETE BASE COURSE, REINFORCED ___ " THICK
0.25 Gallons per Square Yard
ASPHALT-STABILIZED DRAINAGE COURSE
2.50 Gallons per Ton
OPEN-GRADED ___ FRICTION COURSE
2.50 Gallons per Ton
HOT MIX ASPHALT ___ ___ ___ SURFACE COURSE
2.50 Gallons per Ton
HOT MIX ASPHALT ___ ___ ___ INTERMEDIATE COURSE
2.50 Gallons per Ton
HOT MIX ASPHALT ___ ___ ___ BASE COURSE
2.50 Gallons per Ton
MODIFIED OPEN-GRADED ___ FRICTION COURSE ___
2.50 Gallons per Ton
ULTRA-THIN FRICTION COURSE
2.50 Gallons per Ton
STONE MATRIX ASPHALT ___ SURFACE COURSE
2.50 Gallons per Ton
HIGH PERFORMANCE THIN OVERLAY
2.50 Gallons per Ton
BINDER RICH INTERMEDIATE COURSE
2.50 Gallons per Ton
BRIDGE DECK WATERPROOFING SURFACE COURSE
2.50 Gallons per Ton
NON-VEGETATIVE SURFACE, HOT MIX ASPHALT
2.50 Gallons per Ton
COLOR-COATED NON-VEGETATIVE SURFACE, HOT MIX ASPHALT
2.50 Gallons per Ton
CONCRETE SURFACE COURSE, ___ " THICK
0.25 Gallons per Square Yard
CONCRETE SIDEWALK, 4" THICK
0.25 Gallons per Square Yard
CONCRETE SIDEWALK, 5" THICK
0.25 Gallons per Square Yard
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-84 of 103
Table 160.03.01-1 Fuel Price Adjustments
Items
Fuel Usage Factor
CONCRETE SIDEWALK, 6" THICK
0.25 Gallons per Square Yard
CONCRETE SIDEWALK, 8" THICK
0.25 Gallons per Square Yard
CONCRETE SIDEWALK, REINFORCED, 6" THICK
0.25 Gallons per Square Yard
CONCRETE SIDEWALK, REINFORCED, 8" THICK
0.25 Gallons per Square Yard
DIAMOND GRINDING OF CONCRETE SURFACE COURSE
0.25 Gallons per Square Yard
DIAMOND GRINDING EXISTING CONCRETE PAVEMENT
0.25 Gallons per Square Yard
SLURRY SEAL AGGREGATE, TYPE II
2.5 Gallons pero Ton
SLURRY SEAL EMULSION
0.10 Gallons per Gallon
CONCRETE BRIDGE APPROACH
0.50 Gallons per Cubic Yard
CONCRETE CULVERT
1.00 Gallon per Cubic Yard
CONCRETE FOOTING
1.00 Gallon per Cubic Yard
CONCRETE WING WALL
1.00 Gallon per Cubic Yard
CONCRETE PIER COLUMN PROTECTION, HPC
1.00 Gallon per Cubic Yard
CONCRETE PIER COLUMNS AND CAP
1.00 Gallon per Cubic Yard
CONCRETE ABUTMENT WALL
1.00 Gallon per Cubic Yard
CONCRETE PIER SHAFT
1.00 Gallon per Cubic Yard
CONCRETE PEDESTRIAN BRIDGE
1.00 Gallon per Cubic Yard
CONCRETE BRIDGE DECK
1.00 Gallon per Cubic Yard
CONCRETE BRIDGE DECK, HPC
1.00 Gallon per Cubic Yard
CONCRETE BRIDGE SIDEWALK
1.00 Gallon per Cubic Yard
CONCRETE BRIDGE SIDEWALK HPC
1.00 Gallon per Cubic Yard
CONCRETE BRIDGE PARAPET
1.00 Gallon per Cubic Yard
CONCRETE BRIDGE PARAPET HPC
1.00 Gallon per Cubic Yard
15" BY 32" CONCRETE BARRIER CURB, BRIDGE
0.12 Gallon per Linear Foot
24" BY 32" CONCRETE BARRIER CURB, BRIDGE
0.17 Gallon per Linear Foot
21" BY 34" CONCRETE BARRIER CURB, BRIDGE
0.15 Gallon per Linear Foot
24" BY 42" CONCRETE BARRIER CURB, BRIDGE
0.21 Gallon per Linear Foo
CAST-IN-PLACE CONCRETE PILES, DRIVEN ___ " DIAMETER
1.00 Gallon per Cubic Yard
RETAINING WALL, LOCATION NO.___ ___
0.10 Gallon per Square Foot
CONCRETE MEDIAN BARRIER, HPC
0.16 Gallon per Linear Foot
15" BY 41" CONCRETE BARRIER CURB
0.28 Gallon per Linear Foot
24" BY 32" CONCRETE BARRIER CURB
0.17 Gallon per Linear Foot
15" BY 54" CONCRETE BARRIER CURB
0.15 Gallon per Linear Foot
38" BY 79" CONCRETE BARRIER CURB
0.40 Gallon per Linear Foot
24" BY 39" CONCRETE BARRIER CURB
0.18 Gallon per Linear Foot
18 5/8" BY 65" CONCRETE BARRIER CURB
0.20 Gallon per Linear Foot
32" BY 41" CONCRETE BARRIER CURB
0.24 Gallon per Linear Foot
24" BY 41" CONCRETE BARRIER CURB
0.19 Gallon per Linear Foot
24" BY 45" CONCRETE BARRIER CURB
0.19 Gallon per Linear Foot
15" BY 35" CONCRETE BARRIER CURB, DOWELLED
0.09 Gallon per Linear Foot
15" BY VARIABLE HEIGHT CONCRETE BARRIER CURB
0.28 Gallon per Linear Foot
24" BY VARIABLE HEIGHT CONCRETE BARRIER CURB
0.15 Gallon per Linear Foot
15" BY VARIABLE HEIGHT CONCRETE BARRIER CURB, DOWELLED
0.24 Gallon per Linear Foot
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-85 of 103
Table 160.03.01-1 Fuel Price Adjustments
Items
Fuel Usage Factor
24" BY VARIABLE HEIGHT CONCRETE BARRIER CURB, DOWELLED
0.15 Gallon per Linear Foot
19" BY 32" CONCRET BARRIER CURB, DOWELLED
0.10 Gallon per Linear Foot
24" BY 32" CONCRETE BARRIER CURB, DOWELLED
0.13 Gallon per Linear Foot
24 1/2" BY 53" CONCRETE BARRIER CURB, DOWELLED
0.18 Gallon per Linear Foot
24 1/2" BY VARIABLE HEIGHT CONCRETE BARRIER CURB, DOWELLED
0.15 Gallon per Linear Foot
24" BY 35" CONCRETE BARRIER CURB, DOWELLED
0.13 Gallon per Linear Foot
GROUND MOUNTED BARRIER CURB
0.15 Gallon per Linear Foot
15" BY 51" F SHAPE CONCRETE BARRIER CURB
0.34 Gallon per Linear Foot
24 1/2" BY 51" F SHAPE CONCRETE BARRIER CURB
0.23 Gallon per Linear Foot
24 1/2" BY ___" F SHAPE CONCRETE BARRIER CURB, DOWELLED
0.23 Gallon per Linear Foot
15" BY VARIABLE HEIGHT F SHAPE CONCRETE BARRIER CURB, DOWELLED
0.34 Gallon per Linear Foot
15" BY ___" F SHAPE CONCRETE BARRIER CURB, DOWELLED
0.34 Gallon per Linear Foot
VARIABLE WIDTH BY VARIABLE HEIGHT F SHAPE CONCRETE BARRIER CURB
0.34 Gallon per Linear Foot
9" BY 16" CONCRETE VERTICAL CURB
0.04 Gallon per Linear Foot
9" BY 18" CONCRETE VERTICAL CURB
0.04 Gallon per Linear Foot
9" BY 20" CONCRETE VERTICAL CURB
0.04 Gallon per Linear Foot
9" BY 22" CONCRETE VERTICAL CURB
0.05 Gallon per Linear Foot
9" BY 14" CONCRETE VERTICAL CURB
0.03 Gallon per Linear Foot
9" BY 4" CONCRETE VERTICAL CURB, DOWELLED
0.01 Gallon per Linear Foot
9" BY 6" CONCRETE VERTICAL CURB, DOWELLED
0.01 Gallon per Linear Foot
9" BY 8" CONCRETE VERTICAL CURB, DOWELLED
0.02 Gallon per Linear Foot
9" BY 10" CONCRETE VERTICAL CURB, DOWELLED
0.02 Gallon per Linear Foot
12” BY 13” CONCRETE SLOPING CURB
0.04 Gallon per Linear Foot
12" BY 3" CONCRETE SLOPING CURB, DOWELLED
0.01 Gallon per Linear Foot
___" BY ___" CONCRETE SLOPING CURB, DOWELLED
0.01 Gallon per Linear Foot
9" BY VARIABLE HEIGHT CONCRETE VERTICAL CURB
0.04 Gallon per Linear Foot
9" BY VARIABLE HEIGHT CONCRETE VERTICAL CURB, DOWELLED
0.02 Gallon per Linear Foot
If an item listed in Table 160.03.01-1 has a payment unit which differs from that listed in Table 160.03.01-1, the
Department will apply an appropriate conversion factor to determine the number of gallons of fuel used.
The Department will calculate fuel price adjustment using the following formula:
F = (MF − BF) G
Where:
F =
Fuel Price Adjustment
MF =
Fuel Price Index for work performed in the time period immediately before the estimate cutoff date.
BF =
Basic Fuel Price Index
G =
Gallons of Fuel for Price Adjustment
The
Department
will
post
the
Fuel
Price
Index
every
month
on
the
Department’s
website:
https://www.state.nj.us/transportation/business/aashtoware/PriceIndex.shtm.
THE LAST PARAGRAPH IS CHANGED TO:
The Basic Fuel Price Index is the Index which is listed for the month prior to the receipt of bids. For new work
added that is eligible for Fuel Price Adjustment, the Basic Fuel Price Index is the index which is listed for the month
the new work was added to the Contract. If the month prior to the receipt of bids or the month the new work was
added has two Indices, the Index in effect for the first day of that month will govern for the Basic Fuel Price Index.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-86 of 103
If the Fuel Price Index increases by 50 percent or more over the Basic Fuel Price Index, do not perform any work
involving Items listed in Table 160.03.01-1 or the Special Provisions without written approval from the RE.
160.03.02 Asphalt Price Adjustment
The Department will make price adjustments for asphalt binder usage. The Department will calculate asphalt price
adjustments based on the quantities of Items containing asphalt binder constructed.
Each month may be divided into two periods. Period one includes the first day of the month through the fourteenth
day of the month. Period two includes the fifteenth day of the month through the last day of the month. Work
starting on the fourteenth day of the month and continuing past midnight into the fifteenth day of the month will be
included in period one for any price adjustments. Work continuing through midnight of the last day of the month
into the first day of the next month will be included in period two.
THE THIRD PARAGRAPH IS CHANGED TO:
The price used for both the Basic and Monthly Price Indexes will be determined based on the performance grade of
asphalt binder in the approved mix design for the asphalt mixture.
Price adjustments may result in an increased payment to the Contractor for increases in the price index and may
result in a reduction in payment for decreases in the price index.
The Department will calculate the asphalt price adjustment by the following formula:
A = (MA − BA) ´ T
Where:
A =
Asphalt Price Adjustment
MA =
Asphalt Price Index for work performed in the time period immediately before the estimate cutoff date.
BA =
Basic Asphalt Price Index
T =
Tons of New Asphalt Binder1
1.
The Department will determine the weight of asphalt binder for price adjustment by multiplying the percentage of new
asphalt binder in the approved job mix formula by the weight of the item containing asphalt binder. If a Hot Mix Asphalt
Item has a payment unit other than ton, the Department will apply an appropriate conversion factor to determine the
number of tons of asphalt binder used.
For Tack Coat, Prime Coat, MICRO SURFACING EMULSION, SLURRY SEAL EMULSION, and FOG SEAL SURFACE
TREATMENT, the Department will calculate the weight of asphalt as follows:
T= G ´ C ´ 0.00428
C =
Petroleum content of the product
Use 100% for Tack Coat 64-22 and Tack Coat 64E-22
Use 60% for Polymer Modified Tack Coat, and all other emulsified asphalts
G =
Gallons furnished
The constant 0.00428 is derived from the conversion factor of tons per gallon using 8.345 lbs/gallon for water and a factor of
1.025 for the specific gravity of asphalt binder.
The Department will not calculate an asphalt price adjustment for FOG SEAL STRIP.
The monthly asphalt price index, as determined by the Department, will be the average of quotations from
suppliers serving the area in which the Project is located, and will be determined by the Department. The
Department
will
post
the
asphalt
price
index
every
month
on
the
Department’s
website:
https://www.state.nj.us/transportation/business/aashtoware/PriceIndex.shtm.
The Basic Asphalt Price Index will be the Index which is listed for the month prior to the receipt of bids. If the
month prior to the receipt of bids has two Indexes, the Index in effect for the first day of the month will govern for
the Basic Asphalt Price Index.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-87 of 103
The Monthly Asphalt Price Index will be that for the month that the work is constructed in. If work is constructed
over the course of two or more months for a particular pay estimate, then multiple Monthly Indexes will be used
corresponding to
he date that the work was performed.
If the Asphalt Price Index increases 50 percent or more over the basic asphalt price index, do not perform work on
Items containing asphalt binder without written approval from the RE.
160.03.03 Steel Price Adjustment
THIS SUBPART IS DELETED
160.04 MEASUREMENT AND PAYMENT
THE SUBSECTION IS CHANGED TO:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
FUEL PRICE ADJUSTMENT
DOLLAR
ASPHALT PRICE ADJUSTMENT
DOLLAR
THE SECOND PARAGRAPH IS CHANGED TO:
The Items FUEL PRICE ADJUSTEMENT and ASPHALT PRICE ADJUSTMENT must be included in the Proposal or
added to the Contract to qualify for payment.
DIVISION 200 – EARTHWORK
SECTION 201 – CLEARING SITE
201.03.01 Clearing Site
THE FOLLOWING IS ADDED TO THIS SECTION:
Clearing site shall include the removal of existing driveway aprons, removal of existing storm drainage pipe, existing
trees and/or tree stumps within the limits of the proposed improvements, and any other existing condition noted to
be replaced and/or removed, as shown on the construction plans. It shall also include the cost of removing and
resetting any existing features such as mailboxes, traffic signs, etc., as directed by the engineer.
PART A IS CHANGED TO:
A.
Preparation. Construct SESC measures, as specified in 158.03.02, before clearing site.
THE FIRST PARAGRAPH IN PART B IS CHANGED TO:
B.
Clearing and Grubbing. Before beginning excavation or embankment construction, clear the site within the
limits of construction. Clear the ground surface of vegetation (trees of various caliper, brush, weeds, roots,
matted leaves), small structures not shown on the Plans for demolition, debris, and other objectionable
material where its existing position conflicts with the limits of construction. In cut sections, grub out tree
stumps within the limits of the total cut area. In fill sections, the Contractor may leave tree stumps extending
less than 1 foot above the original ground surface in those areas where the proposed subgrade, or proposed
finished grade in non-pavement sections, is greater than 3 1/2 feet above the original ground surface. Grub
out tree stumps that lie within 5 feet horizontally or vertically from any proposed structure, pipe, or duct.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-88 of 103
C.
Mailbox and Sign Relocation. Remove and reset residential and commercial mailboxes at locations
acceptable to the owners and according to United States Postal Service (USPS) requirements. Notify the USPS
before relocating USPS mailboxes.
201.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
The Department will not make payment for the Item CLEARING SITE in excess of 80 % until Completion.
SECTION 202 – EXCAVATION
202.03.01 Stripping
THE SECOND PARAGRAPH IS CHANGED TO:
Strip vegetation and underlying soil to a depth of 4 to 6 inches below the existing ground surface. Confirm the
thickness of stripping with the RE based on field conditions. Temporarily store in stockpiles, as specified in
202.03.03.B, stripped material including excess that is determined suitable for the future use of the Department.
The Department will sample and analyze stripped material in stockpiles to determine suitability for use as topsoil.
Reuse or dispose of unsuitable stripped material as specified in 202.03.03.C.
202.03.12 Rock Excavation, Subsurface Structures
THE FOLLOWING IS ADDED:
This subsection is reserved for:
Rock: Bedrock, ledgerock, or boulder material that cannot be excavated or otherwise extracted using a Caterpillar
235 hydraulic hoe.
Rock Excavation, Subsurface Structures shall be limited to:
In pipe trenches, 6” below invert elevation of pipe and 2’ wider than inside diameter of pipe but not less than 3’
minimum trench width.
Rock Excavation, Subsurface Structures include the removal and disposal of the following::
1. Typical of materials classified as rock are boulders 1 cubic yard or more in volume, solid rock, rock in
ledges, and rock-hard cementitious aggregate deposits.
2. Intermittent drilling, blasting or ripping performed to increase production and not necessary to permit
excavation of material encountered will be classified as earth excavation.
202.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
ROCK EXCAVATION, SUBSURFACE STUCTURES
CUBIC YARD
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-89 of 103
DIVISION 400 – PAVEMENTS
SECTION 401 – HOT MIX ASPHALT (HMA) COURSES
401.02.01 Materials
THE FIRST ITEM IS CHANGED TO:
Tack Coat 64-22, PG 64S-22 ............................................................................................................. 902.01.01
401.03.01 Milling
A.
HMA Milling.
C.
The RE may increase the allowable time interval to a maximum of 72 hours based on field conditions and
provided that the condition does not deteriorate the pavement or impact the safety of the traveling public.
401.03.03 HMA Pavement Repair
THE TITLE AND ENTIRE SUBSECTION IS CHANGED TO:
401.03.03 HMA Repair
A.
HMA Pavement Repair. Arrange a project site meeting with the RE to establish the limits of HMA pavement
repair. Additional repairs, not delineated on the Plans or by the RE during the project site meeting, may be
required if the need is established by the RE.
If potholes are discovered, notify the RE immediately. The RE may immediately direct repairs of small areas.
The RE may require further evaluation of a large area to determine the need for additional milling and paving.
Perform HMA repairs as a separate operation before milling, paving, and other surface treatments. The
Contractor may request approval of the RE to perform the repair work as one operation with the paving or
surface treatment.
HMA repairs may be performed on full depth HMA pavement or on composite pavement (HMA over concrete
pavement). For full depth HMA pavement, sawcut existing HMA pavement to a depth of 8 inches. For
composite pavement, sawcut existing HMA to a depth of 8 inches or up to the top of concrete, whichever is
less. Sawcut lines parallel and perpendicular to the roadway baseline and 3 i
ches away, at the closest point, from the damaged area to be repaired.
Remove damaged and loose material within the boundary of the sawcuts to form rectangular openings with
vertical sides to a depth of 8 inches for HMA pavement, or to the top of concrete for composite pavement. A
milling machine may be used to remove damaged pavement to form the repair areas if approved by the RE.
After the existing damaged HMA and loose material has been removed, the RE will examine underlying
material to determine its condition.
If the base of the repair area is unbound material, then shape and compact the unbound material to produce
a firm and level base.
If water exists in the area, remove the underlying material to the depth as directed by the RE. Place geotextile,
then place and compact coarse aggregate to required grade to provide for a minimum 8 inch thick HMA
pavement repair. Compact coarse aggregate as specified in 203.03.02.B.3.
If the base of the repair is HMA or concrete pavement, then ensure that the remaining pavement is cleaned
and dry prior to applying tack coat.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-90 of 103
Apply tack coat at an application rate of 0.15 gallons per square yard to the vertical surfaces and base of the
opening. Spread and grade HMA surface course mix in the opening as specified for the roadway surface or a
HMA surface course mix approved by the RE. Ensure that the temperature of the HMA when placed is at least
250 °F, and compact as specified in 401.03
07.F. Compact areas not accessible to rollers with a flat face compactor. Compact until the top of the patch
is flush with, or 1/8 inch high
r than, the adjacent pavement surface.
Reuse removed material as specified in 202.03.03.C.1.
401.03.05 Tack Coat
THE FOLLOWING IS ADDED AFTER THE FOURTH PARAGRAPH:
The Department will perform verification testing of tack coat application rate according to ASTM D2995, Option A,
within the first 300 feet of each paving operation for each lane of paving, except that only one pad assembly will be
used for the transverse application rate and the longitudinal application rate will not be verified. Prior to tack coat
application, allow the RE access to set geotextile pads for the initial verification test. After passing over the pads
with the tack distributor, allow the RE time to perform the verification test and calculation. If the application rate is
determined to be outside the rate specified in Table 401.03.05-1, stop the tack coat and paving operations, make
the required adjustments to achieve a proper application rate, and allow the RE to perform an additional
verification test within the next 300 feet. Allow the RE to perform additional tests until the correct application rate
is achieved. Retack areas that are insufficiently coated. The frequency of testing may be increased based on a
visual inspection or at the discretion of the RE.
401.03.07 HMA Courses
A.
Paving Plan.
PART (4) IS CHANGED TO:
4.
Lighting plan for night operations as specified in 108.06.
D.
Transportation and Delivery of HMA.
THE SECOND SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
Do not allow trucks to leave the plant within 1 hour of sunset unless lighting for night operations is provided
as specified in 108.06.
H.
Air Void Requirements
FOR LOCAL AID PROJECTS, THIS SUBSECTION IS REPLACED BY THE FOLLOWING.
Pavement lots are defined as approximately 15,000 square yards of pavement in Surface area. If pavement lot area is
less than 5000 square yards, the Local Aid District Office may waive the air voids requirements.
The RE will designate an independent testing agency (Laboratory) to perform the quality assurance sampling, testing and
analysis. The Laboratory is required to be accredited by the AASHTO Accreditation Program (www.amrl.net). The Laboratory’s
accreditation must include AASHTO T 166 and AASHTO T 209.
The Laboratory Technician who performs the quality assurance sampling shall be certified by the Society of Asphalt
Technologists of New Jersey as an Asphalt Plant Technologist, Level 2.
The Laboratory will determine air voids from 5 (Five) 6 inch diameter cores taken from each lot in random locations within the
traveled way and at least one core in each travel lane. The HMA Core Sampling Plan form provided on the Local Aid Website
must be utilized by the Laboratory to determine the random locations of the cores. The Laboratory may rerun the random
location functions on the HMA Core Sampling Plan form to resolve any conflicts generated by the HMA Core Sampling Plan form
and physical limitations of the HMA lot, such as utility conflicts, or the specifications defined herein. The coring locations must
be designated by a station and offset, and offsets are taken from the left edge of the pavement in the direction of travel within
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-91 of 103
the lane lines. The Laboratory must disclose the contents of the HMA Core Sampling Plan with the Contractor to assist in the
schedule of construction.
The Laboratory will determine air voids of cores from the values for the maximum specific gravity of the mix and the bulk specific
gravity of the core. The Laboratory will determine the maximum specific gravity of the mix according to NJDOT B-3 and AASHTO T
209, except that minimum sample size may be waived in order to use a 6-inch diameter core sample. The Laboratory will
determine the bulk specific gravity of the compacted mixture by testing each core according to AASHTO T 166.
The Laboratory will calculate the percent defective (PD) as the percentage of the lot outside the acceptable range
of 2 percent air voids to 8 percent air voids. The acceptable quality limit is 15 percent defective. For lots in which
PD > 15, the Department will assess a neg
tive pay adjustment.
The Laboratory will use and submit to the RE the DS8S-PD form provided on the Local Aid Website and verify
manually the PD calculation.
The Laboratory will calculate pay adjustments based on the following:
1.
Sample Mean (X̅) and Standard Deviation (S) of the N Test Results (X1, X2,…, XN).
2.
Quality Index (Q).
3.
Percent Defective (PD). Using NJDOT ST for the appropriate sample size, the Laboratory will determine PDL
and PDU associated with QL and QU, respectively. PD = PDL + PDU
4.
Reduction Per Lot. Calculate the reduction per lot as specified in Table 401.03.07-3:
Table 401.03.07-3
Reduction in Payment for Nonconformance to Air Void Requirements
Percent Defective (PD) Per Lot
Reduction Per Lot (%)
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-92 of 103
0 < PD ≤ 15
0
15 < PD ≤ 30
0.5
30 < PD ≤ 35
2
35 < PD ≤ 40
10
40 < PD ≤ 45
15
45 < PD ≤ 50
20
50 < PD ≤ 60
30
60 < PD ≤ 75
45
PD > 75
Remove & Replace
5.
Outlier Detection. If PD < 10, the Laboratory will not screen for outliers. If PD ≥ 10, the Laboratory will
screen acceptance cores for outliers using a statistically valid procedure. The following procedure applies
only for a sample size of 5 or 10.
1.
The Laboratory will arrange the core results in ascending order, in which X1 represents the
smallest value and XN represents the largest value.
2.
If XN is suspected of being an outlier, the Laboratory will calculate:
3.
If X1 is suspected of being an outlier, the Laboratory will calculate:
4.
For N = 5 if R > 0.642, the value is judged to be statistically significant and the core is
excluded.
6.
Retest. If the initial series of 5 cores produces a percent defective value of PD 30 for mainline or
ramp lots, or PD 50 for other pavement lots, the Contractor may elect to take an additional set of 5
cores at random locations chosen by the HMA Core Sampling Plan form. Take the additional cores within
15 days of receipt of the initial core results. If the additional cores are not taken within the 15 days, the
Laboratory will use the initial core results to determine the PPA. If the additional cores are taken, the
Laboratory will recalculate the reduction per lot using the combined results from the 10 cores.
7.
Removal and Replacement. If the final lot PD ≥ 75 (based on the combined set of 10 cores or 5 cores if
the Contractor does not take additional cores), remove and replace the lot and all overlying work. The
replacement work is subject to the same requirements as the initial work.
For shoulder lots, the Department will assess the calculated reduction per lot instead of removal and replacement. Fog
seal the lot as specified in 422.03.01.
I.
Thickness Requirements
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-93 of 103
DELETE THIS SUBSECTION AND REPLACE THIS SUBSECTION’S CONTENTS WITH THE FOLLOWING:
This subsection is deleted. In no instance will a compacted average thickness of less than 1.25 inches be acceptable.
J.
Ride Quality Requirements.
The Department will evaluate the ride quality of the final riding surface of all constructed pavement on the
project, for routes designated as National Highway System (NHS) and routes under NJDOT jurisdiction, using
the International Roughness Index (IRI) according to ASTM E 1926. All NHS roadways are listed on the
Department’s website here. The Department may evaluate ride quality of other routes not designated as NHS
or under NJDOT jurisdiction. The final riding surface is defined as the last lift of the pavement structure where
traffic will be allowed. The pavement will be evaluated using the current average IRI (C) to select the target IRI
(T) from Table 401.03.07-8. The current average IRI (C) is defined as the preconstruction ride quality
measured not more than two years from the start of the project pavement construction.
The RE will designate an independent testing agency to perform the ride quality testing and analysis. The
testing agency is required to comply with testing and certification requirements according to NJDOT R-1. If the
current average IRI (C) is not available, then the testing agency will test, analyze and report ride quality before
pavement construction to measure current average IRI (C). The testing agency will use and submit to the RE
the IRI Testing Summary Report form provided from The Local Aid District Office and verify manually the pay
adjustment calculation.
Current IRI data for paving routes designated NHS or NJDOT jurisdiction can be made available by request by
contacting Shahid Haji and Peter Brzostowski at Shahid.Haji@dot.nj.gov and Peter.Brzostowski@dot.nj.gov.
Municipal or county officials may request IRI information through this process. Contractors, consultants, and
bidding parties shall not request IRI values through this process for their own benefit.
For projects paving routes designated NHS or NJDOT jurisdiction on mainline travel lanes equal to or greater
than 2,500 feet length and any lane within the project of at least 1,000 feet length, the Department will
evaluate the ride quality of the final riding surface of the mainline travel lanes using IRI. The Department will
use the measured IRI to calculate the pay adjustment (PA) using pay adjustment equation (PAE) type PA1 as
specified in Table 401.03.07-7. PA will be based on lots of 0.01 mile lengt
. The PA will be zero for acceptable quality and negative for inferior quality work.
For projects paving routes designated NHS or NJDOT jurisdiction on mainline travel lanes of less than 2,500
feet length, the RE will visually inspect the final riding surface. Based on visual inspection, if the RE
determines that the work may not conform to the ride quality requirements, then the Department will evaluate
the ride quality of the final riding surface using IRI. Visual inspection by the RE is considered sufficient
grounds for such evaluation. The Department will use the measured IRI to calcu
ate the PA using pay equation type PA1 as specified in Table 401.03.07-7.
For paving on ramps and shoulders, the RE will visually inspect the final riding surface. Based on visual
inspection, if the RE determines that the work may not conform to the ride quality requirements, then the
Department will evaluate the ride quality of the final riding surface using IRI. Visual inspection by the RE is
considered sufficient grounds for such evaluation. The Department will use the measured IRI to calculate the
pay adjustment using pay equation type PA2 as specified in Table 401.03.07-7.
When paving over bridge structures on NHS or NJDOT jurisdiction roadways, the Department will use the
measured IRI to calculate the pay adjustment using pay equation type PA3 as specified in Table 401.03.07-7.
For paving on Local roadways other than NHS and NJDOT jurisdiction on mainline travel lanes equal to or
greater than 2,500 feet length and any lane within the project of at least 1,000 feet length, the Department
may evaluate the ride quality of the final riding surface of the mainline travel lanes using IRI. Local roadways
are defined as municipal and county roads that are not designated as part of the NHS. The Department will
use the measured IRI to calculate the pay adjustment (PA) using pay adjustment
quation (PAE) type PA4 as specified in Table 401.03.07-7.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-94 of 103
1. Smoothness Measurement. The Department will test the longitudinal profile of the final riding surface for
ride quality with a Class 1 Inertial Profiling System according to NJDOT R-1. If project conditions preclude
the use of the Class 1 Inertial Profiling System, the Department will use a Class 1 Walking Profiler or
lightweight profiler.
2. Quality Control Testing. Perform quality control testing during lift placement to ensure compliance with the
ride quality requirements specified in Table 401.03.07-8.
3. Preparation for IRI Testing. Notify the RE when all paving is complete and the RE will request IRI testing by
independent testing agency. Provide traffic control when the independent testing agency performs IRI
testing. Perform mechanical sweeping of the surface before IRI testing. To facilitate auto triggering on
laser profilers, place a single line of temporary pavement marking tape perpendicular to the roadway
baseline at the beginning and end of each lane, shoulder, and ramp to be tested or as per direction of
the independent testing agency. Submit the actual stationing for each temporary pavement marking
tape location to the RE.
4. Quality Acceptance. The Department will determine acceptance and provide PA based on the following:
a.
Pay Adjustment. The acceptable IRI for the roadway pavement will be the target IRI (T) from Table
401.03.07-8 rounded to the nearest whole number for which full payment will be made and will be
determined using the latest available current average IRI (C) data. The number of lots for final pay
adjustment will be reduced by the number of lots excluded for each segment shown in Table
401.03.07-7. Lots excluded from final PA will be those with the highest recorded IRI numbers for
respective roadway and bridge deck segments. A single average IRI value and the corresponding PA
for each 0.01 mile lot will be reported. IRI units are in inches per mile.
Table 401.03.07-7 Pay Adjustment Equations (PAE) for Ride Quality
Pay Equation Type
Exclusions
Pay Equations
PA1
As shown in the
Special Provisions
Table 401.03.07-7A
IRI<T
PA1=PAE (see note 2)
T≤IRI≤170
PA1=PAE
IRI>170
PA1= -A or Corrective action
PA2
Will include, if
tested
IRI ≤ 120
PA2 =0
120 < IRI ≤ 170
PA2 = (IRI − 120) x (−$5.00)
IRI>170
Maximum Negative Pay or Corrective action
PA3
Will include, if
tested
IRI≤120
PA3=0
120<IRI≤170
PA3=PAE
IRI>170
PA3= -A or Corrective action
PA4
Will include, if
tested
IRI ≤ T
PA4=0
T < IRI ≤ T+80 or
170 whichever is
higher
PA4 = (IRI − T) x (−$1.25)
IRI>T+80 or 170
whichever is higher Maximum Negative Pay or Corrective action
𝑃𝐴𝐸=
A
−37.75347 × log𝑒(𝑇) + 194.87 −
A
−37.75347 × log𝑒(𝐼𝑅𝐼) + 194.87
A = 1267.2 M
9 + PD
150
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-95 of 103
P = Bid price of last lift of the pavement structure to be evaluated or price listed in table 401.03.07-7B,
whichever is higher, per Ton
D1 = Design thickness of last lift to be evaluated, Inch
M = Bid price of Milling, per Square Yard
T = Target IRI
1.
For various design thicknesses of last lift to be evaluated within a segment, calculate the thickness using
the following equation:
Where:
DN = Design thickness of the last lift to be evaluated of N sections having same mix, Inch
NN = Number of lots of N section with design thickness DN of last lift to be evaluated
2.
Positive pay adjustment will be used to offset negative pay adjustment. Total pay adjustment for each lane
will not be greater than zero, but may result in a negative pay adjustment.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-96 of 103
THE FOLLOWING IS ADDED:
Table 401.03.07-7A Exclusions for Resurfacing or Reconstruction
Roadway
Lane Number
Exclusions
Lane designation is by increasing numbers from left to right in the direction of traffic with left lane
being Lane 1.
Table 401.03.07-7B Minimum Value of P
Surface Course Mix
P
Hot Mix Asphalt (Dense Graded) with PG 64-22 binder
$60.00
Hot Mix Asphalt (Dense Graded) with PG 64E-22 binder
$70.00
Stone Matrix Asphalt, High Performance Thin Overlay, Ultra-Thin Friction
Course, Open Graded or Gap Graded Mixes not specified in this table
$80.00
Bridge Deck Waterproof Surface Course
$250.00
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-97 of 103
Table 401.03.07-8 Target IRI for Resurfacing or Reconstruction (T)3
Roadway Type
Current average
IRI (C)
New Construction
or
Reconstruction
Number of Operation for other than New
Construction or Reconstruction5
One4
Two4
Three4
Four or
More4
Target IRI (T)
NHS & NJDOT
Freeways or Limited
Access Highways
≤ 60
50
50
50
50
50
61 to ≤95
53
50
50
50
96 to ≤170
55
53
50
50
171 to≤200
0.64C7
55
53
50
201 to ≤285
58
55
50
>2868
60
58
53
NHS & NJDOT
Roadways other than
Freeways or Limited
Access Highways with
speed limit > 35 MPH
≤ 60
60
60
60
60
60
61 to ≤95
63
60
60
60
96 to ≤170
66
63
60
60
171 to≤200
0.64C7
66
63
60
201 to ≤285
69
66
60
>2868
72
69
63
NHS & NJDOT
Roadways other than
Freeways or Limited
Access Highways with
speed limit ≤ 35 MPH
≤ 60
70
70
70
70
70
61 to ≤95
74
70
70
70
96 to ≤170
77
74
70
70
171 to≤200
0.64C7
77
74
70
201 to ≤285
81
77
70
>2868
84
81
74
Local Roadway with
Posted Speed ≥45
MPH
C
80
0.7C or 80
whichever
is higher
0.49C or
80
whichever
is higher
0.34C or
80
whichever
is higher
0.24C or
80
whichever
is higher
Local Roadway with
Posted Speed <45
MPH
C
100
0.84C or
100
whichever
is higher
0.59C or
100
whichever
is higher
0.41C or
100
whichever
is higher
0.29C or
100
whichever
is higher
1.
The Department will determine target IRI (T) of roadways containing multiple speed limits of greater than
35 MPH and less than or equal to 35 MPH based on the following equation:
Target IRI of a roadway consists of N Roadway type T = T1L1 + T2L2 + ⋯… TNLN
L1+L2+L3+ … . LN
Where TN is the Target IRI of N section and LN is the length of N section in miles to the nearest 0.01 mile
2.
Current average IRI (C) is the average of the latest available preconstruction IRI data.
3.
The target IRI (T) is selected or calculated from the table and rounded to the nearest whole number.
4.
Multiply T with 1.05 for HMA over Concrete, if total HMA after proposed treatment is less than 8 inch thick.
5.
Milling is one operation. Paving each layer of asphalt mix is an individual operation unless plans specify
paving a mix in two lifts. In such case, each lift is considered as an operation.
6.
Construction or reconstruction of full pavement box on subgrade is new construction or reconstruction.
7.
Use Pay Equation as below:
IRI≤T
PA=PAE*
IRI>T
PA=PAE
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-98 of 103
*Positive Pay adjustment will be used to offset negative pay adjustment. Total pay adjustment
for each lane will not be greater than zero, but may result in a negative pay adjustment.
8.
For paving over rubblized concrete, use C >286 to determine target IRI, then multiply T with 1.05 if total
HMA after proposed treatment is less than 8-inch thick.
9 Paving in one lift with no corrective work such as milling, grinding or pre-levelling of at least 25 percent of
surface area of existing pavement is one operation.
b.
Corrective Action. The Department may require corrective action or assess the maximum negative
pay adjustment as computed in Table 401.03.07-7, if the average IRI after testing is performed of
NHS or NJDOT jurisdiction roadway is greater than 170 inches per mile, or average IRI local roadway
is greater than T+80 or 170 whichever is higher. If the Department requires corrective action
submit a plan for corrective action. If the plan for corrective action is approved and the lot is
corrected, the Department will retest and
valuate the corrected area as a new lot that must meet the same requirements as the initial work. If the
plan for corrective action is not approved, the Department may require removal and replacement.
The replacement work is subject to the same
requirements as the initial work.
401.03.08 Core Samples
REPLACE THIS SUBSECTION WITH THE FOLLOWING:
The LPA will designate an independent testing agency (Laboratory) to perform the quality assurance sampling, testing and
analysis. The Laboratory is required to be accredited by the AASHTO Accreditation Program (www.amrl.net). The Laboratory’s
accreditation must include AASHTO T 166 and AASHTO T 209. The Laboratory Technician who performs the quality assurance
sampling shall be certified by the Society of Asphalt Technologists of New Jersey as an Asphalt Plant Technologist, Level 2.
Upon completion of an HMA lot, the Laboratory shall drill cores at random locations at least 12 hours after paving. Take cores in
the presence of the RE. The Laboratory will determine air voids from 5 (Five) 6 inch diameter cores taken from each lot in
random locations within the traveled way and at least one core in each travel lane. The HMA Coring Layout Sheet provided on
the Local Aid Website must be utilized by the Laboratory to determine the random locations of the cores. The Laboratory may
rerun the random location functions on the HMA Coring Layout Sheet to resolve any conflicts generated by the HMA Core
Sampling Plan form and physical limitations of the HMA lot, such as utility conflicts, or the specifications defined herein. The
Laboratory must disclose the contents of the HMA Core Sampling Plan with the Contractor to assist in the schedule of
construction.
The Laboratory shall use drilling equipment with a water-cooled, diamond-tipped masonry drill bit that produces 6
inch nominal diameter cores for the full depth of the pavement. The Laboratory shall remove the core from the
pavement without damaging it. After the Laboratory removes the core, the Laboratory shall remove all water from
the hole. The Laboratory shall apply an even coating of tack coat to sides of the hole. The Laboratory shall place
cold patching material or HMA in maximum lifts of 4 inches
the hole and compact each lift. If cold patching material is utilized to fill the coring hole, then it is not necessary to
apply tack coat to the sides of the hole. The Laboratory shall ensure that the final surface is 1/4 inch above the
surrounding pavement surface.
HMA cores are to be taken from the HMA lot for quality assurance sampling, testing and analysis within seven (7)
days of completing the HMA lot. For test strip lots and the first traveled way lot, the Laboratory shall deliver cores
from the field to the testing Laboratory within 48 hours of completing the lot. The Laboratory shall deliver all other
acceptance cores within 7 days of completing the lot.
After each air void lot is placed, the Laboratory shall drill cores so that the full depth of the course is recovered for air void
acceptance testing. If thickness acceptance testing is required as specified in 401.03.07.I, the Laboratory shall drill the surface
course air void cores for the full depth of pavement.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-99 of 103
The Laboratory shall utilize a tamper proof core sample box for core storage and transportation. The Laboratory shall ensure
that the core sample box can be locked and sealed and is tamper proof in such a manner that it cannot be opened without
removing the seals. The Laboratory shall ensure that the core sample box provides protection for the cores from being disturbed
or damaged during transit. The Laboratory shall mark the assigned core number on the side of the sample. The Laboratory shall
place core samples in the core sample box. The Laboratory shall transport the sealed core sample boxes to the testing
Laboratory.
The Laboratory will not accept damaged core samples for testing. If the core sample box exhibits indications of tampering, the
core samples will be rejected. If any core samples are rejected, drill a replacement core at the same offset and within 5 feet of
the original station and deliver to the Laboratory as specified above within 48 hours.
If the project is utilizing quality control cores, the Laboratory shall provide the results of the quality control core testing to the
Contractor in a timely manner which will not unnecessarily impede construction.
401.04 Measurement and Payment
REPLACE THIS SUBSECTION WITH THE FOLLOWING:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
DENSE-GRADED AGGREGATE BASE COURSE, VARIABLE THICKNESS (If & Where as Directed)
CUBIC YARD
HMA Profile MILLING, 0”-2” THICK (INCL. SAWCUTTING)
SQUARE YARD
HOT MIX ASPHALT PAVEMENT REPAIR, 6” DEPTH
SQUARE YARD
HOT MIX ASPHALT LEVELLING COURSE, <1”
SQUARE YARD
HOT MIX ASPHALT 12.5M64 SURFACE COURSE, 2” THICK (INCL. SWEEPING & TACK COAT)
TON
The RE will measure HOT MIX ASPHALT PAVEMENT REPAIR before overlay by the square yard of area bounded by the
sawcuts.
The price of SWEEPING & TACK COAT shall be included in the price per ton of HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE.
The RE will measure HOT MIX ASPHALT 12.5M64 SURFACE COURSE and HOT MIX ASPHALT LEVELLING COURSE by the ton
as indicated on the certified weigh tickets, excluding unused material.
The Department will make a payment adjustment for HMA air void quality per lot by the following formula:
Pay Adjustment Per HMA Lot = - Q x BP x Reduction Per Lot (%)
Where:
BP =
Bid Price of HMA
Q =
Quantity of HMA in lot receiving payment adjustment
Reduction Per Lot (%) = Air void Reduction (%) per lot as specified in 401.03.07.H.
The Department will make a payment adjustment for HMA thickness quality per lot by the following formula:
Pay Adjustment Per HMA Lot = - Q x BP x Percent Reduction (%)
Where:
BP =
Bid Price of HMA
Q =
Quantity of HMA in lot receiving payment adjustment
Percent Reduction (%)
Thickness Percent Reduction (%) per lot as specified in 401.03.07.I.
The Department will make a payment adjustment for HMA ride quality, as specified in 401.03.07.J.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-100 of 103
DIVISION 600 – MISCELLANEOUS CONSTRUCTION
SECTION 601 PIPE
601.03.04 Underdrain
A.
Excavating.
THE FOURTH PARAGRAPH IN PART A IS CHANGED TO:
If the material at the bottom of the trench is rock or other hard material, remove at least 6 inches of the
material for RCP or at least 12 inches of the material below the bottom of the pipe for corrugated metal, steel,
aluminum alloy pipe, HDPE or polypropylene (PP). Backfill the undercut with Class C bedding.
601.04 Measurement And Payment
Item
Pay Unit
15” HIGH DENSITY POLYETHYLENE PIPE
LINEAR FOOT
15” HIGH DENSITY POLYETHYLENE END SECTION
UNIT
15” REINFORCED CONCRETE END SECTION
UNIT
SECTION 602 – DRAINAGE STRUCTURES
602.03.03 Set Casting, Reset Casting, and Reconstructed Inlet and Manhole
THE FIRST PARAGRAPH IS CHANGED TO:
When modifying less than 1 foot of an inlet or manhole, set a new casting, or reset the existing casting. When
modifying 1 foot or more of an inlet or manhole, reconstruct the inlet or manhole.
602.04 Measurement And Payment
Item
Pay Unit
EXTENSION FRAME FOR EXISTING INLET, TYPE E
UNIT
EXTENSION FRAME FOR EXISTING INLET, TYPE A
UNIT
BICYCLE SAFE GRATE (INLET, TYPE E)
UNIT
SECTION 607 – CURB
607.01 DESCRIPTION
THE PARAGRAPH IS CHANGED TO:
This Section describes the requirements for constructing concrete curb, granite curb, and HMA curb, for resetting
granite curb, and for cutting concrete vertical curb.
607.02.01 Materials
THE FOLLOWING IS ADDED:
Epoxy Waterproofing ....................................................................................................................................... 912.02.02
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-101 of 103
607.02.02 Equipment
THE FOLLOWING IS ADDED:
Concrete Vertical Curb Saw .................................................................................................................. 1008.07
THE FOLLOWING SUBPART IS ADDED:
607.03.08 Sawcut Vertical Curb
The RE will determine if the existing concrete vertical curb is suitable for sawcutting. Construct cast in place curb
as specified in 607.03.02 if the existing curb exhibits visible cracking or deterioration or both.
Provide a concrete vertical curb saw as specified in 1008.07. Construct erosion control measures as specified in
158.03.02. Set the concrete vertical curb saw height to the desired vertical curb face height. Sawcut the vertical
curb to within ±1/2 inch of the desired curb face dimension. Sawcut grooves as specified in 507.03.02.L to
transition height differentials.
Finish the sawcut concrete vertical curb as specified in 607.03.01.E. Seal sawcut concrete with epoxy
waterproofing as specified in 504.03.03. Prepare sawcut surface of concrete vertical curb according to
manufacturer’s directions before applying epoxy waterproofing.
Dispose of cut material as specified in 201.03.01.H.
607.04 MEASUREMENT AND PAYMENT
Item
Pay Unit
BELGIAN BLOCK CURB
LINEAR FOOT
SECTION 610 – TRAFFIC STRIPES, TRAFFIC MARKINGS, AND RUMBLE STRIPS
610.04 MEASUREMENT AND PAYMENT
THE SUBPART IS CHANGED TO:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
TRAFFIC STRIPES, ___"
LINEAR FOOT
The Department will measure TRAFFIC STRIPES by the linear foot for each specified width of stripe. The
Department will not measure gaps in striping.
SECTION 612 – SIGNS
612.02 MATERIALS
THE FOLLOWING MATERIAL IS CHANGED TO:
Steel “U” and Square Tube Post Sign Supports ........................................................................................................... 911.02.01
612.03 CONSTRUCTION
612.03.01 Regulatory and Warning Signs, and Guide Sign, Type GA Steel “U” Post Supports
THE SUBPART IS RENAMED TO:
612.03.01 Regulatory and Warning Signs, and Guide Sign, Type GA Steel “U” and Square Tube Post Supports
THE SECOND PARAGRAPH IS CHANGED TO:
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-102 of 103
Mount sign panels on breakaway steel “U” or square tube post sign supports. For signs located behind guide rails or other
roadside barriers, mount sign panels on steel “U” or square tube post sign supports without the breakaway assembly.
612.04 MEASUREMENT AND PAYMENT
Item
Pay Unit
REGULATORY AND WARNING SIGNS (IF & WHERE AS DIRECTED)
SQUARE FOOT
DIVISION 900 – MATERIALS
SECTION 902 – ASPHALT
902.01.01 Asphalt Binder
THE FIRST TWO PARAGRAPHS ARE CHANGED TO:
Use an asphalt binder that is storage-stable and conforms to AASHTO M 332. Include compliance with the elastic
response requirement in Figure 1 of AASHTO R 92, if applicable.
902.02.01 Mix Designations
PART (4) IS CHANGED TO:
4.
“E” The fourth field in the Item description designates the high temperature designation of the
performance-graded binder. Options are “64” for PG 64S-22 and “E” for PG 64E-22.
902.02.03 Mix Design
THE FOLLOWING IS ADDED TO THE FIRST PARAGRAPH:
Unless otherwise approved by the engineer, only one source of supply for hot mix asphalt surface course may be used on the
project.
A
General Acceptance Requirements.
THE SECOND PARAGRAPH OF SECTION (A) IS CHANGED TO:
For PG 64S-22, ensure that the temperature of the mixture at discharge from the plant or surge and storage
bins is at least 290 °F when the ambient temperature is less than 50 °F or is at least 275 °F when the
ambient temperature is greater than or equal to 50 °F. For PG 64E-22, ensure that the temperature of the
mixture at discharge from the plant or surge and storage bins is at least 10 °F above the manufacturer’s
recommended laydown temperature. For mixes produced using a WMA additive or process, ensure that the
temperature of the mixture at discharge from the plant or surge and storage bins is at least 10 °F above the
WMA manufacturer’s recommended laydown temperature.
902.02.04 Sampling and Testing
THE FOLLOWING SUBSECTION IS ADDED:
E. Acceptance of HMA. The Department may accept the HMA as specified in 902.02.04.A through 902.02.04.E by employing
staff or an independent testing agency at the HMA plant during production. The inspector who performs the
quality assurance sampling shall be certified by the Society of Asphalt Technologists of New Jersey as an Asphalt
Plant Technologist, Level 2. Form “DS-8 HMA Testing Summary Report – State Aid” provided on the Local Aid
Website must be utilized by the Laboratory to report their findings to the RE.
Alternatively, the Department may accept the HMA by Certification of Compliance according to 106.07.
ROADWAY IMPROVEMENT PLAN FOR MA-2024 MOUNTAIN ROAD SECTION 1 AND ROADWAY IMPROVEMENT PLAN FOR MA-
2025 MOUNTAIN ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
Page SS-103 of 103
902.06.01 Composition
THE SECOND PARAGRAPH IS CHANGED TO:
The mixture shall consist of asphalt binder and aggregate and may contain a WMA additive. Use asphalt binder
that is PG 64S-22 as specified in 902.01.01. Use aggregate that conforms to 901.05.01 or 901.05.02 and the
gradation requirements specified in Table 902.06.01-1.
902.07.02 Asphalt-Rubber Binder
PART (2) SUBSECTION (A) IS CHANGED TO:
2.
Asphalt Binder.
a.
Use asphalt binder that conforms to AASHTO M 332, Table 1; PG 64S-22, PG 58-28 or an approved
blend of both grades. The asphalt binder producer is required to provide the asphalt binder quality
control plan annually to the ME for approval. Ensure that the quality control plan conforms to
AASHTO R 26. Submit to the ME a certification of compliance, as specified in 106.07, for the
asphalt binder. The ME will perform quality assurance sampling and testing of each asphalt binder
lot as defined in the approved quality control plan.
NJDOT TEST METHODS
NJDOT R-1 – DETERMINING RIDE QUALITY OF PAVEMENT SURFACES
B.
Apparatus.
PART B IS CHANGED TO:
Use the following apparatus:
1.
Class 1 IPS that meets the requirements of ASTM E 950, Sections 4.0, 5.0 and 6.0 of AASHTO M 328,
and the following:
a.
Valid certification.
b
Recertification after any major component repairs or replacements.
c.
The data system provides the raw profile data in format readable in ProVal.
d.
Current version of pavement profile analysis software installed on the IPS computer to compute the
IRI.
2.
Base plate and gauge blocks, of 1 inch and 2-inch thickness, provided by the manufacturer to verify daily
vertical calibration.
3.
Retro-reflective traffic marking tape or other approved mechanism to automatically trigger the start and
stop of profile measurements.
C.
Procedure.
PART C IS CHANGED TO:
Perform the following steps:
1.
Turn on the inertial profiler and warm up all electronic equipment in accordance with the manufacturer
recommendations before testing.
2.
Perform Block and Bounce tests each day before collecting data. Record the results in the calibration log.
Ensure tolerances are within the certified limits.
3.
Ensure retro-reflective traffic marking tape or other approved mechanism is placed at the beginning and
end of each direction of travel lane.
4.
Enter project information in the test equipment system.
5.
Make provisions to start and stop recording profile at the beginning and end of testing. If an automatic
trigger mechanism is not installed, make provision to initiate start and end of data recording manually by
pressing an appropriate key(s) on the computer.
6.
Ensure that the required speed, as recommended by the manufacturer, is achieved and that the system
is collecting profile data before recording profile.
7.
For each test section, perform 3 test runs to collect data of both wheel paths of each lane in the
longitudinal direction of travel. The wheel path is defined as being located approximately 3 feet on each
side of the centerline of the lane and extending for the full length of the lane. Lanes are defined by
striping.
8.
Save data from each run separately before the next run or lane testing, clearly identifying each test run,
lane identification, and run number.
ATTACHMENT 1
STATE FUNDED PROJECT ATTACHMENT 1
SMALL BUSINESS ENTERPRISE UTILIZATION ON WHOLLY STATE FUNDED PROJECTS
A.
Utilization of Small Business Enterprises Businesses as Subcontractors, Transaction Expeditors,
Regular Dealers, Manufacturers and Truckers. The Department advises the Contractor and
subcontractor that failure to carry out the requirements set forth in this attachment constitutes a material
breach of Contract and, after notification to the applicable State agency, may result in termination of the
agreement or Contract by the Department or such remedy as the Department deems appropriate.
Requirements set forth in this section shall also be physically included in all subcontract agreements in
accordance with State of New Jersey requirements.
B.
Policy. It is the policy of the Department that small businesses, as defined in N.J.A.C. 17:13-1.2 et seq.
comprising a Small Business Enterprise (SBE) shall have the maximum opportunity to participate in the
performance of contracts financed wholly with State funds. In this regard, the Department and all
Contractors shall take all necessary and reasonable steps to ensure that registered Small Business
Enterprises are utilized on, compete for, and perform on NJDOT construction contracts.
C.
Definitions
1.
Small Business Enterprise. A business which has its principal place of business in the State of
New Jersey; is independently owned and operated; has no more than 100 full-time employees; has
gross revenues that do not exceed the applicable Federal revenue standards referenced at
N.J.A.C. 17:13-2.1 and satisfies any additional eligibility standards under this chapter.
Small businesses with no more than 100 full-time employees will be registered in one of the
following three categories:
a.
Small business with gross revenues that do not exceed $3 million.
b.
Small businesses with gross revenues that do not exceed 50 percent of the applicable annual
revenue standards set forth in federal regulation at 13 CFR 121.201, incorporated herein by
reference, and as may be adjusted periodically.
c.
Small business with gross revenues that do not exceed the applicable annual revenue
standards set forth in federal regulation at 13 CFR 121.201, incorporated herein by reference,
as may be adjusted periodically.
The business must be independently owned and operated, with management being responsible for
both its daily and long-term operation, as well as owning at least 51 percent interest in the business.
Businesses must be incorporated or registered with the Division of Revenue & Enterprise Services
to do business in the State and have its principal place of business in New Jersey, defined when:
a.
51 percent or more of its employees work in New Jersey supported by paid New Jersey
unemployment taxes or;
b.
51 percent or more of its business operations/activities occur in New Jersey supported by
income and/or business tax returns.
c.
The business must be a sole proprietorship, partnership, limited liability company or
corporation with 100 or fewer employees in full-time positions, not including:
1.
Seasonal and part-time employees employed for less than 90 days, if seasonal and
casual part-time employment are common to that industry and
2.
Consultants employed under contracts for which the business wants to be eligible as a
small business.
2.
Commercially Useful Function (CUF). A SBE performs a commercially useful function when it is
responsible for execution of a distinct element of the work of a contract and carrying out its
responsibility by actually performing, managing, and supervising the work involved. To perform a
commercially useful function, the SBE must also be responsible, with respect to materials and
supplies used on the contract, for preparing the estimate, negotiating price, determining quality and
ATTACHMENT 1
quantity, ordering the material, arranging delivery, installing (where applicable), and paying for the
material and supplies itself for the project.
3.
Transaction expeditor (broker). A SBE who arranges or expedites transactions and who
arranges for material drop shipments.
4.
SBE regular dealers. A firm that must be an established, regular business that engages, as its
principal business and under its own name, in the purchase and sale or lease of the products in
question. In addition, a regular dealer must own, operate, or maintain a store, warehouse, or other
establishment in which the materials, supplies, articles, or equipment required under this Contract
are bought, kept in stock, and regularly sold or leased to the public in the usual course of business.
5.
SBE manufacturer. A firm that operates or maintains a factory or establishment that produces on
the premises, the materials, supplies, articles, or equipment required for the Contract.
6.
Good faith effort (GFE). Efforts to achieve a SBE goal or other requirement of N.J.A.C. 17:13
et seq. which by their scope, intensity, and appropriateness to the objective, can reasonably be
expected to fulfill the program requirement. Efforts to include firms not certified as SBEs in the state
where the contract is being let are consequently not good faith efforts to meet a SBE contract goal.
D.
Compliance. The Contractor is responsible for compliance as specified in Section 105.
E
Contractor SBE Goal Obligations. Ensure that SBEs have an equal opportunity to receive and
participate in contracts and subcontracts financed in whole with State funds in performing work with the
Department. Take all necessary and reasonable steps in accordance with the Contract to ensure that
SBEs are given equal opportunity to compete for and to perform on the Department’s wholly State
funded projects. Do not discriminate in the award and performance of any Contract obligation including,
but not limited to, performance of obligations on wholly State funded contracts, as specified in Section
107.
1.
Post Award Obligations
a.
Give SBEs equal consideration with non-small business firms in negotiation for any
subcontracts, purchase orders or leases.
b.
Attempt to obtain qualified SBEs to perform the work. A directory of registered Small
Businesses Enterprise firms can be found in the New Jersey Selective Assistance Vendor
Information
(NJSAVI)
database
online
at:
https://www20.state.nj.us/TYTR_SAVI/vendorSearch.jsp
2.
Affirmative Action After Award of the Contract
a.
Subletting. If at any time following the award of the Contract, the Contractor intends to sublet
any portion(s) of the work under said Contract, or intends to purchase material or lease
equipment not contemplated during preparation of bids, take affirmative action:
(1) Notify the RE, in writing, of the type and approximate value of the work which the
Contractor intends to accomplish by such subcontract, purchase order or lease.
(2) Submit the Post-Award SBE Certification Form to the Regional Supervising Engineer with
the application to sublet, or prior to purchasing material or leasing equipment. Obtain
Post Award SBE Certification forms from the RE.
(3) Efforts made to identify and retain a SBE as a replacement subcontractor, lower tier
subcontractor, transaction expeditor, regular dealer, supplier, manufacturer, or trucker
when the arrangements with the original SBE prove unsuccessful, shall be followed as
specified for SBE subcontractors in Section 108. Work in the category concerned shall
not begin until such approval is granted in writing by the Department.
(4) Notification of a SBE subcontractor’s termination will be the same as for SBE
subcontractors, specified in Section 108. Send notice in writing to the Department
through the RE, with a copy to DCR/AA. Said termination notice will include the firm’s
ethnic classification, whether the firm is a SBE and the detailed reason(s) for termination.
ATTACHMENT 1
b.
Selection and Retention of Subcontractors. Do not discriminate in the selection and
retention of subcontractors, including procurement of materials and leases of equipment as
specified in 108.01. Provide the RE with a listing of firms, organizations or enterprises solicited
and those utilized as subcontractors on the proposed project. Such listing shall clearly
delineate which firms are classified as SBEs. Provide the RE with subcontract agreements for
all subcontractors performing work on the Contract as specified in Section 108.
(1) Efforts made to identify and retain a SBE as a replacement subcontractor, lower tier
subcontractor, transaction expeditor, regular dealer, supplier, manufacturer, or trucker
when the arrangements with the original SBE prove unsuccessful, shall be the same as
for SBE subcontractors and submitted as specified in Section 108. Work in the category
concerned shall not begin until such approval is granted in writing by the Department.
(2) Notification of a SBE firm’s termination will be as specified in Subsection 108.01. Send
notice in writing to the Department through the RE. Said termination notice will include
the firm’s ethnic classification, whether the firm is a SBE and the detailed reason(s) for
termination.
c.
Meeting Contract SBE Goal. Report attainment toward meeting the Contract SBE goal by
submitting monthly, all SBE participation, to the Department’s RE and DCR/AA Contract
Compliance Unit using the CR-267 – Monthly Report of Utilization of DBE/ESBE or SBE form.
The form is due by the 5th of the month and must list all SBEs used on the Contract to meet
the Contract goal, the specific Contract work items each SBE is performing, whether the SBE
is performing full or partial work on the items, and the amount paid to each SBE each month.
Failure to report the information, and accurately report it may result in payment being delayed
or withheld as specified in Section 105, assessing sanctions, or termination of the Contract as
specified in Section 108.
d.
Termination, Substitution or Replacement of SBEs. Make good faith efforts to replace a
SBE that is terminated or has otherwise failed to complete its work on the Contract with
another registered SBE, to the extent needed to meet the Contract SBE goal. Notify the
DCR/AA immediately of the SBE’s inability or unwillingness to perform and provide reasonable
documented evidence. Prior to termination, substitution, or replacement of a SBE
subcontractor, lower-tier subcontractor, transaction expeditor, regular dealer, supplier,
manufacturer, or trucker, submit a Revised CR-266 – Schedule of DBE.ESBE/SBE
Participation form to the Department naming the replacement SBE firm(s), type of work
performed, specific Contract work items, whether the SBE is performing full or partial work on
the items, dollar value and percent of total Contract for each SBE firm. Submit detailed written
explanation of why each change is being made, including documented evidence of good faith
effort(s) with the submission of the revised Form CR- 266. Submit along with the revised CR-
266: 1) a completed Confirmation of SBE Firm (Form CR-273) to demonstrate direct written
confirmation from each SBE firm participating on the Contract, confirming the kind and amount
of
work
that
was
provided
on
the
Contractor’s
CR-266, and if applicable; 2) a completed SBE Regular Dealer/Supplier Verification (Form CR-
272) for all SBE Regular Dealers/Suppliers listed on the revised CR-266; and if applicable, 3) a
completed SBE Trucking Verification (Form CR-274) for all SBE truckers listed on the revised
CR-266 form. The Contractor is not permitted to complete any portion of the CR-273, CR-272
or CR-274 forms. Termination, substitution, or replacement of SBEs shall be made as
specified in Section 108. Termination or replacement of SBE cannot be made without prior
written approval of the Department as per Section108.
e.
Submission of Good Faith Effort Documentation. If the Contractor is unable to meet the
Contract goal for SBE participation, submit to the DCR/AA for review and approval,
documented evidence of good faith efforts along with the monthly CR-267 form. This
submission must include written details addressing each of the good faith efforts outlined in the
Contract. Submittal of such information does not imply DCR/AA approval.
F.
SBE Goals for this Contract. This Contract includes a goal of awarding 0 percentage of the Total
Contract Price to subcontractors qualifying as SBEs.
ATTACHMENT 1
NOTE: SUBCONTRACTING GOALS ARE NOT APPLICABLE IF THE PRIME CONTRACTOR IS A
REGISTERED SMALL BUSINESS ENTERPRISE (SBE) FIRM.
The Department’s DCR/AA has sole authority to determine whether the Contractor met the Contract goal
or made adequate good faith efforts to do so. If the DCR/AA determines that the Contractor has failed to
meet the Contract SBE goal or made adequate good faith efforts to do so, the Department will follow
Section 105.
G.
Counting SBE Participation.
1.
Each SBE is subject to a registration procedure to ensure its SBE eligibility status prior to the award
of Contract. All SBEs working on the Contract must be registered SBEs. Only Small Business
Enterprises registered prior to the date of bid, or prospective Small Business Enterprises that have
submitted to the New Jersey Commerce and Economic Growth Commission on or before the day of
bid, a completed “State of New Jersey Small Business Vendor Registration Form” and all the
required support documentation, will be considered in determining whether the Contractor has met
the established Contract SBE goal. Early submission of required documentation is encouraged.
2.
The Department determines the percentage of SBE participation that will be counted toward the
Contract SBE goal. Once a firm is determined to be a bona fide SBE by the New Jersey Commerce
and Growth Commission, the total dollar value of the contract awarded to the SBE is counted
toward the applicable goal.
3.
The Contractor will count SBE participation toward the Contract SBE goal only the value of the work
actually performed by a SBE when that SBE performs a commercially useful function in the work of
a contract as per Section H of this Special Provision Attachment.
4.
If a Contractor is part of a Joint Venture and one or more of the Sole Proprietorships, Partnerships,
Limited Liability companies or Corporations comprising the Joint Venture is a registered SBE, the
actual payments made to the Joint Venture for work performed by the SBE member, will be applied
toward the Contract SBE goal. Payments made to the Joint Venture for work performed by a non-
small business firm will not be applied toward the Contract SBE goal.
5.
If the Contractor is a registered SBE, payments made to the Contractor for work that the Contractor
is registered to perform and performed by the Contractor will be applied toward the Contract SBE
goal. Payments made to the Contractor for work performed by non-SBEs will not be applied toward
the Contract SBE goal.
6.
When a SBE subcontracts part of the work of its contract to another firm, the value of the
subcontracted work may be counted towards the SBE goal only if the subcontractor itself is an SBE.
Work that a SBE subcontracts to a non-SBE firm does not count toward the Contract SBE goal.
H.
Commercially Useful Function
1.
Performance of Work. The SBE must perform the work with their own permanent employees, or
employees recruited through traditional recruitment and/or employment centers. SBEs must employ
and control their own workforce, and cannot share employees with the Contractor, other
subcontractors on the present project, or the renter-lessor of equipment being used on the present
project. The SBE firm must be responsible for all payroll and labor compliance requirements for all
of their employees performing work on the Contract. Direct or indirect payments by any other
contractor are not allowed.
2.
Managing Work. The SBE must manage the work themselves including the scheduling of work
operations, ordering of equipment and materials, hiring/firing of employees, including supervisory
employees, and preparing and submitting certified payrolls. The SBE must supervise their portion
of daily work operations of the project. With respect to materials and supplies used on the Contract,
the SBE must be responsible for preparing the estimate, negotiating price, determining quantity and
quality, ordering the material, arranging delivery, installing, (where applicable), and paying for the
material and supplies for the project.
3.
Responsibility of Work. A SBE must perform or exercise responsibility for at least 30 percent of
the total cost of its contract with its own workforce. The SBE must not subcontract a greater portion
of the work of a contract than would be expected on the basis of normal industry practice for the
type of work involved.
ATTACHMENT 1
4.
Equipment of SBE. The SBE must perform the work stated in the subcontract with their own
equipment, whether owned or leased and operated on a long-term agreement, not an ad hoc or
contract by contract agreement. The equipment must be owned by the SBE firm or leased/rented
from traditional equipment lease/rental sources. The equipment will not belong to the Contractor,
any other subcontractor or lower tier subcontractors on the current project, or supplier of materials
being installed by the SBE firm.
5.
Lease of Equipment. A SBE firm may lease specialized equipment from a contractor, but not from
the Contractor, if it is consistent with normal industry practices and at rates competitive for the area.
Rental agreements must be for short periods of time, specify the terms of the agreement and
involve specialty equipment to be used at the job site. The lease may allow the operator to remain
on the lessor’s payroll if it is the generally accepted industry practice, but the operation of the
equipment must be subject to full control by the SBE. The SBE shall provide the operator for non-
specialized equipment and is responsible for all payroll and labor compliance requirements. A
separate lease agreement is required.
6.
SBE Trucking. SBE trucking companies must perform a commercially useful function. Contrived
arrangements for the purpose of meeting SBE goals will not be allowed. The SBE must be
responsible for the management and supervision of the entire trucking operation on a contract-by-
contract basis, and must own and operate at least one fully, licensed, insured, and operational truck
used on the Contract.
The SBE trucking firm is not permitted to obtain trucks from the Contractor to perform work on the
project. The SBE may lease trucks from a subcontractor working on the project, provided the trucks
are obtained from the subcontractor prior to the project letting. Bona fide lease agreements must be
for the length of time needed by the SBE on the Contract and signed by both the SBE and the
firm(s), either certified SBE or non-SBE, from which the trucks will be leased. Leases must indicate
that the SBE has exclusive use and control over the truck. All leased trucks must display the name
and USDOT identification number issued for interstate commerce, of the SBE firm, on the outside of
the truck. SBE firms are expected to use the same trucks for SBE credit on all projects so use of
leased vehicles on a project-by-project basis is not permitted.
The Contractor shall have signed Hiring Agreements. Submit copies of these signed Hiring
Agreements, and copies of all signed lease agreements to the RE prior to the trucking firm’s
commencing work on the project. Prior to the SBE trucking firm beginning work on the Contract,
SBE Trucking firms will be required to complete the SBE Trucking Verification (Form CR-274). The
SBE and Contractor must sign the form and the Contractor submit the original CR-274 form directly
to the Department’s RE, with a copy submitted to the DCR/AA. The Contractor is not permitted to
complete any portion of the CR-274 form. The Contractor must prepare, sign and submit along with
the
CR-267 – Monthly Report of Utilization of DBE/ESBE or SBE form, a Monthly Trucking Verification
form (CR-271), identifying each truck owner, SBE Certification number, company name and
address, truck number, and commission or amount paid for all SBE and non-SBE truckers
performing work on the project. Also, submit the form to the Department as per Section E of this
Special Provision for the DCR/AA’s review, approval, and determination of credit toward the
Contract goal. Failure to submit the forms may result in denial or limit of credit toward the Contract
SBE goal, payment being delayed or withheld as specified in Section 105, assessing sanctions or
termination of the Contract as specified in Section 108.
7.
SBE Regular Dealers. SBE regular dealers must be an established, regular business that
engages, as its principal business and under its own name, in the purchase and sale or lease of the
products in question. In addition, a regular dealer must own, operate, or maintain a store,
warehouse, or other establishment in which the materials, supplies, articles, or equipment of the
general character described by the specifications and required under this Contract are bought, kept
in stock, and regularly sold or leased to the public in the usual course of business.
ATTACHMENT 1
8.
SBE Manufacturers. SBE manufacturers must be a firm that operates or maintains a factory or
establishment that produces on the premises, the materials, supplies, articles, or equipment
required for this Contract.
9.
The Contractor shall not use a SBE solely for the purpose of acting as an extra participant in a
transaction, a contract or the Contract through which funds are passed in order to obtain the
appearance of SBE participation.
I.
Good Faith Effort. To demonstrate good faith efforts to meet the Contract SBE goal, a Contractor shall,
on an ongoing basis, adequately document the steps it takes to obtain SBE participation, including but
not limited to the following:
1.
Conducting market research to identify qualified potential small business subcontractors and
suppliers and soliciting through all reasonable and available means, the interest of registered SBEs
that have the capability to perform the work of the Contract. This may include attendance at pre-bid
and business matchmaking meetings and events, advertising and/or written notices, posting of
Notices of Sources Sought and/or Requests for Proposals, written notices, or emails to all
registered SBEs listed in the New Jersey Selective Assistance Vendor Information (NJSAVI)
database that specialize in the areas of work desired (as noted in SAVI) and which are located in
the area or surrounding areas of the project.
Solicit this interest as early in the acquisition process as practicable to allow the SBEs to respond to
the solicitation and submit a timely offer for the subcontract. Determine with certainty if the SBEs
are interested by taking appropriate steps to follow up initial solicitations.
Request a listing of small businesses from the New Jersey Department of the Treasury, Division of
Property Management and Construction if none are known to the Contractor
2.
Selecting portions of the work to be performed by SBEs in order to increase the likelihood that the
SBE goals will be achieved. This includes, where appropriate, breaking out Contract work items
into economically feasible units (for example, smaller tasks or quantities) to facilitate SBE
participation, even when the Contractor might otherwise prefer to perform these work items with its
own forces. This may include, where possible, establishing flexible timeframes for performance and
delivery schedules in a manner that encourages and facilitates SBE participation.
3.
Providing all potential SBE subcontractors with detailed information about the plans, specifications,
and requirements of the Contract in a timely manner to assist them in responding to a solicitation
with their offer for the subcontract. Attempt to contact all potential subcontractors on the same day
and use similar methods to contact them.
4.
Negotiating in good faith with interested SBEs. Make a portion of the work available to SBE
subcontractors and suppliers and select those portions of the work or material needs consistent with
the available SBE subcontractors and suppliers, so as to facilitate SBE participation. Evidence of
such negotiation includes the names, addresses, and telephone numbers of SBEs that were
considered; a description of the information provided regarding the plans and specifications for the
work selected for subcontracting; and evidence as to why additional Agreements could not be
reached for SBEs to perform the work.
Consider a number of factors in negotiating with subcontractors, including SBE subcontractors.
Take a firm’s price and capabilities as well as Contract goals into consideration. The fact that there
may be some additional costs involved in finding and using SBEs is not in itself sufficient reason for
failure to meet the Contract SBE goal, as long as such costs are reasonable. The ability or desire of
a Contractor to perform the work of a Contract with its own organization does not relieve the
responsibility to make good faith efforts. Contractors are not, however, required to accept higher
quotes from SBEs if the price difference is excessive or unreasonable.
5.
Not rejecting SBEs as being unqualified without sound reasons based on a thorough investigation of
their capabilities. The contractor’s standing within its industry, membership in specific groups,
organizations, or associations and political or social affiliations (for example union vs. non-union
status) are not legitimate causes for the rejection or non-solicitation of bids in the Contractor’s
ATTACHMENT 1
efforts to meet the Contract SBE goal. Another practice considered an insufficient good faith effort
is the rejection of the SBE because its quotation for the work was not the lowest received.
However, nothing in this paragraph shall be construed to require the Bidder to accept unreasonable
quotes in order to satisfy the Contract SBE goal.
Inability to find a replacement SBE at the original price is not alone sufficient to support a finding
that good faith efforts have been made to replace the original SBE. The fact that the Contractor has
the ability and/or desire to perform the contract work with its own forces does not relieve the
Contractor of the obligation to make good faith efforts to find a replacement SBE, and it is not a
sound basis for rejecting a prospective replacement SBE’s reasonable quote. Attempt, wherever
possible, to negotiate prices with potential subcontractors which submitted higher than acceptable
price quotes.
Keep a record of efforts, including the names of businesses contacted and the means and results of
such contacts.
6.
Making efforts to assist interested SBEs in obtaining bonding, lines of credit, or insurance as
required by the recipient or Contractor.
7.
Making efforts to assist interested SBEs in obtaining necessary equipment, supplies, materials, or
related assistance or services.
If the Contractor fails to meet the Contract SBE goal, they must submit documented evidence of good
faith effort(s) to meet the goal with the CR-268 final SBE Report to the DCR/AA for review and approval.
Submittal of such information does not imply DCR/AA approval. The Department’s DCR/AA has sole
authority to determine whether the Contractor met the Contract SBE goal or made adequate good faith
efforts to do so. If the DCR/AA determines that the Contractor has failed to meet the Contract SBE goal
or made adequate good faith effort to do so, the Department will follow Section 105.
J.
Submission of Affirmative Action Program
Contractors, subcontractors, and professional service firms performing work for the Department are
required to submit their company’s Affirmative Action Program annually to the DCR/AA. Contractors
must have an approved Affirmative Action Program on file in the DCR/AA no later than seven (7) State
business days after the date of bid opening. No recommendations to award will be made without an
approved Affirmative Action Program on file in the DCR/AA. Ensure subcontractors and professional
service firms have an approved Affirmative Action Plan on file in the DCR/AA prior to their beginning
work on a particular project.
The Annual Affirmative Action Program will include, but is not limited to the following:
1.
Copy of company’s comprehensive EEO/Affirmative Action Plan, with a cover page that includes the
company name and address, and signature of the Chief Executive or EEO Officer.
2.
Copy of document designating the company’s corporate EEO Officer, including the name, address
and contact telephone number for the officer, and signature of the Chief Executive or President, on
company letterhead.
3.
Copy of the company’s EEO Policy Statement on company letterhead, dated and signed by the
Chief Executive and the EEO Officer.
4.
Copy of the company’s Sexual Harassment Policy on company letterhead.
5.
EEO Legend such as letterhead, envelope, or published advertisement showing the company is an
equal opportunity employer.
6.
Copy of document designating the company’s SBE Liaison Officer to administer the firm’s Small
Business Program.
7.
SBE Affirmative Action Plan which is an explanation of affirmative action methods intended to be
used to seek out and consider SBEs as subcontractors, material suppliers or equipment lessors.
This refers to the Contractor’s ongoing responsibility, i.e., Small Business Enterprise/Affirmative
Action activities after the award of the Contract and for the duration of the Contract.
ATTACHMENT 1
K.
SBE Liaison Officer. Designate a SBE Liaison Officer who shall be responsible for the administration of
your SBE program in accordance with the Contract and ensuring that the Contractor complies with all
provisions of the SBE Program.
L.
Consent by Department to Subletting. The Department will not approve any subcontract proposed by
the Contractor unless and until said Contractor has complied with the terms of the Contract.
M. Conciliation. In cases of alleged discrimination regarding these and all equal employment opportunity
provisions and guidelines, investigations and conciliation will be undertaken by the DCR/AA.
N.
Documentation
1.
Requiring of Information. The Department or the State funding agencies may at any time require
information as specified in Subsection 107.02 and deemed necessary in the judgment of the
Department to ascertain the compliance of any Bidder, Contractor, or subcontractor with the terms
of the Contract.
2.
Record and Reports. The Contractor, subcontractors and other sub-recipients will keep such
records as are necessary to determine compliance with its SBE obligations. These records kept will
be designed to indicate:
a.
The names of SBE contractors, subcontractors, transaction expeditors and material suppliers
contacted for work on the Contract, including when and how contacted, and the specific
Contract work items and other information provided to each.
b.
Work, services, and materials which are not performed or supplied by the Contractor.
c.
The actual dollar value of work subcontracted and awarded to SBEs, including specific
Contract work items and cost of each work item.
d.
The progress being made, and efforts taken in seeking out and utilizing SBEs to include:
solicitations, specific Contract work items and the quotes and bids regarding those specific
Contract work items, supplies, leases, or other contract items, etc.
e.
Detailed written documentation of all correspondence, contacts, telephone calls, etc., including
names and dates/times, to obtain the services of SBEs on the Contract.
f.
Records of all SBEs and non-SBEs who have submitted quotes/bids to the Contractor on the
Contract.
g.
Monthly CR-267 – Monthly Report, Utilization of DBE/ESBE or SBE, and other reports required
for submission to the Department, hiring agreements, subcontracts, lease agreements,
equipment rental agreements, supply tickets, delivery slips, payment information, and other
records documenting SBE utilization on the Contract.
h.
Documentation outlining EEO workforce information for the Contract.
i.
Documentation outlining EEO and Affirmative Action efforts made in the administration and
performance of the Contract.
3.
Submission of Reports, Forms and Documentation. Submit reports, forms, and documentation,
as required by the Department, on those contracts and other business transactions executed with
SBEs in such form and manner as may be prescribed by the Department. Failure to submit the
required forms, reports or other documentation as required may result in payment being delayed or
withheld as specified in Section 105, assessing sanctions, or termination of the contract as specified
in Section 108. Submission of falsified forms, reports, or other required documentation may result
in termination of the Contract as specified in Section 108, investigation by the Department’s
Inspector General, and prosecution by the State Attorney General’s Office.
4.
Maintaining Records. All records must be maintained for a period of three (3) years following
acceptance of final payment and will be available for inspection by the Department, or the State
funding agencies.
O.
Prompt Payment to Subcontractors. Payment to subcontractors, equipment lessors, suppliers, and
manufacturers is made in accordance with Section 109.
P.
Non-Compliance. Failure by the Contractor to comply with the SBE program, rules, and regulations in
the administration of the Contract may result in denial or limit of credit toward the Contract SBE goal,
ATTACHMENT 1
payment being delayed or withheld as specified in Section 105, assessing sanctions, liquidated damages
as specified in Section 108, default as specified in Section 108, debarment, or termination of the
Contract as specified in Section 108. The Contractor may further be declared ineligible for future
Department contracts.
ATTACHMENT 2
STATE FUNDED PROJECT ATTACHMENT 2
STATE OF NEW JERSEY EQUAL EMPLOYMENT OPPORTUNITY SPECIAL PROVISIONS FOR WHOLLY
STATE FUNDED PROJECTS
A.
General. It is the policy of the New Jersey Department of Transportation (hereafter “NJDOT”) that its
contracts should create a workforce that reflects the diversity of the State of New Jersey. Therefore,
contractors engaged by the Department to perform under a construction contract shall put forth a good
faith effort to engage in recruitment and employment practices that further the goal of fostering equal
opportunities to minorities and women.
The Contractor must demonstrate to the Department’s satisfaction that a good faith effort was made to
ensure that minorities and women have been afforded equal opportunity to gain employment under the
Department’s contract with the Contractor. Payment may be withheld from a Contractor’s contract for
failure to comply with these provisions.
Evidence of a “good faith effort” includes, but is not limited to:
1.
The Contractor shall recruit prospective employees through the New Jersey career connections
website, managed by the Department of Labor and Workforce Development, available online at
http://careerconnections.nj.gov/careerconnections/for_businesses.shtml
2.
The Contractor shall keep detailed documented evidence of its efforts, including records of all
individuals interviewed and hired, including the specific numbers of minorities and women;
3.
The Contractor shall actively solicit and shall provide the Department with proof of solicitations for
employment, including but not limited to advertisements in general circulation media, professional
service publications and electronic media;
4.
The Contractor shall provide evidence of efforts described at 2 above to the Department no less
frequently than once every 12 months; and
5.
The Contractor shall comply with the requirements set forth at N.J.A.C. 17:27-1.1 et seq.
The Contractor is required to implement and maintain a specific Affirmative Action Compliance Program
of Equal Employment Opportunity in support of the New Jersey “Law Against Discrimination”,
N.J.S.A. 10:5-31 et seq., and according to the Affirmative Action Regulations set forth at
N.J.A.C. 17:27-1.1 et seq.
The provisions of N.J.S.A. 10:2-1 through 10:2-4 and N.J.S.A. 10:5-31 et seq., as amended and
supplemented) dealing with discrimination in employment on public contracts, and the rules and
regulations promulgated pursuant thereunto, are hereby made a part of this contract and are binding
upon the Contractor.
Noncompliance by the Contractor with the requirements of the Affirmative Action program for Equal
Employment Opportunity may be cause for delaying or withholding monthly and final payments pending
corrective and appropriate measures by the Contractor to the satisfaction of the Department.
The Contractor will cooperate with the State agencies in carrying out its Equal Employment Opportunity
obligations and in their review of its activities under the contract.
The Contractor and all its subcontractors, not including material suppliers, holding subcontracts of
$2,500 or more, will comply with the following minimum specific requirement activities of Equal
Opportunity and Affirmative Action set forth in these special provisions. The Contractor will include the
following mandatory equal employment opportunity language in every subcontract of $2,500 or more with
such modification of language in the provisions of such contracts as is necessary to make them binding
on the subcontractor.
During the performance of this Contract, the contractor agrees as follows:
1.
The Contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital
status, affectional or sexual orientation, gender identity or expression, disability, nationality, or sex.
The Contractor will ensure that equal employment opportunity is afforded to such applicants in
ATTACHMENT 2
recruitment and employment, and that employees are treated during employment, without regard to
their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual
orientation, gender identity or expression, veteran’s status, disability, nationality, or sex. Such equal
employment opportunity shall include, but not be limited to the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including apprenticeship. The Contractor
agrees to post in conspicuous places, available to employees and applicants for employment,
notices to be provided by the Public Agency Compliance Officer setting forth provisions of this
nondiscrimination clause.
2.
The Contractor or subcontractor, where applicable will, in all solicitations or advertisements for
employees placed by or on behalf of the Contractor, state that all qualified applicants will receive
consideration for employment without regard to age, race, creed, color, national origin, ancestry,
marital status, affectional or sexual orientation, gender identity or expression, disability, nationality
or sex.
3.
The Contractor or subcontractor will send to each labor union, with which it has a collective
bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor
union or workers' representative of the contractor's commitments under this act and shall post
copies of the notice in conspicuous places available to employees and applicants for employment.
4.
The Contractor or subcontractor, where applicable, agrees to comply with any regulations
promulgated by the Treasurer, pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented
from time to time and the Americans with Disabilities Act.
5.
When hiring or scheduling workers in each construction trade, the Contractor or subcontractor
agrees to make good faith efforts to employ minority and women workers in each construction trade
consistent with the targeted employment goal prescribed by N.J.A.C. 17:27-7.2; provided, however,
that the NJ Department of Labor and Workforce Development, Construction EEO Monitoring
Program, may, in its discretion, exempt a contractor or subcontractor from compliance with the good
faith procedures prescribed by the following provisions, a, b, and c, as long as the NJ Department of
Labor and Workforce Development, Construction EEO Monitoring Program is satisfied that the
Contractor or subcontractor is employing workers provided by a union which provides evidence, in
accordance with standards prescribed by the NJ Department of Labor and Workforce Development,
Construction EEO Monitoring Program, that its percentage of active “card carrying” members who
are minority and women workers is equal to or greater than the targeted employment goal
established in accordance with N.J.A.C. 17:27-7.2. The Contractor or subcontractor agrees that a
good faith effort shall include compliance with the following procedures:
a.
If the Contractor or subcontractor has a referral agreement or arrangement with a union for a
construction trade, the Contractor or subcontractor shall, within three business days of the
contract award, seek assurances from the union that it will cooperate with the Contractor or
sub-contractor as it fulfills its affirmative action obligations under this contract and in
accordance with the rules promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et. seq.,
as supplemented and amended from time to time and the Americans with Disabilities Act. If
the Contractor or subcontractor is unable to obtain said assurances from the construction trade
union at least five business days prior to the commencement of construction work, the
Contractor or sub-contractor agrees to afford equal employment opportunities minority and
women workers directly, consistent with this chapter. If the Contractor's or subcontractor's
prior experience with a construction trade union, regardless of whether the union has provided
said assurances, indicates a significant possibility that the trade union will not refer sufficient
minority and women workers consistent with affording equal employment opportunities as
specified in this chapter, the Contractor or subcontractor agrees to be prepared to provide such
opportunities to minority and women workers directly, consistent with this chapter, by
complying with the hiring or scheduling procedures prescribed under (B) below; and the
Contractor or subcontractor further agrees to take said action immediately if it determines that
the union is not referring minority and women workers consistent with the equal employment
opportunity goals set forth in this chapter.
ATTACHMENT 2
b.
If good faith efforts to meet targeted employment goals have not or cannot be met for each
construction trade by adhering to the procedures of (a.) above, or if the Contractor does not
have a referral agreement or arrangement with a union for a construction trade, the Contractor
or subcontractor agrees to take the following actions:
(1) To notify the public agency compliance officer, the NJ Department of Labor and Workforce
Development, Construction EEO Monitoring Program, and minority and women referral
organizations listed by the Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs,
and request referral of minority and women workers;
(2) To notify any minority and women workers who have been listed with it as awaiting
available vacancies;
(3) Prior to commencement of work, to request that the local construction trade union refer
minority and women workers to fill job openings, provided the Contractor or subcontractor
has a referral agreement or arrangement with a union for the construction trade;
(4) To leave standing requests for additional referral to minority and women workers with the
local construction trade union, provided the Contractor or subcontractor has a referral
agreement or arrangement with a union for the construction trade, the State Training and
Employment Service and other approved referral sources in the area;
(5) If it is necessary to lay off some of the workers in a given trade on the construction site,
layoffs shall be conducted in compliance with the equal employment opportunity and non-
discrimination standards set forth in this regulation, as well as with applicable Federal and
State court decisions;
(6) To adhere to the following procedure when minority and women workers apply or are
referred to the Contractor or subcontractor:
i.
The Contactor or subcontractor shall interview the referred minority or women
worker.
ii.
If said individuals have never previously received any document or certification
signifying a level of qualification lower than that required in order to perform the work
of the construction trade, the Contractor or subcontractor shall in good faith
determine the qualifications of such individuals. The Contractor or subcontractor
shall hire or schedule those individuals who satisfy appropriate qualification
standards in conformity with the equal employment opportunity and non-
discrimination principles set forth in this chapter. However, a Contractor or
subcontractor shall determine that the individual at least possesses the requisite
skills, and experience recognized by a union, apprentice program or a referral
agency, provided the referral agency is acceptable to the NJ Department of Labor
and Workforce Development, Construction EEO Monitoring Program. If necessary,
the Contractor or subcontractor shall hire or schedule minority and women workers
who qualify as trainees pursuant to these rules. All of the requirements, however, are
limited by the provisions of (c) below.
iii.
The name of any interested women or minority individual shall be maintained on a
waiting list and shall be considered for employment as described in 6(i) above,
whenever vacancies occur. At the request of the NJ Department of Labor and
Workforce Development, Construction EEO Monitoring Program, the Contractor or
subcontractor shall provide evidence of its good faith efforts to employ women and
minorities from the list to fill vacancies.
iv.
If, for any reason, said Contractor or subcontractor determines that a minority
individual or a woman is not qualified or if the individual qualifies as an advanced
trainee or apprentice, the Contractor or subcontractor shall inform the individual in
writing of the reasons for the determination, maintain a copy of the determination in
its files, and send a copy to the public agency compliance officer and to the NJ
Department of Labor and Workforce Development, Construction EEO Monitoring
Program.
(7) To keep a complete and accurate record of all requests made for the referral of workers in
any trade covered by the contract, on forms made available by the NJ Department of
ATTACHMENT 2
Labor and Workforce Development, Construction EEO Monitoring Program and submitted
promptly to the NJ Department of Labor and Workforce Development, Construction EEO
Monitoring Program upon request.
c.
The Contractor or subcontractor agrees that nothing contained in (b.) above shall preclude the
Contractor or subcontractor from complying with the union hiring hall or apprentice-ship
policies in any applicable collective bargaining agreement or union hiring hall arrangement,
and, where required by custom or agreement, it shall send journeymen and trainees to the
union for referral, or to the apprenticeship program for admission, pursuant to such agreement
or arrangement. However, where the practices of a union or apprenticeship program will result
in the exclusion of minorities and women or the failure to refer minorities and women consistent
with the targeted county employment goal, the Contractor or subcontractor shall consider for
employment persons referred pursuant to (b) above without regard to such agreement or
arrangement; provided further, however, that the Contractor or subcontractor shall not be
required to employ women and minority advanced trainees and trainees in numbers which
result in the employment of advanced trainees and trainees as a percentage of the total
workforce for the construction trade, which percentage significantly exceeds the apprentice to
journey worker ratio specified in the applicable collective bargaining agreement, or in the
absence of a collective bargaining agreement, exceeds the ratio established by practice in the
area for said construction trade. Also, the Contractor or subcontractor agrees that, in
implementing the procedures of (b) above, it shall, where applicable, employ minority and
women workers residing within the geographical jurisdiction of the union.
The Contractor agrees to cooperate with the public agency in the payment of budgeted funds,
as is necessary, for on-the-job and/or off-the-job programs for outreach and training of
minorities and women.
The Contractor and its subcontractors shall furnish such reports or other documents to the NJ
Department of Labor and Workforce Development, Construction EEO Monitoring Program as may be
requested by the NJ Department of Labor and Workforce Development, Construction EEO Monitoring
Program from time to time in order to carry out the purposes of these regulations, and public agencies
shall furnish such information as may be requested by the NJ Department of Labor and Workforce
Development, Construction EEO Monitoring Program for conducting a compliance investigation pursuant
to N.J.A.C. 17:27-1.1 et seq..
The Contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is
necessary, for on-the-job and off-the-job programs for outreach and training of minority and female
trainees employed on the construction projects.
B.
Equal Employment Opportunity Policy. The Contractor agrees that it will accept and implement
during the performance of this contract as its operating policy the following statement which is designed
to further the provision of Equal Employment Opportunity to all persons without regard to their age, race,
creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or
expression, disability, nationality or sex and to promote the full realization of Equal Employment
Opportunity through a positive continuing program:
“It is the policy of this company that it will not discriminate against any employee or applicant for
employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or
sexual orientation, gender identity or expression, disability, nationality or sex and that it will take
Affirmative Action to ensure that applicants are recruited and employed and that employees are treated
during employment without regard to their age, race, creed, color, national origin, ancestry, marital
status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such
action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;
and selection for training, including apprenticeship.”
C.
Equal Employment Opportunity Officer. Designate and make known to the Department’s contracting
officers, an Equal Employment Opportunity Officer (hereafter “EEO Officer”) who will have the
ATTACHMENT 2
responsibility for and must be capable of effectively administering and promoting an active Equal
Employment Opportunity program and be assigned adequate authority and responsibility to do so.
D.
Dissemination of Policy.
1.
Implementation. All members of the Contractor’s staff who are authorized to hire, supervise,
promote, and discharge employees, or who recommend such action, will be made fully cognizant of,
and will implement, the Contractor’s Equal Employment Opportunity Policy and contractual
responsibilities to provide Equal Employment Opportunity in each grade and classification of
employment. To ensure that the above agreement will be met, the following actions will be taken as
a minimum:
a.
Initial Project Site Meeting. Conduct an initial project site meeting with supervisory and
personnel office employees before the start of work and then not less often than once every 6
months, at which time the Contractor’s Equal Employment Opportunity Policy and its
implementation will be reviewed and explained. The EEO Officer will conduct the meetings.
b.
EEO Obligations. Give all new supervisory or personnel office employees a thorough
indoctrination by the EEO Officer covering all major aspects of the Contractor’s Equal
Employment Opportunity obligations within 30 days following their reporting for duty with the
Contractor.
c.
All personnel who are engaged in direct recruitment for the project will be instructed by the
EEO Officer in the Contractor’s procedures for locating and hiring minority and women
workers.
2.
Take the following actions in order to make the Contractor’s Equal Employment Opportunity Policy
known to all employees, prospective employees, and potential sources of employees, i.e., schools,
employment agencies, labor unions (where appropriate), college placement officers, etc.
a.
Place notices and posters setting forth in the Contractor’s Equal Employment Opportunity
policy, as set forth in Section 2 of these Equal Employment Opportunity Special Provisions in
conspicuous places readily accessible to employees, applicants for employment and potential
employees.
b.
Bring the Contractor’s Equal Employment Opportunity Policy and the procedures to implement
such policy to the attention of employees by means of meetings, employee handbooks, or
other appropriate channels.
E.
Recruitment
1.
In all solicitations and advertisements for employees placed by or on behalf of the Contractor, the
Contractor will state that all qualified applicants will receive consideration for employment without
regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual
orientation, gender identity or expression, veteran’s status, disability, nationality, or sex. All such
advertisements will be published in newspapers or other publications having a large circulation
among minorities and women in the area from which the project workforce would normally be
derived.
2.
Unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment
through public and private employee referral sources likely to yield qualified minority and women
applicants, including, but not limited to state employment agencies, schools, colleges and minority
and women organizations. Through their EEO Officer, identify sources of potential minority and
women employees, and establish with such identified sources procedures whereby minority and
women applicants may be referred to the Contractor for employment consideration.
3.
In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall
referrals, he is expected to observe the provisions of that agreement to the extent that the system
permits the Contractor’s compliance with Equal Employment Opportunity contract provisions. (The
US Department of Labor has held that where implementations of such agreements have the effect
of discriminating against minorities or women or obligates the Contractor to do the same; such
implementation violates Executive Order 11246, as amended).
ATTACHMENT 2
4.
In the event that the process of referrals established by such a bargaining agreement fails to
provide the Contractor with a sufficient number of minority and women referrals within the time
period set forth in such an agreement, the Contractor shall comply with the provisions of “Section I
Unions” of this “State Of New Jersey Equal Employment Opportunity Special Provisions for Wholly
State Funded Projects” Attachment.
F.
Personnel Actions. Wages, working conditions, and employee benefits shall be established and
administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer,
demotion, layoff, and termination, shall be taken without regard to age, race, color, creed, national origin,
ancestry, marital status, affectional or sexual orientation, gender identity or expression, veterans’ status,
disability, nationality, or sex. The following procedures shall be followed:
1.
Conduct periodic inspections of project sites to ensure that working conditions and employee
facilities do not indicate discriminatory treatment of project site personnel.
2.
Periodically evaluate the spread of wages paid within each classification to determine any evidence
of discriminatory wage practices.
3.
Periodically review selected personnel actions in-depth to determine whether there is evidence of
discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the
review indicates that the discrimination may extend beyond the actions reviewed, such corrective
action shall include all affected persons.
4.
Promptly investigate all complaints of alleged discrimination made to the Contractor in connection
with his/her obligations under this contract, will attempt to resolve such complaints, and will take
appropriate corrective action within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant, such corrective action shall include
such other persons. Upon completion of each investigation, the Contractor will inform every
complainant of all of their avenues of appeal.
G.
Training and Promotions.
1.
Assist in locating, qualifying, and increasing the skills of minority group and women workers, and
applicants for employment.
2.
Consistent with the Contractor’s workforce requirements and as permissible under State
regulations, make full use of training programs, i.e., apprenticeship, and on-the-job training
programs, for the geographical area of contract performance. Where feasible, 25 percent of
apprentices or trainees in each occupation shall be in their first year of apprenticeship or training.
3.
Advise employees and applicants for employment of available training programs and entrance
requirements for each.
4.
Periodically review the training and promotion potential of minority group and women workers and
encourage eligible employees to apply for such training and promotion.
H.
Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the
Contractor will use their good faith efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions, and to effect referrals by such unions of
minority and women workers. Actions by the Contractor either directly or through a Contractor’s
association acting, as agent will include the procedures set forth below:
1.
The Contractor will send to each labor union or representative of workers with which it has a
collective bargaining agreement or other contract of understanding, a notice advising the labor
union or workers’ representative of the Contractor’s commitments under both the law against
discrimination and this contract and shall post copies of the notice in conspicuous places readily
accessible to employees and applicants for employment. Further, the notice will request assurance
from the union or worker’s representative that such union or worker’s representative will cooperate
with the Contractor in complying with the Contractor’s Equal Employment Opportunity and
Affirmative Action obligations.
2.
The Contractor will use their best efforts to develop, in cooperation with the unions, joint training
programs aimed toward qualifying more minority group members and women for membership in the
ATTACHMENT 2
unions and increasing the skills of minority group employees and women so that they may qualify
for higher paying employment.
3.
The Contractor will use their best efforts to incorporate an Equal Employment Opportunity clause
into each union agreement to the end that such union will be contractually bound to refer applicants
without regard to their age, race, color, creed, sex, national origin, ancestry, marital status,
affectional or sexual orientation, gender identity or expression, disability, or nationality.
4.
The Contractor is to obtain information as to the referral practices and policies of the labor union
except to the extent that such information is within the exclusive possession of the labor union and
such labor unions refuse to furnish this information to the Contractor, certify to the Department and
shall set forth what efforts have been made to obtain this information.
5.
In the event the union is unable to provide the Contractor with a reasonable flow of minority and
women referrals within the time limit set forth in the collective bargaining agreement, the Contractor
will, through independent recruitment efforts, fill the employment vacancies without regard to age,
race, color, creed, sex, national origin, ancestry, marital status, affectional or sexual orientation,
gender identity or expression, disability, or nationality making full efforts to obtain qualified and/or
qualifiable minority group persons and women. (The US Department of Labor has held that it shall
be no excuse that the union with which the Contractor has a collective bargaining agreement
providing for exclusive referral failed to refer minority employees). In the event the union referral
practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246,
as amended, and these Special Provisions, such Contractor shall immediately notify the
Department.
I.
Subcontracting. The Contractor will use his best efforts to solicit bids from and to utilize minority group
and women subcontractors or subcontractors with meaningful minority group and women representation
among their employees. Contractors may use lists of minority owned and women owned construction
firms as issued by the NJDOT and/or the New Jersey Unified Certification Program (NJUCP).
Ensure subcontractor compliance with the Contract’s Equal Employment Opportunity obligations.
J.
Records and Reports
1.
Keep such records as are necessary to determine compliance with the Contractor’s Equal
Employment Opportunity obligations. Records kept will be designed to indicate:
a.
The work hours of minority and non-minority group members and women employed in each
work classification on the project;
b.
The progress and efforts being made in cooperation with unions to increase employment
opportunities for minorities and women (applicable only to Contractors who rely in whole or in
part on unions as a source of their workforce);
c.
The progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority and women workers; and
d.
The progress and efforts being made in securing the services of minority group and women
subcontractors or subcontractors with meaningful minority and women representation among
their employees.
2.
All such records must be retained for a period of five (5) years following completion of the contract
work and shall be available at reasonable times and places for inspection by authorized
representatives of the NJDOT.
3.
Submit monthly reports to the NJDOT after construction begins for the duration of the project,
indicating the work hours of minority, women, and non-minority group employees currently engaged
in each work classification required by the contract work. This information is to be reported on a
form supplied by the NJDOT.
ATTACHMENT 3
STATE FUNDED PROJECT ATTACHMENT 3
REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY ON
WHOLLY STATE FUNDED PROJECTS
A.
Minority and Women Employment Goal Obligations. The Department has established, pursuant to
N.J.A.C. 17:27-7.2, the minority and women goals for each construction contractor and subcontractor
based on availability statistics as reported by the New Jersey Department of Labor, Division of Planning
and Research, in its report, “EEO Tabulation - Detailed Occupations by Race/Hispanic Groups.” The
goals for minority and women participation, in the covered area, expressed in percentage terms for the
Contractor’s aggregate work force in each trade, on all construction work are:
Minority and Women Employment Goal Obligations for Construction
Contractors and Subcontractors on Wholly State Funded Projects
County
Minority %
Participation
Women %
Participation
Percent
Percent
Atlantic
18
6.9
Bergen
22
6.9
Burlington
15
6.9
Camden
19
6.9
Cape May
5
6.9
Cumberland
27
6.9
Essex
53
6.9
Gloucester
9
6.9
Hudson
60
6.9
Hunterdon
3
6.9
Mercer
30
6.9
Middlesex
24
6.9
Monmouth
15
6.9
Morris
16
6.9
Ocean
7
6.9
Passaic
36
6.9
Salem
10
6.9
Somerset
20
6.9
Sussex
4
6.9
Union
45
6.9
Warren
5
6.9
The NJ Department of Labor and Workforce Development, Construction EEO Monitoring Program has
interpreted Section 7.2 of the State of New Jersey Affirmative Action Regulations as applicable to work
hour goals for minority and women participation.
If a project is located in more than one county, the minority work hour goal will be determined by the
county which serves as the primary source of hiring or, if workers are obtained equally from one or more
counties, the single minority goal shall be the average of the individual goal for the affected counties.
ATTACHMENT 3
The NJ State Department of Labor and Workforce Development, Construction EEO Monitoring Program
may designate a regional goal for minority membership for a union that has regional jurisdiction. No
regional goals shall apply to this project unless specifically designated elsewhere herein.
When hiring workers in the construction trade, the Contractor and/or subcontractor agree to attempt, in
good faith, to employ minority and women workers in each construction trade, consistent with the
applicable county or, in special cases, regional goals.
It is understood that the goals are not quotas. If the Contractor or subcontractor has attempted, in good
faith, to satisfy the applicable goals, they will have complied with their obligations under these EEO
Special Provisions. It is further understood that if the Contractor shall fail to attain the goals applicable to
this project, it will be the Contractor’s obligation to establish to the satisfaction of the Department that it
has made a good faith effort to satisfy such goals. The Contractor or subcontractor agrees that a good
faith effort to achieve the goals set forth in these special provisions shall include compliance with the
following procedures:
B.
Requests for Referrals from Unions to Meet Contract Workforce Goals. Requests shall be made by
the Contractor or subcontractor to each union or collective bargaining unit with which the Contractor or
subcontractor has a referral agreement or arrangement for the referral of minority and women workers to
fill job openings. Requests shall also be made for assurances for the referral of minority and women
workers to fill job openings. Requests shall also be made for assurances from such unions or collective
bargaining units that they will cooperate with the Contractor or subcontractor in fulfilling the Affirmative
Action obligations of the Contractor or subcontractor under this contract. Such requests shall be made
prior to the commencement of construction under the contract.
1.
The Contractor and its subcontractors shall comply with Section I, Unions of these EEO Special
Provisions and, in particular, with Section I, Paragraph D, if the referral process established in any
collective bargaining arrangement is failing to provide the Contractor or subcontractor with a
sufficient number of minority and women referrals.
2.
The Contractor and its subcontractors shall notify the Department’s Compliance Officer, the NJ
Department of Labor and Workforce Development, Construction EEO Monitoring Program and at
least one approved minority referral organization of the Contractor’s or subcontractors work force
needs and of the Contractor’s or subcontractor’s desire for assistance in attaining the goals set forth
herein. The notifications should include a request for referral of minority and women workers.
3.
The Contractor and its subcontractors shall notify the Department’s Compliance Officer and the NJ
Department of Labor and Workforce Development, Construction EEO Monitoring Program in the
event that a union or collective bargaining unit is not making sufficient minority and women referrals
to enable the Contractor or subcontractor to attain the workforce goals for the Contract.
4.
The Contractor and its subcontractors shall make standing requests to all local construction unions,
the State’s training and employment service and other approved referral sources for additional
referrals of minority and women workers until such time as the project workforce is consistent with
the work hour goals for the Contract.
C.
In the event that it is necessary to lay off some of the workers in a given trade on the construction site,
the Contractor and its subcontractors shall ensure that fair layoff practices are followed regarding
minority, women and other workers.
D.
Comply with the other requirements of these EEO Special Provisions.
E.
Reporting Requirements.
1.
Directly provide the NJ Department of Labor and Workforce Development, Office of Diversity
Compliance, Construction Contract Compliance Unit with workforce data for the Contract.
a.
After notification of award, but prior to signing the Contract, submit to the Department and the
Department of Labor and Workforce Development, Construction EEO Monitoring Program an
AA-201 – Initial Project Workforce Report Construction form in accordance with
N.J.A.C. 17:27-7. Also, submit the information within 10 working days of award of any
construction subcontract in excess of $10,000 at any tier for construction work under the
Contract. This form is available online at the New Jersey Department of the Treasure’s
ATTACHMENT 3
website
at:
https://www.nj.gov/treasury/contract_compliance/documents/pdf/forms/aa202.pdf.
Instructions
for
completing
the
form
can
be
found
online
at:
https://www.nj.gov/treasury/contract_compliance/documents/pdf/forms/aa201ins.pdf.
b.
Monthly, complete and submit an AA 202 - Monthly Project Workforce Report – Construction
form for the duration of the Contract. This form may be completed:
(1) Manually and mailed to the Department of Labor & Workforce Development, Construction
& EEO Monitoring Program, P.O. Box 209, Trenton, NJ 08625-0209, or:
(2) Input electronically directly onto the AA-202 form via the Department of the Treasury’s
Premier Business Services Online Forms web application. Information about how to
register and access the Premier Business Services web application can be found at:
https://www.nj.gov/treasury/contract_compliance/documents/pdf/PBS-Introduction-
Page.pdf. Follow all instructions to set up online access to the web application.
(3) Submit a printed copy of the AA-202 form to the Department along with the hard copy of
the CC-257R and confirmation e-mail of the successful submission of Monthly
Employment Utilization Report.
2.
Directly provide the Department with employment workforce data of the number and work hours of
minority and non-minority group members and women employed in each work classification for the
Contract. The Contractor, subcontractors, professional service firms and others working on the
project must submit this information via a web-based application through the New Jersey portal,
Vendor Workforce Reporting Manager. Instructions on how to complete Form CC-257R are
provided within the web application. Instructions for registering and receiving the authentication
code to access the web based application can be found at the Contractor Manpower Project
Reporting
CC-257R
website
at:
https://www.nj.gov/transportation/business/civilrights/pdf/CC257R.pdf.
a.
On a monthly basis, submit Form CC-257R through the web-based application within 10 days
following the end of each reporting month.
b.
In addition to the above, submit a hard copy of the electronic Form CC-257R to the RE within
10 days following the end of each reporting month.
c.
Submit a copy of the confirmation e-mail of the successful submission of Monthly Employment
Utilization Report to the RE within 10 days following the end of each reporting month.
3.
All employment data must be accurate and consistent with certified payroll records. The Contractor
is responsible for ensuring compliance with these reporting requirements. Failure of the Contractor,
subcontractors, professional service firms and others working on the Contract to report monthly
employment and wage data may result in payments being delayed or withheld as per 105.01, or
impact the Contractor’s prequalification rating with the Department.
ATTACHMENT 4
STATE FUNDED PROJECT ATTACHMENT 4
INVESTIGATING, REPORTING AND RESOLVING EMPLOYMENT DISCRIMINATION AND SEXUAL
HARASSMENT COMPLAINTS ON WHOLLY STATE FUNDED PROJECTS
The Contractor hereby agrees to the following requirements in order to implement fully the nondiscrimination
provisions of the Supplemental Specifications:
The Contractor agrees that in instances when it receives from any person working on the project site a verbal
or written complaint of employment discrimination, prohibited under N.J.S.A. 10:5-1 et seq. 10:2-1 et seq., 42
U.S.C. 2000 (d) et seq., 42 U.S.C. 2000(e) et seq. and Executive Order 11246, it shall take the following
actions:
A.
Within one (1) working day commence an investigation of the complaint, which will include but not be
limited to interviewing the complainant, the respondent, and all possible witnesses to the alleged act or
acts of discrimination or sexual harassment.
B.
Prepare and keep for its use and file a detailed written investigation report which includes the following
information:
1.
Investigatory activities and findings.
2.
Dates and parties involved and activities involved in resolving the complaint.
3.
Resolution and corrective action taken if discrimination or sexual harassment is found to have taken
place.
4.
A signed copy of resolution of complaint by complainant and Contractor.
(In addition to keeping in its files the above-noted detailed written investigative report, the Contractor
shall keep for possible future review by the Department, all other records, including, but not limited to,
interview memos and statements.)
C.
Upon the request of the Department, provides to the Department within ten (10) calendar days a copy of
its detailed written investigative report and all other records on the complaint investigation and resolution.
D.
Take appropriate disciplinary actions against any Contractor employee, official or agent who has
committed acts of discrimination or sexual harassment against any Contractor employee or person
working on the project. If the person committing the discrimination is a subcontractor employee, then the
Contractor is required to attempt to effectuate corrective and/or disciplinary action by the subcontractor in
order to establish compliance with the Contract.
E.
Take appropriate disciplinary action against any Contractor employee, official or agent who retaliates,
coerces or intimidates any complainant and/or person who provides information or assistance to any
investigation of complaints of discrimination or sexual harassment. If the person retaliating, coercing or
intimidating a complainant or other person assisting in an investigation is a subcontractor’s employee,
then the Contractor is required to attempt to effectuate corrective and/or disciplinary action taken by the
subcontractor in order to establish compliance with the Contract.
F.
Ensure to the maximum extent possible that the privacy interests of all persons who give confidential
information in aid of the Contractor’s employment discrimination investigation are protected.
G.
In conjunction with the above requirements, the Contractor herein agrees to develop and post a written
sexual harassment policy for its workforce.
H.
The Contractor also agrees that its failure to comply with the above requirements may be cause for the
Department to institute against the Contractor any and all enforcement proceedings and/or sanctions
authorized by the Contract or by State and/or Federal law.
ATTACHMENT 5
STATE FUNDED PROJECT ATTACHMENT 5
PAYROLL REQUIREMENTS FOR WHOLLY STATE FUNDED PROJECTS
A.
Payroll Reports. Each Contractor and subcontractor shall furnish the RE with payroll reports for each
week of contract work. Such reports shall be submitted within 10 days of the date of payment covered
thereby and shall contain the following information:
1.
Each employee’s full name and address of each such employee.
2.
The ethnicity and gender of each employee.
3.
Each employee’s specific work classification (s).
4.
Entries indicating each employee’s basis hourly wage rate(s) and, where applicable, the overtime
hourly wage rate(s). Any fringe benefits paid to approved plans, funds or programs on behalf of the
employee must be indicated. Any fringe benefits paid to the employee in cash must be indicated.
5.
Each employee’s daily and weekly hours worked in each classification, including actual overtime
hours worked (not adjusted).
6.
Each employee’s gross wage.
7.
The itemized deductions made.
8.
The net wages paid.
B.
Statement of Wages. Each Contractor or subcontractor shall furnish a statement each week to the RE
with respect to the wages paid each of its employees engaged in contract work covered by the New
Jersey Prevailing Wage Act during the preceding weekly payroll period. The statement shall be
executed by the Contractor or subcontractor or by an authorized officer or employee of the Contractor or
subcontractors who supervises the payment of wages. Contractors and subcontractors must use the
certification set forth on NJ Department of Labor Payroll Certification for Public Works Project (R-08-12-
08), or any form with identical wording.
C.
Maintaining Records. Contractor and subcontractor shall maintain complete social security numbers
and home address for employees. Government agencies are entitled to request or review all relevant
payroll information, including social security numbers and addresses of employees. Contractors and
subcontractors are required to provide such information upon request.
D.
Lack of Compliance. Failure of the Contractor or subcontractor to comply with the payroll requirements
may result in payment being delayed or withheld as specified in Section 105, default as specified in
Section 108 or termination of the Contract as specified in Section 108.
ATTACHMENT 6
STATE FUNDED PROJECT ATTACHMENT 6
AMERICANS WITH DISABILITIES ACT REQUIREMENTS FOR WHOLLY STATE FUNDED PROJECTS
Equal Opportunity for Individuals with Disabilities.
The CONTRACTOR and the STATE do hereby agree that the provisions of Title II of the American With
Disabilities Act of 1990 (the “ACT”) (42 U.S.C. Section 12101 et seq.), which prohibits discrimination on the
basis of disability by public entities in all services, programs, and activities provided or made available by
public entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this
contract. In providing any aid, benefit, or service on behalf of the STATE pursuant to this contract, the
CONTRACTOR, agrees that the performance shall be in strict compliance with the Act. In the event that the
CONTRACTOR, its agents, servants, employees, or subcontractors violate or are alleged to have violated the
Act during the performance of this contract, the CONTRACTOR shall defend the STATE in any action or
administrative proceeding commenced pursuant to this Act. The CONTRACTOR shall indemnify, protect, and
save harmless the STATE, its agents, servants, and employees from and against any and all suits, claims,
losses, demands, or damages of whatever kind or nature arising out of or claimed to arise out of the alleged
violation. The CONTRACTOR shall, at its own expense, appear, defend, and pay any and all charges for
legal services and all costs and other expenses arising from such action or administrative proceeding or
incurred in connection therewith. In any and all complaints brought pursuant to the STATE’S grievance
procedure, the CONTRACTOR agrees to abide by any decision of the STATE which is rendered pursuant to
said grievance procedure. If any action or administrative proceeding results in an award of damages against
the STATE or if the STATE incurs any expense to cure a violation of the ADA which has been brought
pursuant to its grievance procedure, the CONTRACTOR shall satisfy and discharge the same at its own
expense.
The STATE shall, as soon as practicable after a claim has been made against it, give written notice thereof to
the CONTRACTOR along with full and complete particulars of the claim. If any action or administrative
proceeding is brought against the STATE or any of its agents, servants, and employees, the STATE shall
expeditiously forward or have forwarded to the CONTRACTOR every demand, complaint, notice, summons,
pleading, or other process received by the STATE or its representatives.
It is expressly agreed and understood that any approval by the STATE of the services provided by the
CONTRACTOR pursuant to this contract will not relieve the CONTRACTOR of the obligation to comply with
the Act and to defend, indemnify, protect, and save harmless the STATE pursuant to this paragraph.
It is further agreed and understood that the STATE assumes no obligation to indemnify or save harmless the
CONTRACTOR, its agents, servants, employees and subcontractors for any claim which may arise out of
their performance of this Agreement. Furthermore, the CONTRACTOR expressly understands and agrees
that the provisions of this indemnification clause shall in no way limit the CONTRACTOR’S obligations
assumed in this Agreement, nor shall they be construed to relieve the CONTRACTOR from any liability, nor
preclude the STATE from taking any other actions available to it under any other provisions of this Agreement
or otherwise at law.
ATTACHMENT 7
CERTIFICATION OF NON-DEBARMENT
FOR FEDERAL GOVERNMENT CONTRACTS
N.J.S.A. 52:32-44.1 (P.L. 2019, c.406)
This certification shall be completed, certified to, and submitted to the contracting unit prior to contract award, except for
emergency contracts where submission is required prior to payment.
PART I: VENDOR INFORMATION
Individual or Organization
Name
Physical Address of
Individual or Organization
Unique Entity ID
(if applicable)
CAGE/NCAGE Code
(if applicable)
Check the box that represents the type of business organization:
Sole Proprietorship (skip Parts III and IV) Non-Profit Corporation (skip Parts III and IV)
For-Profit Corporation (any type) Limited Liability Company (LLC) Partnership
Limited Partnership
Limited Liability Partnership (LLP)
Other (be specific): ______________________________________________
PART II – CERTIFICATION OF NON-DEBARMENT: Individual or Organization
I hereby certify that the individual or organization listed above in Part I is not debarred by the federal government from
contracting with a federal agency. I further acknowledge: that I am authorized to execute this certification on behalf of the
above-named organization; that the Township of East Amwell is relying on the information contained herein and that I am
under a continuing obligation from the date of this certification through the date of contract award by Township to notify the
Township in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make
a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law
and that it will constitute a material breach of my agreement(s) with the Township, permitting the Township to declare any
contract(s) resulting from this certification void and unenforceable.
Full Name (Print):
Title:
Signature:
Date:
PART III – CERTIFICATION OF NON-DEBARMENT: Individual or Entity Owning Greater than 50 Percent of Organization
Section A (Check the Box that applies)
Below is the name and address of the stockholder in the corporation who owns more
than 50 percent of its voting stock, or of the partner in the partnership who owns
more than 50 percent interest therein, or of the member of the limited liability
company owning more than 50 percent interest therein, as the case may be.
Name of Individual or Organization
Physical Address
OR
No one stockholder in the corporation owns more than 50 percent of its voting stock,
or no partner in the partnership owns more than 50 percent interest therein, or no
member in the limited liability company owns more than 50 percent interest therein,
as the case may be.
ATTACHMENT 7
Section B (Skip if no Business entity is listed in Section A above)
Below is the name and address of the stockholder in the corporation who owns more
than 50 percent of the voting stock of the organization’s parent entity, or of the
partner in the partnership who owns more than 50 percent interest in the
organization’s parent entity, or of the member of the limited liability company owning
more than 50 percent interest in organization’s parent entity, as the case may be.
Stockholder/Partner/Member
Owning Greater Than 50 Percent of
Parent Entity
Physical Address
OR
No one stockholder in the parent entity corporation owns more than 50 percent of its
voting stock, no partner in the parent entity partnership owns more than 50 percent
interest therein, or no member in the parent entity limited liability company owns
more than 50 percent interest therein, as the case may be.
Section C – Part III Certification
I hereby certify that no individual or organization that is debarred by the federal government from contracting with a federal
agency owns greater than 50 percent of the Organization listed above in Part I or, if applicable, owns greater than 50 percent of
a parent entity of Township of East Amwell I further acknowledge: that I am authorized to execute this certification on behalf of
the above-named organization; that the Township of East Amwell is relying on the information contained herein and that I am
under a continuing obligation from the date of this certification through the date of contract award Township to notify the
Township in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a
false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and
that it will constitute a material breach of my agreement(s) with the Township is permitting the Township to declare any
contract(s) resulting from this certification void and unenforceable.
Full Name (Print):
Title:
Signature:
Date:
Part IV – CERTIFICATION OF NON-DEBARMENT: Contractor – Controlled Entities
Section A
Below is the name and address of the corporation(s) in which the Organization listed in Part I
owns more than 50 percent of voting stock, or of the partnership(s) in which the Organization
listed in Part I owns more than 50 percent interest therein, or of the limited liability company or
companies in which the Organization listed above in Part I owns more than 50 percent interest
therein, as the case may be.
Name of Business Entity
Physical Address
**Add additional sheets if necessary**
OR
The Organization listed above in Part I does not own greater than 50 percent of the voting stock
in any corporation and does not own greater than 50 percent interest in any partnership or any
ATTACHMENT 7
limited liability company.
Section B (skip if no business entities are listed in Section A of Part IV)
Below are the names and addresses of any entities in which an entity listed in Part III A owns
greater than 50 percent of the voting stock (corporation) or owns greater than 50 percent
interest (partnership or limited liability company).
Name of Business Entity Controlled by Entity Listed in
Section A of Part IV
Physical Address
**Add additional Sheets if necessary**
OR
No entity listed in Part III A owns greater than 50 percent of the voting stock in any corporation or
owns greater than 50 percent interest in any partnership or limited liability company.
Section C – Part IV Certification
I hereby certify that the Organization listed above in Part I does not own greater than 50 percent of any entity that that is
debarred by the federal government from contracting with a federal agency and, if applicable, does not own greater than 50
percent of any entity that in turns owns greater than 50 percent of any entity debarred by the federal government from
contracting with a federal agency. I further acknowledge: that I am authorized to execute this certification on behalf of the
above-named organization; that the Township of East Amwell is relying on the information contained herein and that I am
under a continuing obligation from the date of this certification through the date of contract award by Township to notify the
Township in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a
false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and
that it will constitute a material breach of my agreement(s) with the Township permitting the Township to declare any
contract(s) resulting from this certification void and unenforceable.
Full Name (Print):
Title:
Signature:
Date:
--- Document: here ---
SECTION 1 PROJECT
LOCATION
SECTION 2 PROJECT
LOCATION
PLAN VIEW STATION 0+25 THRU 17+00
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
ROADWAY IMPROVEMENT PLAN
DATE: MARCH 10, 2026
SITUATED IN
PREPARED FOR
MA-2024 MOUNTAIN ROAD SECTION 1
PLAN NOTATION
SITE LOCATION MAP
8
PLAN VIEW STATION 35+50 THRU 53+50
3
DETOUR PLAN
9
PLAN VIEW STATION 17+00 THRU 35+50
5
PLAN VIEW STATION 53+50 THRU 65+00
7
6
CONSTRUCTION DETAILS
COVER SHEET
TITLE
2
SHEET No.
750
1500
3000
1 INCH = 1500 FT
GRAPHIC SCALE
0
LAST REVISED
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
15
1
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\01-COVER_03_DETAILS_3921.003.dwg
jmcIntyre
3/10/2026 3:44:55 PM
ENGINEERING WITH FOCUS
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
MARCH 10, 2026
TOWNSHIP COMMITTEE
MICHAEL DENDIS
AL NARDI
JENNA CASPER-BLOOM
DANTE DIPIRRO
BEVERLY ENTIN
MAYOR
DEPUTY MAYOR
COMMITTEE MEMBER
COMMITTEE MEMBER
COMMITTEE MEMBER
4
UTILITIES
COMCAST CABLE
100 RANDOLPH ROAD
SOMERSET, NEW JERSEY 08873
(908) 851-8858 - GEORGE PALYCA
JERSEY CENTRAL POWER & LIGHT CO.
101 CRAWFORD'S CORNER ROAD
HOLMDEL, NEW JERSEY 07733
(732) 212-4262 - HARVEY LOCKLEY
ELIZABETHTOWN GAS
520 GREEN LANE
UNION, NEW JERSEY 07083
(908) 662-8324 - JOHN GRUELING
MA-2024 MOUNTAIN ROAD SECTION 1
AND MA-2025 MOUNTAIN ROAD SECTION 2
INDEX OF SHEETS
OVERALL COVER SHEET
TITLE
1
SHEET No.
LAST REVISED
-
PLAN VIEW STATION 65+00 THRU 80+50
MA-2025 MOUNTAIN ROAD SECTION 2
CONSTRUCTION DETAILS
11
PLAN VIEW STATION 80+50 THRU 99+00
13
TEMPORARY TRAFFIC CONTROL PLAN
15
14
COVER SHEET
TITLE
10
SHEET No.
LAST REVISED
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
12
SECTION 1 PROJECT LENGTH: 1.20 MILES
SECTION 2 PROJECT LENGTH: 0.64 MILES
GENERAL NOTES & ESTIMATE OF QUANTITIES
GENERAL NOTES & ESTIMATE OF QUANTITIES
PLAN VIEW STATION 0+25 THRU 17+00
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
ROADWAY IMPROVEMENT PLAN
DATE: MAY 1, 2025
SITUATED IN
PREPARED FOR
MA-2024 MOUNTAIN ROAD SECTION 1
INDEX OF SHEETS
PROJECT LENGTH: 1.20 MILES
PLAN NOTATION
SITE LOCATION MAP
8
PLAN VIEW STATION 35+50 THRU 53+50
3
DETOUR PLAN
9
PLAN VIEW STATION 17+00 THRU 35+50
5
PLAN VIEW STATION 53+50 THRU 65+00
7
6
CONSTRUCTION DETAILS
GENERAL NOTES & ESTIMATE OF QUANTITIES
2
COVER SHEET
TITLE
SHEET No.
1 INCH = 500 FT
GRAPHIC SCALE
0
250
500
1000
LAST REVISED
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
JANUARY 2026
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
15
2
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\01-COVER_03_DETAILS_3921.003.dwg
jmcIntyre
3/10/2026 4:34:18 PM
ENGINEERING WITH FOCUS
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
JANUARY 2026
TOWNSHIP COMMITTEE
MICHAEL DENDIS
AL NARDI
JENNA CASPER-BLOOM
DANTE DIPIRRO
BEVERLY ENTIN
MAYOR
DEPUTY MAYOR
COMMITTEE MEMBER
COMMITTEE MEMBER
COMMITTEE MEMBER
NOTE: ALL CONSTRUCTION TO BE IN ACCORDANCE WITH
NJDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE
CONSTRUCTION 2019, AS AMENDED BY THE SPECIAL
PROVISIONS, TO GOVERN.
NOTE: CONTRACTOR IS RESPONSIBLE FOR NOTIFYING ALL
UTILITY COMPANIES PRIOR TO THE START OF CONSTRUCTION.
NOTE: THE NJDOT STANDARD CONSTRUCTION DETAILS FOR
ROADWAY, TRAFFIC CONTROL, AND BRIDGE BOOKLET (2016);
AND THE NJDOT STANDARD ELECTRICAL DETAILS BOOKLET
(2007), ARE APPLICABLE TO THIS PROJECT EXCEPT FOR THOSE
DETAILS CONTAINED HEREIN.
4
UTILITIES
COMCAST CABLE
100 RANDOLPH ROAD
SOMERSET, NEW JERSEY 08873
(908) 851-8858 - GEORGE PALYCA
JERSEY CENTRAL POWER & LIGHT CO.
101 CRAWFORD'S CORNER ROAD
HOLMDEL, NEW JERSEY 07733
(732) 212-4262 - HARVEY LOCKLEY
ELIZABETHTOWN GAS
520 GREEN LANE
UNION, NEW JERSEY 07083
(908) 662-8324 - JOHN GRUELING
NOTE: ALL PAVEMENT TRAFFIC MARKING LINES, SYMBOLS AND
TRAFFIC SIGNS SHALL CONFORM TO THE LATEST VERSION OF
THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES
(MUTCD)
REVISED: JANUARY 2026
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\01-COVER_03_DETAILS_3921.003.dwg
jmcIntyre
3/10/2026 2:34:29 PM
15
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
ROBERT S. O'BRIEN
3
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
FOR
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
GENERAL NOTES & ESTIMATE OF QUANTITIES
MA-2024 MOUNTAIN ROAD SECTION 1
3921.003
RSO
LM
RSO
AS NOTED
MAY 1, 2025
JANUARY 2026
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
ENGINEERING WITH FOCUS
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
SERIAL NO. ___________
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely.
ONE CALL
NEW JERSEY
PLAN NOTATION
D.
REPAIR ANY DAMAGED UTILITIES AT NO ADDITIONAL COST TO THE OWNER.
EXISTING FEATURES LOCATED IN THE FIELD AND DOCUMENTED BY VAN CLEEF ENGINEERING ASSOCIATES.
12.
25.
22.
24.
16.
3.
13.
5.
20.
GENERAL NOTES:
C.
B.
A.
21.
23.
6.
PROTECT UNDERGROUND FACILITIES OR UTILITY POLES WITHIN CLOSE PROXIMITY OF
EXCAVATIONS OR TRENCHING OPERATIONS TO PREVENT DAMAGE OR INTERRUPTION OF
SERVICE TO UNDERGROUND FACILITIES.
AVAILABLE INFORMATION AS TO THE LOCATION OF EXISTING UTILITIES HAS BEEN
COLLECTED FROM VARIOUS SOURCES. THE RESULTS OF SUCH INVESTIGATIONS,
REPRESENTED ON THE CONTRACT DRAWINGS ARE NOT GUARANTEED AS TO THE
ACCURACY. ALL EXISTING UTILITIES ARE SHOWN FOR INFORMATION ONLY. CONTACT THE
GARDEN STATE UNDERGROUND PLANT LOCATION SERVICE INC AT PHONE # 1-800-272-1000 A
MINIMUM OF ONE WEEK (5 WORKING DAYS) PRIOR TO COMMENCEMENT OF WORK. LOCATE,
IDENTIFY AND PROTECT UTILITIES WITHIN THE PROJECT LIMITS. NO SEPARATE PAYMENT
WILL BE PROVIDED FOR THE UTILIZATION OF TEST PITS TO LOCATE UTILITIES. ALL COST
ASSOCIATED WITH PERFORMING TEST PITS IS INCLUDED IN THE VARIOUS PAY ITEMS.
COORDINATE ANY UTILITY ADJUSTMENTS NECESSITATED BY THE PROPOSED CONSTRUCTION WITH
THE TOWNSHIP AND EACH OF THE UTILITY COMPANIES WITH FACILITIES WITHIN THE PROJECT
LIMITS. NOTIFY ALL UTILITY COMPANIES AT LEAST ONE (1) WEEK PRIOR TO CONSTRUCTION FOR
PHYSICAL MARK OUTS OF UTILITIES.
PROTECT ALL EXISTING UTILITIES AND COORDINATE THE RELOCATION OF ALL CONFLICTING
UTILITIES WITH THE RESPECTIVE UTILITY COMPANY.
CONSTRUCTION STAKEOUT WILL BE COMPLETED BY VAN CLEEF ENGINEERING ASSOCIATES. THE
CONTRACTOR SHALL COORDINATE ALL STAKEOUT REQUIREMENTS AS NOTED IN THE DETAILED
SPECIFICATIONS.
ALL CONSTRUCTION SHALL CONFORM TO THE 2019 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE
CONSTRUCTION OF THE NEW JERSEY DEPARTMENT OF TRANSPORTATION AND AS AMENDED HEREIN.
CONTACT PRIVATE UTILITY COMPANIES SO THAT PRIVATELY OWNED CASTINGS MAY BE
RESET BY RESPECTIVE UTILITY COMPANY TO PROPOSED GRADES.
MINIMIZE THE NUMBER AND FREQUENCY OF OPEN TRENCHES OR EXCAVATIONS (ADJACENT TO
NEW CURB INSTALLATION). COVER ALL TRENCHES OR EXCAVATIONS AT THE CONCLUSION OF
WORK EACH SHIFT. PLACE COMPACTED DENSE GRADED AGGREGATE IN OPEN TRENCHES OR
EXCAVATIONS AT THE END OF EACH SHIFT.
VERIFY ALL INFORMATION SHOWN OR NOTED FOR EXISTING FACILITIES, GRADES, ROADWAYS, AND
MATERIALS. ALL MEASUREMENTS ARE APPROXIMATE. NOTIFY ENGINEER IMMEDIATELY WHEN DISCREPENCIES
ARE NOTED IN THE FIELD. NO ADDITIONAL COSTS WILL BE ENCUMBERED BY THE TOWNSHIP DUE TO THE
CONTRACTOR'S FAILURE TO VERIFY INFORMATION PRIOR TO BID SUBMITTAL.
ROADWAY MUST BE SWEPT CLEAN AT THE END OF EACH WORK DAY AND AS DIRECTED BY THE TOWNSHIP
ENGINEER OR HIS FIELD REPRESENTATIVE. DUST CONTROL WILL BE REQUIRED AT ALL TIMES AS DETERMINED BY
THE ENGINEER. TIRES MUST BE CLEAN ON ALL VEHICLES BEFORE ENTERING ROADWAY.
MATERIALS NOT SPECIFIED ON THE PLANS AND USED FOR EXTRA WORK, SHALL CONFORM TO THE 2019 STANDARD
SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION OF THE DEPARTMENT OF TRANSPORTATION OR THE
SUPPLEMENTS, WHICHEVER GOVERNS.
DISPOSE OF EXCESS MATERIALS EXCAVATED REGARDLESS OF THEIR NATURE. THE TOWNSHIP IS NOT OBLIGATED TO SUPPLY A
DISPOSAL SITE. DO NOT DEPOSIT ANY EXCESS MATERIALS WITHIN THE TOWNSHIP LIMITS WITHOUT WRITTEN PERMISSION OF THE
TOWNSHIP ENGINEER. MATERIALS MUST BE DISPOSED OF IN ACCORDANCE WITH ALL STATE REGULATIONS REGARDING SAME. ALL
COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING SITE".
THE LUMP SUM PRICE BID FOR "CLEARING SITE" INCLUDES ALL COSTS ASSOCIATED WITH LABOR,
EQUIPMENT AND MATERIALS REQUIRED FOR THE REMOVAL OF ALL VEGETATIVE COVER, TREE
AND STUMP REMOVAL, CURB, SIGNS, PLANTERS, DEBRIS, RUBBLE, PAVING OF ANY KIND,
DRAINAGE STRUCTURES, EXISTING FEATURES WITHIN THE LIMITS OF WORK WHICH INTERFERE
WITH THE EXECUTION OF WORK AS SPECIFIED WITHIN THE CONSTRUCTION DOCUMENTS AND
GRUBBING OF TURF AREAS WITHIN THE PROJECT AREA. ALL WORK MUST BE EXECUTED IN
ACCORDANCE WITH NJDOT SPECIFICATIONS.
INSTALL ALL STRUCTURES IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS AND
DETAILS.
THE UNIT PRICE BID FOR "HOT MIX ASPHALT 12.5M-64 SURFACE COURSE" INCLUDES ALL LABOR, EQUIPMENT AND MATERIAL
COSTS ASSOCIATED WITH THE INSTALLATION OF HOT MIX ASPHALT MATERIALS SUCH AS SWEEPING AND TACK COAT. NO
ADDITIONAL COMPENSATION WILL BE MADE FOR SWEEPING OR TACK COAT.
REMOVE EXISTING STREET SIGNS, SIGNS & SIGN POSTS AND PLANTERS WITHIN THE LIMITS OF WORK. COORDINATE
WITH THE DIRECTOR OF PUBLIC WORKS FOR THE REMOVAL, STORAGE AND REPLACEMENT OF SAID ITEMS. ALL COSTS
ASSOCIATED WITH REMOVAL AND COORDINATION ARE INCLUDED IN THE LUMP SUM PRICE BID FOR "CLEARING SITE".
EXISTING CONDITIONS
UTILITIES
DEMOLITION
STANDARDS
COORDINATION
WORK SCHEDULE/ MAINTENANCE & PROTECTION OF TRAFFIC
BID ITEMS
NOTIFY ADJACENT PROPERTY OWNERS IN WRITING A MINIMUM OF 5 WORKING DAYS PRIOR TO THE EXECUTION OF WORK
TO ALLOW FOR THE REMOVAL OF PERSONAL PROPERTY (LANDSCAPING, SHRUBS, ETC.).
COORDINATE THE LOCATION OF ALL TRAFFIC CONTROL DEVICES (SIGNS AND DRUMS) WITH THE THE TOWNSHIP
ENGINEER AND PUBLIC WORKS DIRECTOR. THE ENGINEER AND PUBLIC WORKS DIRECTOR MUST APPROVE ALL
TRAFFIC CONTROL MEASURES UTILIZED ON THE PROJECT SITE. STOP WORK ORDERS WILL BE ISSUED IF THE
TRAFFIC CONTROL MEASURES TAKEN ARE DEEMED INSUFFICIENT BY THE TOWNSHIP POLICE DEPARTMENT. ALL
COSTS ASSOCIATED WITH THE PROVISION OF TRAFFIC CONTROL MEASURES IS INCLUDED IN THE UNIT PRICES BID
FOR "CONSTRUCTION SIGNS" AND "TRAFFIC DRUMS". NO SEPARATE PAYMENTS WILL BE MADE FOR RELOCATING
THE DEVICES AS REQUIRED, OR AS DIRECTED BY THE ENGINEER, DURING THE COURSE OF CONSTRUCTION.
THE CONTRACTOR MUST COORDINATE ALL WORK ON DRIVEWAYS WITH THE INDIVIDUAL PROPERTY OWNERS
PRIOR TO START OF CONSTRUCTION.THE TOWNSHIP IS NOT RESPONSIBLE FOR DELAYS CAUSED BY FAILURE OF
THE CONTRACTOR TO COORDINATE WITH THE INDIVIDUAL PROPERTY OWNERS. NO SEPARATE PAYMENT WILL BE
MADE FOR THIS WORK. ALL COSTS ASSOCIATED WITH THE SUSPENSION OF PARKING AND COORDINATION WITH
THE PROPERTY OWNERS MUST BE INCLUDED IN THE VARIOUS PAY ITEMS PROVIDED IN THE CONTRACT.
LOAD ALL MATERIALS/ DEBRIS GENERATED DURING THE DEMOLITION INTO A DUMP TRUCK AND HAUL OFFSITE
IMMEDIATELY. DO NOT STOCKPILE DEMOLITION MATERIALS WITHIN THE PROJECT LIMITS. ALL COSTS
ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING SITE".
17.
LOAD ALL MATERIALS/ DEBRIS GENERATED DURING THE REMOVAL OF EXISTING TREES, SHRUBS AND STUMPS
INTO A DUMP TRUCK AND HAUL OFFSITE IMMEDIATELY. DO NOT STOCKPILE DEMOLITION MATERIALS WITHIN THE
PROJECT LIMITS. ALL COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING
SITE".
SOIL EROSION & SEDIMENT CONTROL
11.
NO SEPARATE PAYMENT WILL BE MADE FOR SOIL EROSION & SEDIMENT CONTROL. ALL COSTS ASSOCIATED WITH THIS
WORK IS INCLUDED IN THE VARIOUS PAY ITEMS PROVIDED IN THE CONTRACT.
18.
(ALL NOTES ARE DIRECTED TO THE CONTRACTOR WITHOUT EXCEPTION.)
26.
THE UNIT PRICE BID FOR "REINFORCED CONCRETE PIPE ITEMS" AND "INLET ITEMS" SHALL INCLUDE ALL LABOR, EQUIPMENT,
AND MATERIAL FOR UNCLASSIFIED EXCAVATION, REMOVAL AND PROPER DISPOSAL OF EXCAVATED TRENCH MATERIAL, PIPE
PLACEMENT, BEDDING AND BACKFILL AS NOTED ON THE CONSTRUCTION DETAILS.
ONLY AMERICAN MADE PRODUCTS WILL BE ACCEPTED FOR THIS PROJECT. FOREIGN MADE PRODUCTS WILL BE
REJECTED DURING SHOP DRAWING REVIEW. FOREIGN MADE PRODUCTS SHIPPED TO THE PROJECT SITE WILL BE
REJECTED IN THE FIELD AND RETURNED AT THE CONTRACTORS EXPENSE.
19.
15.
SAWCUT THE EXISTING ASPHALT DRIVEWAYS ADJACENT TO DRIVEWAY APRONS SCHEDULED FOR REMOVAL AND
REPLACEMENT. ALL COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING SITE".
10.
COMPLY WITH THE LATEST EDITION OF THE `MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS
AND HIGHWAYS" WHEN UTILIZING ALL DEVICES AND PROCEDURES FOR THE MAINTENANCE AND PROTECTION
OF TRAFFIC. EXECUTE WORK TO ENSURE THE CONVENIENT AND SAFE PASSAGE OF ALL VEHICULAR AND
PEDESTRIAN TRAFFIC ON ADJACENT STREETS.
29.
28.
9.
THE WORK SHALL BE DONE BETWEEN THE HOURS OF 7:00 A.M. AND 5:00 P.M PREVAILING TIME
14.
EXISTING TRAFFIC CONTROL SIGNS IMPACTED BY THE PROPOSED WORK SHALL BE REMOVED,
PROTECTED, AND REINSTALLED IN ACCORDANCE WITH MUTCD STANDARDS, INCLUDING BREAKAWAY
HARDWARE. ALL COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "
"
27.
1.
2.
4.
THE UNIT PRICE BID FOR "BELGIAN BLOCK CURB" INCLUDES ALL LABOR, EQUIPMENT AND MATERIAL COSTS ASSOCIATED
WITH THE UNCLASSIFIED EXCAVATION FOR CURB, SAWCUTTING AND REMOVAL AND DISPOSAL OF ALL EXISTING CONCRETE,
STONE BEDDING AND REINFORCEMENT (AS NOTED ON THE DETAILS), AND CONCRETE CURB AS NOTED IN THE
CONSTRUCTION DETAILS.
THE UNIT PRICES BID FOR "LAWN RESTORATION ITEMS" INCLUDES ALL LABOR, EQUIPMENT AND
MATERIAL COSTS ASSOCIATED WITH INSTALLATION OF TOPSOIL, FERTILIZER, SEED, MULCH, AND
EROSION CONTROL MATTING AS SHOWN ON THE PLANS OR AS DIRECTED IN ACCORDANCE WITH THE
HUNTERDON COUNTY SOIL CONSERVATION DISTRICT NOTES AS NOTED IN THE CONSTRUCTION
DETAILS.
THE UNIT PRICE BID FOR "HOT MIX ASPHALT DRIVEWAY, VARIABLE THICKNESS" INCLUDES ALL LABOR,
EQUIPMENT, AND MATERIAL IN ORDER TO COMPLETE SAWCUTTING OF THE EXISTING DRIVEWAY,
UNCLASSIFIED EXCAVATION, REMOVAL AND PROPER DISPOSAL OF EXCAVATED MATERIAL, FINE
GRADING, COMPACTION, AND INSTALLATION OF 25M-64 (3" COMPACTED THICKNESS) AND 9.5 M-64 (2"
COMPACTED THICKNESS).
7.
8.
Distribution of Quantities
Roadway Improvement Plan
MA-2024 Mountain Road Section 1
ITEM
DESCRIPTION
PLANS TOTAL
SHEET 3
SHEET 4
SHEET 5
SHEET 6
UNIT PRICE
AMOUNT
1
Breakaway Barricade
4 unit
2 unit
0 unit
0 unit
2 unit
unit
-
2
Traffic Cone
20 unit
5 unit
5 unit
5 unit
5 unit
unit
-
3
Construction Signs
242 s.f.
61 s.f.
73 s.f.
60 s.f.
48 s.f.
s.f.
-
4
Fuel Price Adjustment
1 dollar
25% dollar
30% dollar
25% dollar
20% dollar
$2,000.00 dollar
$2,000.00
5
Asphalt Price Adjustment
1 dollar
25% dollar
30% dollar
25% dollar
20% dollar
$2,000.00 dollar
$2,000.00
6
Final Cleanup
1 lump sum
25% lump sum
30% lump sum
25% lump sum
20% lump sum
lump sum
-
7
Clearing Site
1 lump sum
25% lump sum
30% lump sum
25% lump sum
20% lump sum
lump sum
-
8
Dense-Graded Aggregate Base Course, Variable Thickness (If &
Where as Directed)
34 c.y.
5 c.y.
0 c.y.
29 c.y.
0 c.y.
c.y.
-
9
HMA Profile Milling, 0"-2" Thick (Incl. Sawcutting)
315 s.y.
0 s.y.
0 s.y.
315 s.y.
0 s.y.
s.y.
-
10
Hot Mix Asphalt Pavement Repair, 6" Depth (If & Where as
Directed)
1,000 s.y.
250 s.y.
300 s.y.
250 s.y.
200 s.y.
s.y.
-
11
Hot Mix Asphalt Leveling Course, <1" (If & Where as Directed)
100 s.y.
25 s.y.
30 s.y.
25 s.y.
20 s.y.
s.y.
-
12
Hot Mix Asphalt 12.5M-64 Surface Course, 2" Thick (Incl.
Sweeping & Tack Coat)
1,800 ton
470 ton
510 ton
500 ton
320 ton
ton
-
13
Extension Frame for Existing Inlet, Type E
5 unit
0 unit
3 unit
1 unit
1 unit
unit
-
14
Extension Frame for Existing Inlet, Type A
2 unit
0 unit
0 unit
1 unit
1 unit
unit
-
15
Bicycle Safe Grates (Inlet, Type E)
2 unit
0 unit
2 unit
0 unit
0 unit
unit
-
16
Inlet, Type B, Side Hill Set
1 unit
0 unit
0 unit
1 unit
0 unit
unit
-
17
Inlet, Type E
1 unit
0 unit
0 unit
1 unit
0 unit
unit
-
18
15" High Density Polyethylene Pipe
550 l.f.
0 l.f.
0 l.f.
550 l.f.
0 l.f.
l.f.
-
19
15" Reinforced Concrete End Section
1 unit
1 unit
0 unit
0 unit
0 unit
unit
-
20
15" High Density Polyethylene End Section
1 unit
0 unit
0 unit
1 unit
0 unit
unit
-
21
Belgian Block Curb
41 l.f.
0 l.f.
0 l.f.
41 l.f.
0 l.f.
l.f.
-
22
Hot Mix Asphalt Driveway, 2" Thick Surface Course Overlay
703 s.y.
170 s.y.
218 s.y.
186 s.y.
129 s.y.
s.y.
-
23
Rock Excavation, Subsurface Structures
50 c.y.
0 c.y.
0 c.y.
50 c.y.
0 c.y.
c.y.
-
24
Regulatory and Warning Sign (If & Where as Directed)
131 s.f.
42.5 s.f.
8.5 s.f.
36 s.f.
44 s.f.
s.f.
-
25
Topsoiling Stabilizer, Jute Matting (If & Where as Directed)
35 s.y.
0 s.y.
0 s.y.
35 s.y.
0 s.y.
s.y.
-
26
Borrow Topsoil, 5" Thick
195 c.y.
51 c.y.
57 c.y.
52 c.y.
35 c.y.
c.y.
-
27
Fertilizing and Seeding, Type A-3
1,400 s.y.
370 s.y.
410 s.y.
365 s.y.
255 s.y.
s.y.
-
28
Straw Mulch
1,400 s.y.
370 s.y.
410 s.y.
365 s.y.
255 s.y.
s.y.
-
ROCKTOWN ROAD
MOUNTAIN ROAD
BP: 0+00.00
PC: 4+79.53
PT: 6+56.06
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
STA. 0+25
BEGIN PROJECT
SAWCUT PAVEMENT TO
FORM BUTTJOINT
INSTALL 15" REINFORCED
CONCRETE END SECTION (INCL.
PREFORMED SCOURHOLE)
FARM ACCESS
25 S.Y. HMA SURFACE COURSE, 2" THICK
5 C.Y. DENSE-GRADED AGGREGATE BASE
COURSE, 6" THICK
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
MOUNTAIN ROAD
PI: 11+09.57
PC: 12+15.63
PT: 13+16.11
PI: 13+87.30
PC: 16+71.26
OVERLAY EXISTING DRIVEWAY:
46 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
OVERLAY EXISTING DRIVEWAY:
22 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
30 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
18 S.Y. HMA SURFACE COURSE, 2" THICK
O
OVERLAY EXISTING DRIVEWAY:
29 S.Y. HMA SURFACE COURSE,
2" THICK
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
1 INCH = 30 FT
GRAPHIC SCALE
0
15
30
60
SERIAL NO. ___________
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely.
ONE CALL
NEW JERSEY
PLAN NOTATION
DATE:
MAY 1, 2025
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\02-PLAN VIEWS_3921.003.dwg
jmcIntyre
3/10/2026 2:34:44 PM
15
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
ROBERT S. O'BRIEN
4
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
FOR
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
PLAN VIEW STATION 0+25 THRU 17+00
MA-2024 MOUNTAIN ROAD SECTION 1
3921.003
RSO
LM
RSO
1"=30'
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
ENGINEERING WITH FOCUS
DATE
DESCRIPTION
AUTH
REV
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
MATCHLINE - STATION 8+00
MATCHLINE - STATION 8+00
MATCHLINE - STATION 17+00
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
JANUARY 2026
MOUNTAIN ROAD
PC: 16+71.26
PT: 18+67.41
PC: 20+54.69
PT: 22+22.06
PI: 22+82.77
OVERLAY EXISTING DRIVEWAY:
14 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
OVERLAY EXISTING DRIVEWAY:
17 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
15 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
48 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
6 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
18 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING
DRIVEWAY:
11 S.Y. HMA SURFACE
COURSE, 2" THICK
REPLACE EXISTING GRATE WITH
BICYCLE SAFE GRATE AND
INSTALL EXTENSION FRAME FOR
EXISTING INLET, TYPE E
REPLACE EXISTING GRATE WITH
BICYCLE SAFE GRATE AND
INSTALL EXTENSION FRAME
FOR EXISTING INLET, TYPE E (AS
DIRECTED BY THE ENGINEER)
INSTALL
EXTENSION FRAME
FOR EXISTING
INLET, TYPE E
INSTALL REGULATORY AND WARNING SIGN ON
BREAKAWAY SUPPORTS (IF & WHERE AS DIRECTED)
MOUNTAIN ROAD
PI: 26+89.98
PI: 34+00.71
PC: 35+69.07
WIDE,
,
AND
OVERLAY EXISTING DRIVEWAY:
12 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
OVERLAY EXISTING DRIVEWAY:
12 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
13 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
27 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
25 S.Y. HMA SURFACE COURSE, 2" THICK
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
1 INCH = 30 FT
GRAPHIC SCALE
0
15
30
60
SERIAL NO. ___________
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely.
ONE CALL
NEW JERSEY
PLAN NOTATION
DATE:
MAY 1, 2025
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\02-PLAN VIEWS_3921.003.dwg
jmcIntyre
3/10/2026 2:34:56 PM
15
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
ROBERT S. O'BRIEN
5
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
FOR
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
PLAN VIEW STATION 17+00 THRU 35+50
MA-2024 MOUNTAIN ROAD SECTION 1
3921.003
RSO
LM
RSO
1"=30'
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
ENGINEERING WITH FOCUS
DATE
DESCRIPTION
AUTH
REV
MATCHLINE - STATION 26+50
MATCHLINE - STATION 35+50
MATCHLINE - STATION 26+50
MATCHLINE - STATION 17+00
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
JANUARY 2026
MOUNTAIN ROAD
PC: 35+69.07
PT: 38+48.57
PC: 41+89.31
PT: 43+18.66
CB-1, B INLET (45 DEGREES)
STA:44+05, 15.90 RT
TG:378.85
INV OUT:376.52
CB-2, E INLET
STA:42+15, 12.25 RT
TG:365.69
INV IN:363.19 (CB-1) E
INV OUT:363.19
OVERLAY EXISTING DRIVEWAY:
23 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
ICK
OVERLAY EXISTING DRIVEWAY:
14 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
15 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
14 S.Y. HMA SURFACE COURSE, 2" THICK
REMOVE EXISTING 12" RCP (COST TO
BE INCLUDED IN CLEARING SITE ITEM)
RESTORE WITH 11 C.Y. OF
DENSE-GRADED AGGREGATE BASE
COURSE, VARIABLE THICKNESS
350 L.F. 15" HDPE @ 7.5%
CONNECT TO EXISTING
E INLET INV. 337.15
200 L.F. 15" HDPE @ 7.0%
INSTALL 15" HDPE END SECTION
RESET EXISTING RIP-RAP AS DIRECTED
BY THE ENGINEER (TYP.)
RESTORE EMBANKMENT SURROUNDING B INLET
WITH TOPSOIL STABILIZER, JUTE MATTING 2:1
(MAX.) SLOPE, FERTILIZING & SEEDING, AND
STRAW MULCH AS DIRECTED BY THE ENGINEER
INSTALL 41 L.F. OF BELGIAN
BLOCK CURB
INSTALL EXTENSION FRAME
FOR EXISTING INLET, TYPE E
HMA MILLING & BASE REPAIR:
315 S.Y. HMA PROFILE MILLING, 0"-2" THICK, 7' FROM THE
EDGE OF THE EXISTING GUIDERAIL
18 C.Y. DENSE-GRADED AGGREGATE BASE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
21 S.Y. HMA SURFACE COURSE,
2" THICK
REMOVE EXISTING 15" TREE, 10" TREE AND 30"
STUMP AS DIRECTED BY THE ENGINEER
(COST TO BE INCLUDED IN CLEARING SITE ITEM)
REMOVE EXISTING 15" RCP
(COST TO BE INCLUDED IN
CLEARING SITE ITEM)
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
ROCK EXCAVATION, SUBSURFACE STRUCTURES
50 C.Y.
LINVALE ROAD
MOUNTAIN ROAD
PI: 50+43.44
PI: 52+20.75
STA. 50+75
PROJECT LIMITS
SAW CUT PAVEMENT
TO FORM BUTT JOINT
STA. 52+25
PROJECT LIMITS
SAW CUT PAVEMENT
TO FORM BUTT JOINT
E,
OVERLAY EXISTING DRIVEWAY:
11 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY SURFACE COURSE (ENTIRE
ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64
SURFACE COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH
(IF & WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
OVERLAY EXISTING DRIVEWAY:
13 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
11 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
18 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
22 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
11 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
13 S.Y. HMA SURFACE COURSE,
2" THICK
DING B INLET
ATTING 2:1
NG, AND
ENGINEER
INSTALL EXTENSION FRAME FOR
EXISTING INLET, TYPE A
N
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
1 INCH = 30 FT
GRAPHIC SCALE
0
15
30
60
SERIAL NO. ___________
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely.
ONE CALL
NEW JERSEY
PLAN NOTATION
DATE:
MAY 1, 2025
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\02-PLAN VIEWS_3921.003.dwg
jmcIntyre
3/10/2026 2:35:06 PM
15
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
ROBERT S. O'BRIEN
6
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
FOR
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
PLAN VIEW STATION 35+50 THRU 53+50
MA-2024 MOUNTAIN ROAD SECTION 1
3921.003
RSO
LM
RSO
1"=30'
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
ENGINEERING WITH FOCUS
DATE
DESCRIPTION
AUTH
REV
MATCHLINE - STATION 45+00
MATCHLINE - STATION 53+50
MATCHLINE - STATION 45+00
MATCHLINE - STATION 35+50
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
- DENOTES BASE MILLING & REPAIR
JANUARY 2026
MOUNTAIN ROAD
MOUNTAIN ROAD
PC: 53+69.55
PT: 54+78.72
PC: 57+17.91
PT: 57+94.54
PI: 59+33.53
OVERLAY SURFACE COURSE (ENTIRE
ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64
SURFACE COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6"
DEPTH (IF & WHERE AS DIRECTED BY THE
ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
OVERLAY EXISTING DRIVEWAY:
15 S.Y. HMA SURFACE COURSE,
2" THICK
INSTALL EXTENSION
FRAME FOR EXISTING
INLET, TYPE E AND
TYPE A
OVERLAY EXISTING DRIVEWAY:
38 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
16 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
17 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
10 S.Y. HMA SURFACE COURSE,
2" THICK
I
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
PC: 64+25.20
EP: 65+15.64
STA. 65+00
END PROJECT
SAW CUT PAVEMENT TO FORM
BUTT JOINT
INSTALL EXTENSION
FRAME FOR EXISTING
INLET, TYPE E AND
TYPE A
VERLAY EXISTING DRIVEWAY:
S.Y. HMA SURFACE COURSE,
HICK
OVERLAY SURFACE COURSE (ENTIRE
ROADWAY):
1,800 TONS HOT MIX ASPHALT 12.5M-64
SURFACE COURSE, 2" THICK
1,000 S.Y. HMA PAVEMENT REPAIR, 6"
DEPTH (IF & WHERE AS DIRECTED BY THE
ENGINEER)
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
OVERLAY EXISTING DRIVEWAY:
20 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY EXISTING DRIVEWAY:
13 S.Y. HMA SURFACE COURSE,
2" THICK
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
1 INCH = 30 FT
GRAPHIC SCALE
0
15
30
60
SERIAL NO. ___________
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely.
ONE CALL
NEW JERSEY
PLAN NOTATION
DATE:
MAY 1, 2025
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\02-PLAN VIEWS_3921.003.dwg
jmcIntyre
3/10/2026 2:35:16 PM
15
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
ROBERT S. O'BRIEN
7
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
FOR
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
PLAN VIEW STATION 53+50 THRU 65+00
MA-2024 MOUNTAIN ROAD SECTION 1
3921.003
RSO
LM
RSO
1"=30'
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
ENGINEERING WITH FOCUS
DATE
DESCRIPTION
AUTH
REV
MATCHLINE - STATION 62+00
MATCHLINE - STATION 53+50
MATCHLINE - STATION 62+00
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
JANUARY 2026
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\01-COVER_03_DETAILS_3921.003.dwg
jmcIntyre
3/10/2026 2:35:26 PM
15
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
ROBERT S. O'BRIEN
8
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
FOR
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
CONSTRUCTION DETAILS
MA-2024 MOUNTAIN ROAD SECTION 1
3921.003
RSO
LM
RSO
AS NOTED
MAY 1, 2025
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
ENGINEERING WITH FOCUS
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
SERIAL NO. ___________
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely.
ONE CALL
NEW JERSEY
PLAN NOTATION
MIN. WEIGHT 300 +/- 15 LBS.
C
1"
1"
1"
A
A
1"
1"
B
1"
B
C
1' - 9 3/4"
1"
NOT TO SCALE
4 3
8 "
4 3
8 "
3 7
8"
2 1
2"
3
4"
11
2 "
1 3
8 "
3' - 11 3 4"
4 38 "
4 3 8 "
4 3
8 "
4 3
8 "
4 5 8 "
4 5 8 "
4 5 8 "
4 5 8 "
1"
1 14 "
3 4"
5 8"
2 3 8 "
2 12 "
3 7 8"
4 3 8 "
JANUARY 2026
MOUNTAIN ROAD SECTION 1
PROJECT LOCATION
DETOUR ROUTE
MOUNTAIN ROAD SECTION 1
PROJECT LOCATION
DETOUR ROUTE
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.003 Mountain Road Section 1\dwg\01-COVER_03_DETAILS_3921.003.dwg
jmcIntyre
3/10/2026 3:49:52 PM
15
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
ROBERT S. O'BRIEN
9
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
FOR
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
DETOUR PLAN
MA-2024 MOUNTAIN ROAD SECTION 1
3921.003
RSO
LM
RSO
AS NOTED
MAY 1, 2025
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
ENGINEERING WITH FOCUS
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
WEB: WWW.VANCLEEFENGINEERING.COM
PHONE (908) 454-3080
CERT. OF AUTHORIZATION NO. 24GA28132300
1 INCH = 500 FT
GRAPHIC SCALE
0
250
500
1000
SERIAL NO. ___________
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely.
ONE CALL
NEW JERSEY
PLAN NOTATION
DETOUR PLAN PART 1
DETOUR PLAN PART 2
JANUARY 2026
PROPOSED PROJECT
LOCATION
TOWNSHIP COMMITTEE
MICHAEL DENDIS
AL NARDI
JENNA CASPER-BLOOM
DANTE DIPIRRO
BEVERLY ENTIN
MAYOR
DEPUTY MAYOR
COMMITTEE MEMBER
COMMITTEE MEMBER
COMMITTEE MEMBER
NOTE: ALL CONSTRUCTION TO BE IN ACCORDANCE WITH
NJDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE
CONSTRUCTION 2019, AS AMENDED BY THE SPECIAL
PROVISIONS, TO GOVERN.
NOTE: CONTRACTOR IS RESPONSIBLE FOR NOTIFYING ALL
UTILITY COMPANIES PRIOR TO THE START OF CONSTRUCTION.
NOTE: THE NJDOT STANDARD CONSTRUCTION DETAILS FOR
ROADWAY, TRAFFIC CONTROL, AND BRIDGE BOOKLET (2016);
AND THE NJDOT STANDARD ELECTRICAL DETAILS BOOKLET
(2007), ARE APPLICABLE TO THIS PROJECT EXCEPT FOR THOSE
DETAILS CONTAINED HEREIN.
UTILITIES
COMCAST CABLE
100 RANDOLPH ROAD
SOMERSET, NEW JERSEY 08873
(908) 851-8858 - GEORGE PALYCA
JERSEY CENTRAL POWER & LIGHT CO.
101 CRAWFORD'S CORNER ROAD
HOLMDEL, NEW JERSEY 07733
(732) 212-4262 - HARVEY LOCKLEY
ELIZABETHTOWN GAS
520 GREEN LANE
UNION, NEW JERSEY 07083
(908) 662-8324 - JOHN GRUELING
NOTE: ALL PAVEMENT TRAFFIC MARKING LINES, SYMBOLS AND
TRAFFIC SIGNS SHALL CONFORM TO THE LATEST VERSION OF
THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES
(MUTCD)
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.006 Mountain Rd Section 2\dwg\01-COVER_03_DETAILS_3921.006.dwg
jmcIntyre
3/10/2026 4:33:55 PM
INDEX OF SHEETS
SHEET No.
10
TITLE
COVER SHEET
LAST REVISED
-
15
10
11
GENERAL NOTES & ESTIMATE OF QUANTITIES
-
12
PLAN VIEW STATION 65+00 THRU 80+50
-
13
PLAN VIEW STATION 80+50 THRU 99+00
-
14
CONSTRUCTION DETAILS
-
15
TEMPORARY TRAFFIC CONTROL PLAN
-
PLAN NOTATION
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
ROADWAY IMPROVEMENT PLAN
DATE: JANUARY 2026
SITUATED IN
PREPARED FOR
MA-2025 MOUNTAIN ROAD SECTION 2
SITE LOCATION MAP
VAN CLEEF ENGINEERING ASSOCIATES, LLC
CERT. OF AUTHORIZATION NO. 24GA28132300
WWW.VANCLEEFENGINEERING.COM
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
PHONE (908) 454-3080
500
1000
2000
1 INCH = 1000 FT
GRAPHIC SCALE
0
PROJECT LENGTH: 3,400 LINEAR FEET (0.64 MILES)
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
JANUARY 2026
D.
REPAIR ANY DAMAGED UTILITIES AT NO ADDITIONAL COST TO THE OWNER.
EXISTING FEATURES LOCATED IN THE FIELD AND DOCUMENTED BY VAN CLEEF ENGINEERING ASSOCIATES.
12.
25.
22.
24.
16.
3.
13.
5.
20.
GENERAL NOTES:
C.
B.
A.
21.
23.
6.
PROTECT UNDERGROUND FACILITIES OR UTILITY POLES WITHIN CLOSE PROXIMITY OF
EXCAVATIONS OR TRENCHING OPERATIONS TO PREVENT DAMAGE OR INTERRUPTION OF
SERVICE TO UNDERGROUND FACILITIES.
AVAILABLE INFORMATION AS TO THE LOCATION OF EXISTING UTILITIES HAS BEEN
COLLECTED FROM VARIOUS SOURCES. THE RESULTS OF SUCH INVESTIGATIONS,
REPRESENTED ON THE CONTRACT DRAWINGS ARE NOT GUARANTEED AS TO THE
ACCURACY. ALL EXISTING UTILITIES ARE SHOWN FOR INFORMATION ONLY. CONTACT THE
GARDEN STATE UNDERGROUND PLANT LOCATION SERVICE INC AT PHONE # 1-800-272-1000 A
MINIMUM OF ONE WEEK (5 WORKING DAYS) PRIOR TO COMMENCEMENT OF WORK. LOCATE,
IDENTIFY AND PROTECT UTILITIES WITHIN THE PROJECT LIMITS. NO SEPARATE PAYMENT
WILL BE PROVIDED FOR THE UTILIZATION OF TEST PITS TO LOCATE UTILITIES. ALL COST
ASSOCIATED WITH PERFORMING TEST PITS IS INCLUDED IN THE VARIOUS PAY ITEMS.
COORDINATE ANY UTILITY ADJUSTMENTS NECESSITATED BY THE PROPOSED CONSTRUCTION WITH
THE TOWNSHIP AND EACH OF THE UTILITY COMPANIES WITH FACILITIES WITHIN THE PROJECT
LIMITS. NOTIFY ALL UTILITY COMPANIES AT LEAST ONE (1) WEEK PRIOR TO CONSTRUCTION FOR
PHYSICAL MARK OUTS OF UTILITIES.
PROTECT ALL EXISTING UTILITIES AND COORDINATE THE RELOCATION OF ALL CONFLICTING
UTILITIES WITH THE RESPECTIVE UTILITY COMPANY.
CONSTRUCTION STAKEOUT WILL BE COMPLETED BY VAN CLEEF ENGINEERING ASSOCIATES. THE
CONTRACTOR SHALL COORDINATE ALL STAKEOUT REQUIREMENTS AS NOTED IN THE DETAILED
SPECIFICATIONS.
ALL CONSTRUCTION SHALL CONFORM TO THE 2019 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE
CONSTRUCTION OF THE NEW JERSEY DEPARTMENT OF TRANSPORTATION AND AS AMENDED HEREIN.
CONTACT PRIVATE UTILITY COMPANIES SO THAT PRIVATELY OWNED CASTINGS MAY BE
RESET BY RESPECTIVE UTILITY COMPANY TO PROPOSED GRADES.
MINIMIZE THE NUMBER AND FREQUENCY OF OPEN TRENCHES OR EXCAVATIONS (ADJACENT TO
NEW CURB INSTALLATION). COVER ALL TRENCHES OR EXCAVATIONS AT THE CONCLUSION OF
WORK EACH SHIFT. PLACE COMPACTED DENSE GRADED AGGREGATE IN OPEN TRENCHES OR
EXCAVATIONS AT THE END OF EACH SHIFT.
VERIFY ALL INFORMATION SHOWN OR NOTED FOR EXISTING FACILITIES, GRADES, ROADWAYS, AND
MATERIALS. ALL MEASUREMENTS ARE APPROXIMATE. NOTIFY ENGINEER IMMEDIATELY WHEN DISCREPENCIES
ARE NOTED IN THE FIELD. NO ADDITIONAL COSTS WILL BE ENCUMBERED BY THE TOWNSHIP DUE TO THE
CONTRACTOR'S FAILURE TO VERIFY INFORMATION PRIOR TO BID SUBMITTAL.
ROADWAY MUST BE SWEPT CLEAN AT THE END OF EACH WORK DAY AND AS DIRECTED BY THE TOWNSHIP
ENGINEER OR HIS FIELD REPRESENTATIVE. DUST CONTROL WILL BE REQUIRED AT ALL TIMES AS DETERMINED BY
THE ENGINEER. TIRES MUST BE CLEAN ON ALL VEHICLES BEFORE ENTERING ROADWAY.
MATERIALS NOT SPECIFIED ON THE PLANS AND USED FOR EXTRA WORK, SHALL CONFORM TO THE 2019 STANDARD
SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION OF THE DEPARTMENT OF TRANSPORTATION OR THE
SUPPLEMENTS, WHICHEVER GOVERNS.
DISPOSE OF EXCESS MATERIALS EXCAVATED REGARDLESS OF THEIR NATURE. THE TOWNSHIP IS NOT OBLIGATED TO SUPPLY A
DISPOSAL SITE. DO NOT DEPOSIT ANY EXCESS MATERIALS WITHIN THE TOWNSHIP LIMITS WITHOUT WRITTEN PERMISSION OF THE
TOWNSHIP ENGINEER. MATERIALS MUST BE DISPOSED OF IN ACCORDANCE WITH ALL STATE REGULATIONS REGARDING SAME. ALL
COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING SITE".
THE LUMP SUM PRICE BID FOR "CLEARING SITE" INCLUDES ALL COSTS ASSOCIATED WITH LABOR,
EQUIPMENT AND MATERIALS REQUIRED FOR THE REMOVAL OF ALL VEGETATIVE COVER, TREE
AND STUMP REMOVAL, CURB, SIGNS, PLANTERS, DEBRIS, RUBBLE, PAVING OF ANY KIND,
DRAINAGE STRUCTURES, EXISTING FEATURES WITHIN THE LIMITS OF WORK WHICH INTERFERE
WITH THE EXECUTION OF WORK AS SPECIFIED WITHIN THE CONSTRUCTION DOCUMENTS AND
GRUBBING OF TURF AREAS WITHIN THE PROJECT AREA. ALL WORK MUST BE EXECUTED IN
ACCORDANCE WITH NJDOT SPECIFICATIONS.
INSTALL ALL STRUCTURES IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS AND
DETAILS.
THE UNIT PRICE BID FOR "HOT MIX ASPHALT 12.5M-64 SURFACE COURSE" INCLUDES ALL LABOR, EQUIPMENT AND MATERIAL
COSTS ASSOCIATED WITH THE INSTALLATION OF HOT MIX ASPHALT MATERIALS SUCH AS SWEEPING AND TACK COAT. NO
ADDITIONAL COMPENSATION WILL BE MADE FOR SWEEPING OR TACK COAT.
REMOVE EXISTING STREET SIGNS, SIGNS & SIGN POSTS AND PLANTERS WITHIN THE LIMITS OF WORK. COORDINATE
WITH THE DIRECTOR OF PUBLIC WORKS FOR THE REMOVAL, STORAGE AND REPLACEMENT OF SAID ITEMS. ALL COSTS
ASSOCIATED WITH REMOVAL AND COORDINATION ARE INCLUDED IN THE LUMP SUM PRICE BID FOR "CLEARING SITE".
EXISTING CONDITIONS
UTILITIES
DEMOLITION
STANDARDS
COORDINATION
WORK SCHEDULE/ MAINTENANCE & PROTECTION OF TRAFFIC
BID ITEMS
NOTIFY ADJACENT PROPERTY OWNERS IN WRITING A MINIMUM OF 5 WORKING DAYS PRIOR TO THE EXECUTION OF WORK
TO ALLOW FOR THE REMOVAL OF PERSONAL PROPERTY (LANDSCAPING, SHRUBS, ETC.).
COORDINATE THE LOCATION OF ALL TRAFFIC CONTROL DEVICES (SIGNS AND DRUMS) WITH THE THE TOWNSHIP
ENGINEER AND PUBLIC WORKS DIRECTOR. THE ENGINEER AND PUBLIC WORKS DIRECTOR MUST APPROVE ALL
TRAFFIC CONTROL MEASURES UTILIZED ON THE PROJECT SITE. STOP WORK ORDERS WILL BE ISSUED IF THE
TRAFFIC CONTROL MEASURES TAKEN ARE DEEMED INSUFFICIENT BY THE TOWNSHIP POLICE DEPARTMENT. ALL
COSTS ASSOCIATED WITH THE PROVISION OF TRAFFIC CONTROL MEASURES IS INCLUDED IN THE UNIT PRICES BID
FOR "CONSTRUCTION SIGNS" AND "TRAFFIC DRUMS". NO SEPARATE PAYMENTS WILL BE MADE FOR RELOCATING
THE DEVICES AS REQUIRED, OR AS DIRECTED BY THE ENGINEER, DURING THE COURSE OF CONSTRUCTION.
THE CONTRACTOR MUST COORDINATE ALL WORK ON DRIVEWAYS WITH THE INDIVIDUAL PROPERTY OWNERS
PRIOR TO START OF CONSTRUCTION.THE TOWNSHIP IS NOT RESPONSIBLE FOR DELAYS CAUSED BY FAILURE OF
THE CONTRACTOR TO COORDINATE WITH THE INDIVIDUAL PROPERTY OWNERS. NO SEPARATE PAYMENT WILL BE
MADE FOR THIS WORK. ALL COSTS ASSOCIATED WITH THE SUSPENSION OF PARKING AND COORDINATION WITH
THE PROPERTY OWNERS MUST BE INCLUDED IN THE VARIOUS PAY ITEMS PROVIDED IN THE CONTRACT.
LOAD ALL MATERIALS/ DEBRIS GENERATED DURING THE DEMOLITION INTO A DUMP TRUCK AND HAUL OFFSITE
IMMEDIATELY. DO NOT STOCKPILE DEMOLITION MATERIALS WITHIN THE PROJECT LIMITS. ALL COSTS
ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING SITE".
17.
LOAD ALL MATERIALS/ DEBRIS GENERATED DURING THE REMOVAL OF EXISTING TREES, SHRUBS AND STUMPS
INTO A DUMP TRUCK AND HAUL OFFSITE IMMEDIATELY. DO NOT STOCKPILE DEMOLITION MATERIALS WITHIN THE
PROJECT LIMITS. ALL COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING
SITE".
SOIL EROSION & SEDIMENT CONTROL
11.
NO SEPARATE PAYMENT WILL BE MADE FOR SOIL EROSION & SEDIMENT CONTROL. ALL COSTS ASSOCIATED WITH THIS
WORK IS INCLUDED IN THE VARIOUS PAY ITEMS PROVIDED IN THE CONTRACT.
18.
(ALL NOTES ARE DIRECTED TO THE CONTRACTOR WITHOUT EXCEPTION.)
26.
THE UNIT PRICE BID FOR "REINFORCED CONCRETE PIPE ITEMS" AND "INLET ITEMS" SHALL INCLUDE ALL LABOR, EQUIPMENT,
AND MATERIAL FOR UNCLASSIFIED EXCAVATION, REMOVAL AND PROPER DISPOSAL OF EXCAVATED TRENCH MATERIAL, PIPE
PLACEMENT, BEDDING AND BACKFILL AS NOTED ON THE CONSTRUCTION DETAILS.
ONLY AMERICAN MADE PRODUCTS WILL BE ACCEPTED FOR THIS PROJECT. FOREIGN MADE PRODUCTS WILL BE
REJECTED DURING SHOP DRAWING REVIEW. FOREIGN MADE PRODUCTS SHIPPED TO THE PROJECT SITE WILL BE
REJECTED IN THE FIELD AND RETURNED AT THE CONTRACTORS EXPENSE.
19.
15.
SAWCUT THE EXISTING ASPHALT DRIVEWAYS ADJACENT TO DRIVEWAY APRONS SCHEDULED FOR REMOVAL AND
REPLACEMENT. ALL COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "CLEARING SITE".
10.
COMPLY WITH THE LATEST EDITION OF THE `MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS
AND HIGHWAYS" WHEN UTILIZING ALL DEVICES AND PROCEDURES FOR THE MAINTENANCE AND PROTECTION
OF TRAFFIC. EXECUTE WORK TO ENSURE THE CONVENIENT AND SAFE PASSAGE OF ALL VEHICULAR AND
PEDESTRIAN TRAFFIC ON ADJACENT STREETS.
29.
28.
9.
THE WORK SHALL BE DONE BETWEEN THE HOURS OF 7:00 A.M. AND 5:00 P.M PREVAILING TIME
14.
EXISTING TRAFFIC CONTROL SIGNS IMPACTED BY THE PROPOSED WORK SHALL BE REMOVED,
PROTECTED, AND REINSTALLED IN ACCORDANCE WITH MUTCD STANDARDS, INCLUDING BREAKAWAY
HARDWARE. ALL COSTS ASSOCIATED WITH THIS WORK IS INCLUDED IN THE UNIT PRICE BID FOR "
"
27.
1.
2.
4.
THE UNIT PRICE BID FOR "BELGIAN BLOCK CURB" INCLUDES ALL LABOR, EQUIPMENT AND MATERIAL COSTS ASSOCIATED
WITH THE UNCLASSIFIED EXCAVATION FOR CURB, SAWCUTTING AND REMOVAL AND DISPOSAL OF ALL EXISTING CONCRETE,
STONE BEDDING AND REINFORCEMENT (AS NOTED ON THE DETAILS), AND CONCRETE CURB AS NOTED IN THE
CONSTRUCTION DETAILS.
THE UNIT PRICES BID FOR "LAWN RESTORATION ITEMS" INCLUDES ALL LABOR, EQUIPMENT AND
MATERIAL COSTS ASSOCIATED WITH INSTALLATION OF TOPSOIL, FERTILIZER, SEED, MULCH, AND
EROSION CONTROL MATTING AS SHOWN ON THE PLANS OR AS DIRECTED IN ACCORDANCE WITH THE
HUNTERDON COUNTY SOIL CONSERVATION DISTRICT NOTES AS NOTED IN THE CONSTRUCTION
DETAILS.
THE UNIT PRICE BID FOR "HOT MIX ASPHALT DRIVEWAY, VARIABLE THICKNESS" INCLUDES ALL LABOR,
EQUIPMENT, AND MATERIAL IN ORDER TO COMPLETE SAWCUTTING OF THE EXISTING DRIVEWAY,
UNCLASSIFIED EXCAVATION, REMOVAL AND PROPER DISPOSAL OF EXCAVATED MATERIAL, FINE
GRADING, COMPACTION, AND INSTALLATION OF 25M-64 (3" COMPACTED THICKNESS) AND 9.5 M-64 (2"
COMPACTED THICKNESS).
7.
8.
Distribution of Quantities
Roadway Improvement Plan
MA-2025 Mountain Road Section 2
ITEM
PLANS TOTAL
SHEET 3
SHEET 4
1
Clearing Site
1 lump sum
50% lump sum
50% lump sum
2
Breakaway Barricade
4 unit
2 unit
2 unit
3
Traffic Cone
20 unit
10 unit
10 unit
4
Construction Signs
242 s.f.
121 s.f.
121 s.f.
5
Fuel Price Adjustment
1 dollar
50% dollar
50% dollar
6
Asphalt Price Adjustment
1 dollar
50% dollar
50% dollar
7
Mobilization
1 lump sum
50% lump sum
50% lump sum
8
Hot Mix Asphalt Pavement Repair, 6" Depth (If & Where as Directed)
560 s.y.
280 s.y.
280 s.y.
9
Hot Mix Asphalt Leveling Course, <1" (If & Where as Directed)
50 s.y.
25 s.y.
25 s.y.
10
Hot Mix Asphalt 12.5M-64 Surface Course, 2" Thick (Incl. Sweeping
& Tack Coat)
980 ton
440 ton
540 ton
11
Extension Frame for Existing Inlet, Type E
1 unit
0 unit
1 unit
12
Extension Frame for Existing Inlet, Type A
3 unit
0 unit
3 unit
13
Bicycle Safe Grates (Inlet, Type E)
4 unit
0 unit
4 unit
14
Hot Mix Asphalt Driveway, 2" Thick Surface Course Overlay
190 s.y.
66 s.y.
124 s.y.
15
Regulatory and Warning Sign (If & Where as Directed)
131 s.f.
65.5 s.f.
65.5 s.f.
16
Borrow Topsoil, 5" Thick
110 c.y.
50 c.y.
60 c.y.
17
Fertilizing and Seeding, Type A-3
750 s.y.
350 s.y.
400 s.y.
18
Straw Mulch
750 s.y.
350 s.y.
400 s.y.
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.006 Mountain Rd Section 2\dwg\01-COVER_03_DETAILS_3921.006.dwg
jmcIntyre
3/10/2026 2:35:59 PM
PLAN NOTATION
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely
ONE CALL
NEW JERSEY
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
GENERAL NOTES & ESTIMATE OF QUANTITIES
MA-2025 MOUNTAIN ROAD SECTION 2
3921.006
RSO
LM
LM
AS NOTED
JANUARY 2026
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
CERT. OF AUTHORIZATION NO. 24GA28132300
WWW.VANCLEEFENGINEERING.COM
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
PHONE (908) 454-3080
15
11
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
JANUARY 2026
FOR
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
980 TONS HOT MIX ASPHALT 12.5M-64 SURFACE COURSE, 2" THICK
560 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF & WHERE AS
DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
MOUNTAIN ROAD
STA. 65+00
BEGIN PROJECT
SAWCUT PAVEMENT TO
FORM BUTTJOINT
OVERLAY EXISTING DRIVEWAY:
16 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
22 S.Y. HMA SURFACE COURSE, 2" THICK
REMOVE STUMP
(COST TO BE INCLUDED IN CLEARING
SITE ITEM)
MOUNTAIN ROAD
OVERLAY EXISTING DRIVEWAY:
28 S.Y. HMA SURFACE COURSE,
2" THICK
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
980 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
500 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
INSTALL REG
WARNIN
BREA
1 INCH = 30 FT
GRAPHIC SCALE
0
15
30
60
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
MATCHLINE - STATION 74+50
MATCHLINE - STATION 74+50
MATCHLINE - STATION 80+50
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.006 Mountain Rd Section 2\dwg\02-PLAN VIEWS_3921.006.dwg
jmcIntyre
3/10/2026 2:36:13 PM
PLAN NOTATION
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely
ONE CALL
NEW JERSEY
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
PLAN VIEW STATION 65+00 THRU 80+50
MA-2025 MOUNTAIN ROAD SECTION 2
3921.006
RSO
LM
LM
1" = 30'
JANUARY 2026
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
CERT. OF AUTHORIZATION NO. 24GA28132300
WWW.VANCLEEFENGINEERING.COM
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
PHONE (908) 454-3080
15
12
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
JANUARY 2026
FOR
MOUNTAIN ROAD
OVERLAY EXISTING DRIVEWAY:
17 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
15 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
12 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
12 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
980 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
560 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
INSTALL REGULATORY AND
WARNING SIGN ON
BREAKAWAY SUPPORTS (IF &
WHERE AS DIRECTED)
REPLACE EXISTING GRATE WITH
BICYCLE SAFE GRATE AND
INSTALL EXTENSION FRAME
FOR EXISTING INLET, TYPE A (AS
DIRECTED BY THE ENGINEER)
REMOVE 14" TREE
(COST TO BE
INCLUDED IN
CLEARING SITE ITEM)
REMOVE 20" TREE
(COST TO BE
INCLUDED IN
CLEARING SITE ITEM)
REPLACE EXISTING GRATE WITH
BICYCLE SAFE GRATE AND
INSTALL EXTENSION FRAME
FOR EXISTING INLET, TYPE A (AS
DIRECTED BY THE ENGINEER)
MOUNTA
MOUNTAIN ROAD
OVERLAY EXISTING DRIVEWAY:
21 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY EXISTING DRIVEWAY:
17 S.Y. HMA SURFACE COURSE, 2" THICK
OVERLAY SURFACE COURSE (ENTIRE ROADWAY):
980 TONS HOT MIX ASPHALT 12.5M-64 SURFACE
COURSE, 2" THICK
500 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH (IF &
WHERE AS DIRECTED BY THE ENGINEER)
RESTORATION:
MATCH TO EXISTING GROUND, 1' WIDE,
WITH BORROW TOPSOIL, 5" THICK,
FERTILIZING & SEEDING, TYPE A-3 AND
STRAW MULCH (TYP.)
OVERLAY EXISTING DRIVEWAY:
15 S.Y. HMA SURFACE COURSE, 2" THICK
REPLACE EXISTING GRATE WITH
BICYCLE SAFE GRATE AND
INSTALL EXTENSION FRAME
FOR EXISTING INLET, TYPE A (AS
DIRECTED BY THE ENGINEER)
REPLACE EXISTING GRATE WITH
BICYCLE SAFE GRATE AND
INSTALL EXTENSION FRAME
FOR EXISTING INLET, TYPE E (AS
DIRECTED BY THE ENGINEER)
STA. 99+00
END PROJECT
SAW CUT PAVEMENT TO FORM
BUTT JOINT
OVERLAY EXISTING DRIVEWAY:
15 S.Y. HMA SURFACE COURSE, 2" THICK
REMOVE STUMP & SAWCUT PAVEMENT (COST TO BE INCLUDED IN CLEARING SITE ITEM)
40 S.Y. HMA PAVEMENT REPAIR, 6" DEPTH
1 INCH = 30 FT
GRAPHIC SCALE
0
15
30
60
MATCHLINE - STATION 90+00
MATCHLINE - STATION 90+00
MATCHLINE - STATION 80+50
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
- DENOTES 2" SURFACE COURSE
OVERLAY
- DENOTES DRIVEWAY APRON
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.006 Mountain Rd Section 2\dwg\02-PLAN VIEWS_3921.006.dwg
jmcIntyre
3/10/2026 2:36:20 PM
PLAN NOTATION
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely
ONE CALL
NEW JERSEY
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
PLAN VIEW STATION 80+50 THRU 99+00
MA-2025 MOUNTAIN ROAD SECTION 2
3921.006
RSO
LM
LM
1" = 30'
JANUARY 2026
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
CERT. OF AUTHORIZATION NO. 24GA28132300
WWW.VANCLEEFENGINEERING.COM
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
PHONE (908) 454-3080
15
13
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
JANUARY 2026
FOR
MIN. WEIGHT 300 +/- 15 LBS.
C
1"
1"
1"
A
A
1"
1"
B
1"
B
C
1' - 9 3/4"
1"
NOT TO SCALE
4 3
8 "
4 3
8 "
3 7
8"
2 1
2"
3
4"
11
2 "
1 3
8 "
3' - 11 3 4"
4 38 "
4 3 8 "
4 3
8 "
4 3
8 "
4 5 8 "
4 5 8 "
4 5 8 "
4 5 8 "
1"
1 14 "
3 4"
5 8"
2 38 "
2 12 "
3 78"
4 3 8 "
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.006 Mountain Rd Section 2\dwg\01-COVER_03_DETAILS_3921.006.dwg
jmcIntyre
3/10/2026 4:36:21 PM
PLAN NOTATION
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely
ONE CALL
NEW JERSEY
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
CONSTRUCTION DETAILS
MA-2025 MOUNTAIN ROAD SECTION 2
3921.006
RSO
LM
LM
AS NOTED
JANUARY 2026
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
CERT. OF AUTHORIZATION NO. 24GA28132300
WWW.VANCLEEFENGINEERING.COM
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
PHONE (908) 454-3080
15
14
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
JANUARY 2026
FOR
MOUNTAIN ROAD SECTION 2
PROJECT LOCATION
DETOUR ROUTE
1 INCH = 500 FT
GRAPHIC SCALE
0
250
500
1000
DETOUR PLAN
F:\Projects\3900 - East Amwell Township\3921 Capital Improvements\3921.006 Mountain Rd Section 2\dwg\01-COVER_03_DETAILS_3921.006.dwg
jmcIntyre
3/10/2026 3:46:09 PM
PLAN NOTATION
Know what's below.
Call before you dig.
or
1-800-272-1000
TO LOCATE UNDERGROUND UTILITIES
IF YOU'RE GOING TO DIG, BLAST OR DRILL
THREE (3) WORKING DAYS NOTICE
REMEMBER
IT'S THE LAW!
Dig Safely
ONE CALL
NEW JERSEY
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
HUNTERDON COUNTY, NEW JERSEY
EAST AMWELL TOWNSHIP
TEMPORARY TRAFFIC CONTROL PLAN
MA-2025 MOUNTAIN ROAD SECTION 2
3921.006
RSO
LM
LM
AS NOTED
JANUARY 2026
Bridges/Highways
Construction Inspection
Environmental
Geotechnical/Dams
Landscape Architecture
Local/Regional Planning
Municipal Engineering
Site Development
Surveying/Aerial Drones/GIS
Water/Wastewater
DATE
DESCRIPTION
AUTH
REV
VAN CLEEF ENGINEERING ASSOCIATES, LLC
CERT. OF AUTHORIZATION NO. 24GA28132300
WWW.VANCLEEFENGINEERING.COM
755 MEMORIAL PKWY, SUITE 110, PHILLIPSBURG, NJ 08865
PHONE (908) 454-3080
15
15
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 41972
JANUARY 2026
FOR
--- Document: Committee Volunteer Application Form ---
VOLUNTEER APPLICATION
FOR APPOINTMENT TO BOARDS OR COMMITTEES
E-mail or hand deliver this application with your resume to:
Linda Giliberti, Township Clerk
1070 Route 202/31
Ringoes, NJ 08551
Phone: 908/782-8536, X19
lgiliberti@eastamwelltownship.com
NAME:
DATE:
HOME
BUSINESS
ADDRESS:
ADDRESS:
PHONE:
BUS. PHONE:
FAX:
BUS FAX:
E-MAIL ADDRESS:
I would like to be considered for appointment to the following Board or Committee as a volunteer member.
Planning Board
Board of Health
Recycling Committee
Agricultural Advisory Committee
Historic Preservation Committee
Farmland and Open Space Committee
Ringoes Village Advisory Committee
Environmental Commission
Parks & Recreation Advisory Committee
1st CHOICE:
2nd CHOICE:
Please complete the following and attach resume.
1. EDUCATIONAL BACKGROUND:
2. RELEVANT WORK/PROFESSIONAL EXPERIENCE:
3. INVOLVEMENT IN PROFESSIONAL AND COMMUNITY ORGANIZATIONS:
4. PREVIOUS SERVICE ON ANY BOARD, COMMISSION OR POSITION:
5. DESCRIBE BRIEFLY WHY YOU ARE SEEKING THE APPOINTMENT:
REFERENCES: (Please provide details of two people, not related to you,whom we may ask for a
reference)
Name:_______________________________________________________________
Address:_____________________________________________________________
Telephone No:________________________________________________________
Relationship to you:___________________________________________________
Name:_______________________________________________________________
Address:_____________________________________________________________
Telephone No:________________________________________________________
Relationship to you:___________________________________________________
To process your application, we may need to disclose the information we receive from you to others.
I agree to East Amwell Township processing and retaining the personal information contained on this
form for any purposes connected to my application or my health and safety while on the premises.
SIGNATURE:
DATE:
Your details may be kept in a volunteer file and we may use the data to keep you up to date with other
volunteer opportunities.
--- Document: OPRA Form ---
Township of East Amwell
OPEN PUBLIC RECORDS ACT REQUEST FORM
1070 Route 202/31, Ringoes, NJ 08551
(908) 782-8536 & (908) 782-8536 (Fax)
lgiliberti@eastamwelltownship.com
Linda Giliberti
Requestor Information – Please Print
Payment Information
Record Request Information: Please be as specific as possible in describing the records being requested. Also, please note that your preferred
method of delivery will only be accommodated if the custodian has the technological means and the integrity of the records will not be
jeopardized by such method of delivery.
Note: If you confirmed above that the records sought are in connection with a legal proceeding, identification of that proceeding is
required below.
AGENCY USE ONLY
AGENCY USE ONLY
AGENCY USE ONLY
Est. Document Cost
Est. Delivery Cost
Est. Extras Cost
Total Est. Cost
Deposit Amount
Estimated Balance
Deposit Date
Disposition Notes
Custodian: If any part of request cannot be
delivered in seven business days,
detail reasons here.
In Progress
-
Open
Denied
-
Closed
Filled
-
Closed
Partial
-
Closed
Tracking Information
Final Cost
Tracking #
Total
Rec’d Date
Deposit
Ready Date
Balance Due
Total
Pages
Balance Paid
Records Provided
Custodian Signature
Date
Important Notice
The last page of this form contains important information related to your rights concerning government records. Please read it carefully.
First Name
MI
Last Name
E-mail Address
Mailing Address
City
State
Zip
Telephone
FAX
Preferred Delivery:
Pick
Up
US Mail
On-Site
Inspect
Fax
E-mail
Under penalty of N.J.S.A. 2C:28-3, I certify that
1.
I
HAVE /
HAVE NOT been convicted of any indictable offense under the laws of New Jersey, any
other state, or the United States;
2.
I, or another person,
WILL /
WILL NOT use the requested government records for a commercial
purpose;
3.
I
AM /
AM NOT seeking records in connection with a legal proceeding.
Signature
Date
Maximum Authorization Cost $
Select Payment Method
Cash
Check
Money Order
Fees:
Letter size pages - $0.05
per page
Legal size pages - $0.07
per page
Other materials (CD, DVD,
etc) – actual cost of material
Delivery: Delivery / postage fees
additional depending upon
delivery type.
Extras:
Special service charge
dependent upon request.
DEPOSITS
The custodian may require a deposit against costs for reproducing documents whenever the custodian anticipates that the documents requested
will cost in excess of $5 to reproduce. N.J.S.A. 47:1A-5(f).
Where a special service charge is warranted under OPRA, that amount will be communicated to you as required under the statute. You have
the opportunity to review and object to the charge prior to it being incurred. If, however, you approve of the fact and amount of the special
service charge, you may be required to pay a deposit or pay in full prior to reproduction of the documents.
YOUR REQUEST FOR RECORDS IS DENIED FOR THE FOLLOWING REASON(S):
(To be completed by the Custodian of Records – check the box of the numbered exemption(s) as they apply to the records requested. If
multiple records are requested, be specific as to which exemption(s) apply to each record. Response is due to requestor as soon as
possible, but no later than seven (7) or fourteen (14) business days. See page 5 for additional response details)
N.J.S.A. 47:1A-1.1
Inter-agency or intra-agency advisory, consultative or deliberative material
Legislative records
Law enforcement records:
Medical examiner photos
Criminal investigatory records (however, N.J.S.A. 47:1A-3(b) lists specific criminal investigatory information which must be
disclosed)
Victims’ records and/or OPRA requests submitted by victims seeking their own records
Personal firearms records or personal identifying information connected to any license authorizing hunting with a firearm.
Trade secrets and proprietary commercial or financial information
Any record within the attorney-client privilege
Administrative or technical information regarding computer hardware, tablets, telephones, electronic computing devices, software
applications, and networks or devices operation them which, if disclosed would jeopardize computer security
Emergency or security information or procedures for any buildings or facility which, if disclosed, would jeopardize security of the building
or facility or persons therein
Security measures and surveillance techniques which, if disclosed, would create a risk to the safety or persons, property, electronic
data or software
Security alarm system activity and access reports, including video footage the disclosure of which does not compromise the integrity of
the security system
Information which, if disclosed, would give an advantage to competitors or bidders including detailed or itemized cost estimates prior to
bid opening
Information generated by or on behalf of public employers or public employees in connection with:
Any sexual harassment complaint filed with a public employer
Any grievance filed by or against an employee
Collective negotiations documents and statements of strategy or negotiating
Information that is a communication between a public agency and its insurance carrier, administrative service organization or risk
management office
Information that is to be kept confidential pursuant to court order
Certificate of honorable discharge issued by the United States government (commonly Form DD-214 or NGB-22) filed with a public
agency
Oath of allegiance, oath of office, or other affirmation; except that full name, title, and oath date.
Privacy Information:
Social security numbers
Credit card or debit card numbers
Bank account information
Month and day of birth
Personal e-mail address required by a public agency for government applications, services, or programs
Telephone numbers
Drivers’ license numbers
Primary or secondary addresses for covered persons or immediate family members per N.J.S.A. 47:1B-1 (Daniel’s Law)
Portion of any document disclosing personal information of any person provided to a public agency for sole purpose of receiving official
notifications
Lists (including personal information) of persons identifying as in need of special assistance in the event of an emergency maintained
by a municipality or county
Portion of any record disclosing the personal identifying information of a person under 18 years old
Personal identifying information contained on domestic animal permits, license, and registrations.
Metadata
New Jersey Firemen’s Association financial relief applications
Owner and maintenance manuals
HIPAA information and indecent or graphic images of a person’s intimate parts as defined in N.J.S.A. 47:1A-5.2
Certain records of higher education institutions:
Research records
Questions or scores for exam for employment or academics
Charitable contribution information
Rare book collections gifted for limited access
Admission applications
Student records, grievances or disciplinary proceedings revealing a students’ identification
Biotechnology trade secrets N.J.S.A. 47:1A-1.2
Convicts requesting their victims’ records N.J.S.A. 47:1A-2.2
Ongoing investigations of non-law enforcement agencies (must prove disclosure is inimical to the public interest) N.J.S.A. 47:1A-3(a)
Public defender records N.J.S.A. 47:1A-5(k)
Upholds exemptions contained in other State or federal statutes and regulations, Executive Orders, Rules of Court, and privileges
created by State Constitution, statute, court rule or judicial case law N.J.S.A. 47:1A-9
Personnel and pension records (however, the following information must be disclosed:
An individual’s name, title, position, salary, payroll record, length of service, date of separation and the reason for such
separation, and the amount and type of any pension received
When required to be disclosed by another law, when disclosure is essential to the performance of official duties of a person
duly authorized by this State or the US, or when authorized by an individual in interest
Data contained in information which disclose conformity with specific experiential, educational or medical qualifications
required for government employment or for receipt of a public pension, but not including any detailed medical or psychological
information N.J.S.A. 47:1A-10
N.J.S.A. 47:1A-1
“a public agency has a responsibility and an obligation to safeguard from public access a citizen's personal information with which it
has been entrusted when disclosure thereof would violate the citizen's reasonable expectation of privacy.”
Burnett v. County of Bergen, 198 N.J. 408 (2009). Without ambiguity, the court held that the privacy provision “is neither a preface nor
a preamble.” Rather, “the very language expressed in the privacy clause reveals its substantive nature; it does not offer reasons why
OPRA was adopted, as preambles typically do; instead, it focuses on the law’s implementation.” “Specifically, it imposes an obligation
on public agencies to protect against disclosure of personal information which would run contrary to reasonable privacy interests.”
Executive Order No. 21 (McGreevey 2002)
Records where inspection, examination or copying would substantially interfere with the State's ability to protect and defend the State
and its citizens against acts of sabotage or terrorism, or which, if disclosed, would materially increase the risk or consequences of
potential acts of sabotage or terrorism.
Records exempted from disclosure by State agencies’ proposed rules.
Executive Order No. 26 (McGreevey 2002)
Certain records maintained by the Office of the Governor
Resumes, applications for employment or other information concerning job applicants while a recruitment search is ongoing
Records of complaints and investigations undertaken pursuant to the Model Procedures for Internal Complaints Alleging Discrimination,
Harassment or Hostile Environments
Information relating to medical, psychiatric or psychological history, diagnosis, treatment or evaluation
Information in a personal income or other tax return
Information describing a natural person's finances, income, assets, liabilities, net worth, bank balances, financial history or activities, or
creditworthiness, except as otherwise required by law to be disclosed
Test questions, scoring keys and other examination data pertaining to the administration of an examination for public employment or
licensing
Records in the possession of another department (including NJ Office of Information Technology or State Archives) when those records
are made confidential by regulation or EO 9.
Other Exemption(s) contained in a State statute, resolution of either or both House of the Legislature, regulation, Executive Order,
Rules of Court, any federal law, federal regulation or federal order pursuant to N.J.S.A. 47:1A-9(a).
(Please provide detailed information regarding the exemption from disclosure for which you are relying to deny access to government records.
If multiple records are requested, be specific as to which exemption(s) apply to each record.)
REQUEST FOR RECORDS UNDER THE COMMON LAW
If, in addition to requesting records under OPRA, you are also requesting the government records under the common law, please check the
box below.
A public record under the common law is one required by law to be kept, or necessary to be kept in the discharge of a duty imposed by law, or
directed by law to serve as a memorial and evidence of something written, said, or done, or a written memorial made by a public officer authorized
to perform that function, or a writing filed in a public office. The elements essential to constitute a public record are that it be a written memorial,
that it be made by a public officer, and that the officer be authorized by law to make it.
Yes, I am also requesting the documents under common law.
If the information requested is a "public record" under common law and the requestor has a legally recognized interest in the subject matter
contained in the material, then the material must be disclosed if the individual's right of access outweighs the State's interest in preventing
disclosure.
Please set forth your interest in the subject matter contained in the requested material:
Note that any challenge to a denial of a request for records under the common law cannot be made to the Government Records
Council, as the Government Records Council only has jurisdiction to adjudicate challenges to denials of OPRA requests. A challenge
to the denial of access under the common law can be made by filing an action in Superior Court.
1.
All “government records” as defined in N.J.S.A. 47:1A-1.1 are subject to public access under the Open Public Records Act
(“OPRA”), unless specifically exempt.
2.
A request for access to a government record under OPRA must be in writing, hand-delivered, mailed, transmitted electronically,
or otherwise conveyed to the appropriate custodian. N.J.S.A. 47:1A-5(g). In accordance with OPRA, custodians will generally
have seven (7) business days to respond, unless:
•
The requestor seeks “immediate access” records as outlined in N.J.S.A. 47:1A-5(e); where the custodian must
respond “immediately” disclosing responsive records not to exceed twenty-four (24) months old.
•
The requestor seeks information required to be disclosed by N.J.S.A. 47:1A-3(b), where the custodian must respond
disclosing the information within twenty-four (24) hours or as a soon as practical;
•
The requestor is a seeking records for a “commercial purpose” as defined in N.J.S.A. 47:1A-1.1, where the response
time frame is fourteen (14) business days, but the custodian shall notify the requestor of the additional time within
seven (7) business days. N.J.S.A. 47:1A-5(i). However, the response time frame can be reduced to seven (7)
business days upon payment of no more than two times the cost to produce the responsive records.
•
The requestor is seeking records requiring review for compliance with “Daniel’s Law” (N.J.S.A. 47:1B-1, et seq.),
where the response time frame is fourteen (14) business days, but the custodian shall notify the requestor of the
additional time within seven (7) business days. N.J.S.A. 47:1A-5(i).
•
Fire district employing one or fewer full-time employees serving as custodians may add seven (7) business days to
the seven (7) or fourteen (14) business day response time frames.
The applicable response time does not commence until the custodian receives the request form. N.J.S.A. 47:1A-5(h). If you
submit the request form to any other officer or employee, the recipient must either forward the request to the appropriate
custodian or direct you to the appropriate custodian. Id.
3.
Requestors are not required to use this OPRA request form; however, a written equivalent not containing the form requirements
of N.J.S.A. 47:1A-5(f) and N.J.S.A. 47:1A-5(g) may be denied by a custodian.
4.
Requestors may submit requests anonymously. A request submitted anonymously shall not be considered incomplete.
N.J.S.A. 47:1A-5(f). If you elect not to identify yourself accurately or provide an accurate address, e-mail address, or telephone
number, the custodian is not required to respond until you reappear before the custodian seeking a response to the original
request. Further, anonymous requestors are prohibited from filing a complaint with either the GRC or the Courts. N.J.S.A.
47:1A-6.
5.
The fees for duplication of a “government record” in printed form are listed on page 1 of this form. The custodian will notify you
of any special service charges or other additional charges authorized by State law or regulation before processing your request.
Payment shall be made by cash, check or money order payable to the responding agency.
6.
You may be charged a prepayment or deposit when a request for copies exceeds $5.00. The custodian will contact you and
advise you of any deposit requirements. You agree to pay the balance due upon delivery of the records.
7.
Under OPRA, a custodian must deny access to a person who has been convicted of an indictable offense in New Jersey, any
other state, or the United States, and who is seeking government records containing personal information pertaining to the
person’s victim or the victim’s family. N.J.S.A. 47:1A-2.2. This includes anonymous requests for said information.
8.
By law, the responding agency must notify you that it grants or denies a request for access to government records within
applicable response time frame after the custodian receives the request. If the record requested is in storage, the custodian
will advise you within seven (7) or fourteen (14) business days after receipt of the request when the record can be made
available and the estimated cost for reproduction within no more than twenty-one (21) business days from date of notification.
N.J.S.A. 47:1A-5(i).
9.
You may be denied access to a government record if your request would substantially disrupt agency operations and the
custodian is unable to reach a reasonable solution with you. N.J.S.A. 47:1A-5(g).
10. If the custodian is unable to comply with your request for access to a government record, they will indicate the specific bases
for denial on the request form or other written correspondence and send it to you.
11. Except as otherwise provided by law or by agreement with the requester, if the custodian fails to respond to you in writing
within seven (7) or fourteen (14) business days of receiving a request, the failure to respond is a deemed denial of your request.
N.J.S.A. 47:1A-5(g); N.J.S.A. 47:1A-5(i).
12. If your request for access to a government record has been denied or unfilled within the seven (7) or fourteen (14) business
days required by law, you have a right to challenge the decision by the responding agency to deny access. At your option, you
may either: 1) institute a proceeding in the Superior Court of New Jersey; or 2) file a complaint with the Government Records
Council (“GRC”) by completing the Denial of Access Complaint Form. All questions regarding complaints filed in Superior Court
should be directed to the Court Clerk in your County. Questions regarding the GRC’s Denial of Access Complaint process can
directed to the GRC toll-free telephone at 866-850-0511, by mail at PO Box 819, Trenton, NJ, 08625, by e-mail at
Government.Records@dca.nj.gov, or at their web site at www.state.nj.us/grc. The Council can answer general inquiries about
OPRA.
13. Information provided on this form may be subject to disclosure under the Open Public Records Act.
Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
No Flags Found
performance bond
Evidence Detected
"...Performance Bond and Payment Bond in a sum equal to one hundred percent (100%) of the full amount of the
Contract, as required by section 103.05 of these specifications...."
liquidated damages
Evidence Detected
"...The attention of the Bidder is specifically directed to the portions of the Contract Documents regarding damages for
failure to complete the work within the specified time...."
Quick Actions
Contacts
Explore More
Timeline
First Discovered
Mar 31, 2026
Last Info Update
Apr 30, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial