Start your 7-day free trial — unlock full access instantly.
← Back to Search3 CLAUSES FOUND1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
Roadway Improvement Plan For Welisewitz Road, Section 2
BID #: 5
ISSUED: 8/23/2024
DUE: 9/4/2024
VALUE: TBD
65
Rating
Risk Rank
Red Risk
AI-Powered Lead Insights
Executive Summary
The Township of East Amwell sought bids for a roadway improvement plan for Welisewitz Road, Section 2. The project included HMA milling, HMA surface course application, HMA pavement repair, and incidental work. The bid specified compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 et seq. Bidders were required to submit their bids in triplicate (two hard copies and one PDF on CD) in a sealed envelope. This bid is now closed.
Web Content
Bid Postings • ROADWAY IMPROVEMENT PLAN FOR WELISEWITZ ROAD, 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 Number: MA-2023 WELISEWITZ SECTION 2 Bid Title: ROADWAY IMPROVEMENT PLAN FOR WELISEWITZ ROAD, SECTION 2 Category: Road Improvements Status: Closed Bid Recipient: Township of East Amwell, 1070 Route 202/31, Ringoes, NJ 08551 Description: Click following link for: https://eastamwelltownship.com/DocumentCenter/View/3454/3921002-Full-Specifications---Welisewitz-Road-Section-2 Click following link for: https://eastamwelltownship.com/DocumentCenter/View/3455/3921002-Full-Set-2024-08-14 Publication Date/Time: 8/23/2024 8:00 AM Publication Information: The Times, Trenton Closing Date/Time: 9/4/2024 10:00 AM Submittal Information: See Notice to Bidders in Bid Package 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: https://eastamwelltownship.com/DocumentCenter/View/3454/3921002-Full-Specifications---Welisewitz-Road-Section-2 ---
Township of East Amwell, Mayor and Committee
Dante DiPirro
Mayor
Michael Dendis
Deputy Mayor
Jenna Casper-Bloom
Committee Member
Beverly Entin
Committee Member
Al Nardi
Committee Member
PREPARATION DATE: June 12, 2024
PREPARED BY:
755 MEMORIAL PKWY, SUITE 110
PHILLIPSBURG, NEW JERSEY 08865
(908) 454-3080
_____________________ ____________ _____
ROBERT S. O’BRIEN, PROFESSIONAL ENGINEER
NEW JERSEY PROFESSIONAL ENGINEER LIC. NO. 41972
ROADWAY IMPROVEMENT PLAN
FOR
MA-2023 WELISEWITZ SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
ROADWAY IMPROVEMENT PLAN
FOR
MA-2023 WELISEWITZ SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
TABLE OF CONTENTS
TITLE
PAGES
Cover
--
Notice to Bidders
1 Page
Instructions to Bidders
I-0 thru I-9
NJDOT Special Provisions for State Aid Projects
Pages 1 thru 99
NJDOT State Aid Attachments
21 Pages
Contract Documents
Pages C-1 thru C-12
Prevailing Wage – Hunterdon County Wages
Pages 1 thru __
Prevailing Wages – Statewide Wages
Pages 1 thru __
Appendix
Pages 1 thru 9
TOWNSHIP OF EAST AMWELL NOTICE TO BIDDERS
TOWNSHIP OF EAST AMWEL NOTICE TO BIDDERS
Notice to Bidders
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISETIZ ROAD SECTION 2
Township of East Amwell
Hunterdon County, New Jersey
TOWNSHIP OF EAST AMWELL NOTICE TO BIDDERS
TOWNSHIP OF EAST AMWEL NOTICE TO BIDDERS
THIS PAGE WAS INTENTIONALLY LEFT BLANK.
TOWNSHIP OF EAST AMWELL
HUNTERDON COUNTY, NEW JERSEY
NOTICE TO BIDDERS
NOTICE is hereby given that sealed bids will be received by the Township of East Amwell (herein called the
“Owner”) for:
ROAD IMPROVEMENT PLAN FOR MA-2023 WELISEWITZ ROAD SECTION 2:
Sealed bids for the above named Contract, which comprises approximately 7,485 s.y. HMA Milling, 2”;
1,095 tons HMA 9.5M-64 Surface Course; 1,582 tons HMA Pavement Repair; and other incidental work
appurtenant thereto, will be received at Township of East Amwell Municipal Building, 1070 Route 202/31,
Ringoes, NJ 08551, on September 4, 2024, at 10:00 am 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 website under the Business tab - Bid Opportunities. Paper copies will be provided upon request at
a cost of 1.50 per plan sheet and $0.10 per specification page.
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 – Thursday or 8:30 a.m. and 12:30 p.m. on Fridays.
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 in triplicate, two hard copies on the proposal forms contained in the bid package and
one copy scanned as a PDF file submitted on CD.
Bids must be in a sealed envelope, bearing the name and address of the bidder and the name of the project.
This information must be on the outside of the envelope and addressed to the Township Clerk.
If the bid is sent by overnight mail, the above designation SHALL also appear on the outside of the
courier envelope.
Any proposal received not complying with these requirements SHALL not be opened and returned to
sender marked “Unresponsive”.
By the Township of East Amwell
_________________________________
Linda Giliberti, Township Clerk
I-0
INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
TITLE
PARAGRAPH
PAGE
Proposal……………..............................
1
I-1 and I-2
Plans and Specifications............................
2
I-2
Form of Contract....................................
3
I-2
Preparation of Proposal.............................
4
I-2 and I-3
Interpretations and Addenda.........................
5
I-3 and I-4
Qualifications of the Bidder........................
6
I-4
Qualifications of Sureties..........................
7
I-4
Bid Security........................................
8
I-4 and I-5
Performance Bond and Payment Bond...................
9
I-5
Familiarity with the Work Concerned.................
10
I-5 and I-6
Award of Contract...................................
11
I-6
Commencement of Work................................
12
I-6
Unbalanced Bids.....................................
13
I-6
Unit Price Work.....................................
14
I-6
Lump Sum Price Work.................................
15
I-6
Recognition of Laws.................................
16
I-7
Substitution of Equal Products......................
17
I-7
Scope of Work.......................................
18
I-7
Public Works Contractor Registration Act (PWCRA)…
19
I-7
New Jersey Business Registration Requirements……..
20
I-8
Permission for Bidder to Withdraw to Mistake………..
21
I-8 and I-9
Disclosure of Investment Activities in Iran………..
22
I-9
Non-Debarment Certification………..
23
I-9
I-1
INSTRUCTIONS TO BIDDERS
1.
PROPOSAL
1.1.
Forms. Bid forms are provided herewith.
1.2.
Completeness. The bidder shall fill in all blank spaces in the bid form using ink or
typewriter and sign same in ink. Erasures or other changes in the bid must be explained or
noted over the signature of the bidder. Bids containing any conditions, omissions,
unexplained erasures or alterations, or any item not called for in the proposal, or
irregularities of any kind, may be cause for rejection by the Owner.
1.3.
Required Documents. The bid shall be submitted with the following:
ALL OF THESE DOCUMENTS MUST BE SUBMITTED OR THE BID WILL BE
REJECTED. COMPLETION AND SUBMISSION OF THESE FORMS IS
MANDATORY.
(1)
Bid Proposal Form;
(2)
Non-Collusion Affidavit;
(3)
In accordance with N.J.S.A. 40A:11-21, a bid bond of a type acceptable to the
Owner issued by a surety licensed in the State of New Jersey, and listed in U.S.
Department of the Treasury Circular 570, or a certified or cashier's check payable
to the Owner, such bid bond or check to be in the amount of 10% of the bid (if
alternates are included, 10% of the total of the base bid and the highest alternate
bid), but not in excess of $20,000.00;
(4)
A disclosure statement executed in the form included herein, pursuant to N.J.S.A.
52:25-24.2 (Chapter 33 of the Public Laws of 1977) [includes all forms of
ownership];
(5)
In accordance with Paragraph 7, a Consent of Surety of a type acceptable to the
Owner, issued by a Surety licensed in the State of New Jersey and listed in U.S.
Department of the Treasury Circular 570. Consent of Surety is required even if a
check is submitted in lieu of a bid bond.
(6)
A list, in the form included herewith, of any subcontractors to whom the bidder will
subcontract the furnishing of any of the work. If no subcontractors are to be
engaged, the appropriate space on the form should be checked.
I-2
Whenever a bidder lists more than one subcontractor for any categories set forth
above, the bidder shall submit to the Owner with its bid, a certificate signed by the
bidder listing each subcontractor for the particular category. The certificate shall set
forth the scope of work for which each subcontractor has submitted a price quote
and for which the bidder has agreed to award to each subcontractor should the
bidder be awarded the contract. A failure to submit a certificate or certificates with
the bid shall result in rejection of the bid. Contractors and Subcontractors must have
all required professional licenses and/or permits in their possession, and must have
completed all registration or other procedures required by any State agency or board,
prior to the opening of bids.
(7)
If a corporation, and the proposal if not signed by the president of the corporation, a
copy of the corporate resolution authorizing the individual who signed the bid to
submit bids on behalf of the corporation (form provided by bidder).
(8)
Completed Acknowledgment of Receipt of Notice, Revisions, or Addenda.
(9)
In accordance with N.J.S.A. 40A:11-23.1, (effective July 1, 1999) each Bidder must
complete and enclose with its bid the Required Document Checklist form enclosed
in the Specifications.
2.
PLANS AND SPECIFICATIONS
Copies of the plans and specifications and all other pertinent contract documents are on file in the
offices of the Municipal Engineer, Van Cleef Engineering Associates, 755 Memorial Pkwy, Suite
110, Phillipsburg, New Jersey. Copies of said plans and specifications may be obtained upon
payment of the sum called for in the Advertisement. Plans will be mailed, on request, at the expense
of the prospective bidder.
3.
FORM OF CONTRACT
All drawings, specifications and addenda thereto, as prepared and issued by the Engineer; the
Invitation to Bid (Advertisement); Instructions to Bidders; General Provisions; Technical Provisions;
the Contractor's Form of Proposal; and the Contract for Construction, shall be the Contract
Documents, and are all a part of and incorporated into the successful bidder's contract with the
Owner. All manufacturers' prints, shop drawings, etc., as approved by the Engineer, shall also
become a part of and be incorporated into the successful bidder's contract with the Owner.
4.
PREPARATION OF PROPOSAL
4.1:
The Contractor's Proposal must be made upon the "Form of Proposal" contained in these
specifications. All bid prices must be written in ink, and no change shall be made in the
phraseology of the proposal or in the items mentioned therein.
4.2:
All information required concerning the bidder's qualifications, as called for in the
specifications, shall be furnished and included with his proposal.
4.3:
Any proposals which are incomplete, unbalanced, conditional or obscure, or which contain
additions, not-called-for erasures, alterations or irregularities of any kind, or which do not
comply with the Notice and Instructions to Bidders, may be rejected, at the option of the
Owner.
I-3
4.4:
Proposals and certified checks or bonds must be submitted in sealed envelopes, marked as
follows on the outside: the name of the bidder, his address, the name of the project, and the
contract number. Proposals will be hand-delivered at the place specified and prior to the time
specified in the Advertisement. The Owner will not be responsible for proposals submitted
in any other manner.
4.5:
No proposal may be withdrawn or modified for any reason whatsoever after bid opening. No
proposal will be accepted after the time stated in the Advertisement or upon the last calling
for bids at the time of the opening of the proposals.
4.6:
The unit prices for each item shall be printed in ink, in both words and figures, together with
the total amount for each item carried forward. In case of errors or discrepancies between
the price written in words and that given in figures, the price written in words will govern in
the computation of the bid. In the case of any error in extension, the unit price shall prevail.
4.7:
The bidder shall sign his proposal in the blank space provided for this purpose. Name, post
office address, county and state of the bidder must be legibly printed or typewritten after the
signature, and such address is the one, in the absence of written directions to the contrary, to
which notice of award of the contract will be mailed or delivered; the said notice may be
served on the bidder or any designated agent of the bidder.
4.8:
If a proposal is made by a partnership or corporation, the name and address of the partnership
or corporation shall be indicated, together with the names and addresses of the partners or
officers. If the proposal is made by a partnership, it must be signed and acknowledged by
each of the partners. When a corporation is the bidder, the state of incorporation and the
name and address of its registered agent must be specified. The person signing shall be an
officer, having authority under the corporation by-laws to sign contracts, and his title shall be
specified. Such proposal shall bear the corporate seal, and the corporation secretary shall
attest to same.
4.9:
Pursuant to P.L. 1977 c.33, the bidder shall include in his proposal, the names and addresses
of all shareholders, stockholders, partners, or owners in the corporation, firm, or company,
who own ten percent (10%) or more of its stock.
5.
INTERPRETATIONS OF ADDENDA
5.1:
If a bidder finds any omissions, discrepancies or errors in the contract documents, or is in
doubt as to the meaning of the plans, specifications, or other contract documents, he shall
notify the Engineer in advance of the opening of bids, who may correct, amend, or clarify
such documents by an interpretation or addendum.
The submission of a proposal will be construed as an acknowledgment that the bidder fully
understands the conditions and difficulties of the work and the plans, specifications, form of
contract, and all matters relating to the project. No bidder at any time after the submission of
the bid, shall assert that there has been any misunderstanding in regard to the nature, or the
amount of the work to be done.
5.2:
No oral interpretation will be given to any bidder as to the meaning of the plans,
specifications, or other contract documents. Any request for such interpretation shall be
made in writing, addressed to the Engineer, and to be given consideration, must be received
at least ten (10) business days prior to the day fixed for the opening of bids. Any and all
such interpretations and any supplemental instructions, will be in the form of written
addenda to the specifications which, if issued, will be mailed or telefaxed to all prospective
bidders at the respective addresses furnished for such purposes in accordance with the
requirements of the New Jersey Local Public Contracts Law. The Owner will not be
responsible for any other explanation or interpretation of the contract documents.
I-4
Failure of any bidder to receive any addendum shall not relieve the bidder from any
obligation under this bid, if such addendum is actually sent to the bidder at the
address/telefax furnished by him at the time he obtains copies of the contract documents. All
addenda so issued shall become part of the contract documents.
5.3:
If the Owner or Engineer shall deem any matter arising within seven (7) business days of the
time set for receipt of bids of such importance as to require correction, amendment or
clarification, it (he) may postpone the time for the opening of bids by notifying each
prospective bidder of such postponement by telefax or telephone, and shall issue an
addendum to the Notice to Bidders.
6.
QUALIFICATIONS OF THE BIDDER
6.1:
The bidder must furnish, under oath, the information necessary to complete the forms bound
in these specifications.
6.2:
The Owner may make such investigations as it deems necessary to determine ability of the
bidder to perform the work, and the bidder shall furnish the Owner with all such additional
information and data for this purpose as the Owner may request.
6.3:
The foregoing information and evidence concerning the bidder's qualifications and
experience will be required in order to assist the Owner in its determination of the bidder's
responsibility. The Owner, or its authorized representative(s), shall be the sole judge of the
merits of such evidential proof of the bidder's qualifications, and may make such additional
independent investigations of the same, as are deemed by it to be proper.
7.
QUALIFICATIONS OF SURETIES
The surety on a proposal bond and the surety on a performance bond, must be a corporate surety,
licensed in accordance with the laws of the State of New Jersey to transact business as a surety
company in the State of New Jersey, and also listed by the United States Treasury Department in its
latest list as a qualified surety, acceptable to the United States Government. No bond of an otherwise
acceptable surety will be accepted if the bond exceeds the limit for which the United States Treasury
Department has qualified the surety for any one bond.
8.
BID SECURITY
8.1:
Each proposal must be accompanied by one of the following:
8.1.1
A certified check, made payable to the MUNICIPALITY in the sum of ten
percent (10%) of the amount of the proposal, drawn on a solvent banking
institution qualified to do business in the State of New Jersey, or
8.1.2
A proposal (bid) bond, made payable to the MUNICIPALITY in the sum of
ten percent (10%) of the amount of the proposal, guaranteed by a qualified
corporate surety.
In no event shall the certified check or bid bond be required to exceed
$20,000.
8.2:
The bidder must also provide a "Consent of Surety" on the form contained in the Contractor's
Proposal.
I-5
8.3:
The bid security of all but the three (3) lowest bidders will be returned within ten (10) days
after the date of the opening of the bids. The bid security of the three (3) lowest bidders will
be returned when the contract and performance bond have been executed and delivered in
accordance with these specifications or, if not executed, when other disposition of the matter
shall have been made by the Owner or the bids rejected; except, however, when the award of
the contract shall have been annulled, due to failure of the bidder to whom award shall have
been made to execute and deliver the contract and performance bond, the certified check of
such bidder shall be forfeited and become the property of the Owner, not as a penalty, but as
liquidated damages. No interest shall be allowed, or paid, on any certified check deposited
as part of the bid security.
9.
PAYMENT-PERFORMANCE BOND
9.1:
The successful bidder to whom the contract is awarded shall, within ten (10) days of the date
of the award of the contract, deliver to the Owner a payment-performance bond in an amount
equal to one hundred percent (100%) of the contract price and guaranteed by a qualified
surety on a payment-performance bond which is of the form contained in these specifications
in the section "Contractor's Proposal".
9.2:
In the event of the insolvency of the corporate surety, the Contractor shall forthwith furnish
and maintain another payment-performance bond.
9.3:
The successful bidder shall furnish a Maintenance Bond, guaranteeing the repair of all
portions of the project for a period of two (2) year after the acceptance of the work by the
Owner. The amount of the Maintenance Bond shall be ten percent (10%) of the final
contract amount.
10.
FAMILIARITY WITH THE WORK CONCERNED
10.1:
It is the responsibility of the bidder to examine carefully the plans and specifications,
including all addenda; to become thoroughly familiar with the site as to the nature and
location of the work, the conformation of the ground, soil and rock conditions; to make his
own estimates of the character, quantity and quality of the materials which will be required;
to become familiar with the availability of utilities for construction purposes; to make his
own estimates of the equipment and other facilities needed; to evaluate difficulties attendant
to the execution of the proposed contract, including local conditions, availability of labor,
transportation facilities, uncertainties of weather and other contingencies.
10.2:
The bidder shall not, at any time after executing the contract, make any claims whatsoever
alleging insufficient data or incorrectly assumed conditions, nor shall he claim any
misunderstanding with regard to the nature, condition, or character of the work to be done
under the contract, and he shall assume all risks, with no obligation to the owner, resulting
from any character, condition and behavior of the soil and sub-soil, and no claims emanating
out of a difference in the class of material expected and encountered will be considered or
allowed.
10.3:
The results of any test borings or test pits when and if performed will be supplied by the
Owner for the purpose of providing additional information to the bidder regarding the
possible subsurface conditions. Neither the Owner nor the Engineer assume any
responsibility as to the accuracy of the information supplied, or to its interpretation. The
bidder is advised to perform its own test borings as necessary to insure the Contractor's
Proposal submitted conforms to the contract documents.
I-6
In order to more thoroughly familiarize himself with the subsurface conditions, the bidder is
encouraged to contact the party who conducted the Owner's tests if he has any questions
whatsoever regarding information supplied or the possible conclusions to be drawn
therefrom. The bidder shall make no claim in the future regarding lack of knowledge or
understanding of the subsurface conditions. Boring logs if performed may be inspected at
the office of the Engineer during normal business hours.
11.
AWARD OF CONTRACT
11.1:
The Owner expressly reserves the right to award the base bid only, the supplemental
alternate bid, or reject any or all proposals, to waive any informalities or irregularities in the
proposals received, and to accept the lowest bid which satisfies all requirements of the
proposal. The award shall not be binding on the Owner until a contract has been executed by
the Owner, nor shall any work be performed on the proposed contract until a contract has
been duly executed and delivered by both parties.
11.2:
The contract will be awarded, or the bids rejected, within sixty (60) days after the date of
opening the bids.
11.3:
If circumstances dictate, an additional time period (not exceeding thirty (30) days or a total
of ninety (90) days after the date of opening the bids) may be allowed upon mutual approval
of the Owner, three (3) lowest bidders, and bidders' surety companies, if involved.
11.4:
The check or proposal bond of the two (2) bidders to whom the contract is not awarded will
be returned to the unsuccessful bidders within three (3) days after receipt of bonding
requirements of the successful bidder. Sundays and holidays are excepted.
12.
COMMENCEMENT OF WORK
The Contractor shall commence work within ten (10) days following notification from the Engineer.
Computation of working days shall start on the date of the Engineer's Notice, whether or not work is
actually commenced by the Contractor. If work is not started within ten (10) days of such Notice, the
contract may be considered in default.
13.
UNBALANCED BIDS
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. Any bid which, in the opinion of the
Engineer, is unbalanced, may be rejected by the Owner.
14.
UNIT PRICE WORK
The bidder understands that the quantities shown in the proposal form for the unit price work are
approximate, and are presented only for the purpose of bid comparison. The bidder is reminded that
because these quantities are approximate, he must balance his bid so that he will not suffer any loss
by reason of a change in the quantities from those shown in the specifications supplied to the bidder.
It is understood by the bidder that the Owner may decrease or increase, without limit, the quantities to
be done for any or all items. It is further understood by the bidder that should there be any error,
discrepancy or inconsistency in the figures, the unit prices as stated in the proposal shall govern. It is
further understood by the bidder that if his proposal is accepted, it is the unit price which he will
receive and which the Owner will pay for the work specified to be done under the items, in the way
required, and set forth by the contract documents, without recitation or repetition of said unit prices in
the "Contractor's Proposal".
15.
LUMP SUM PRICE WORK
The lump sum price work includes furnishing and delivering all the materials and labor to execute
and perform all the work necessary to complete this contract in strict and entire conformity with the
plans and specifications.
I-7
16.
RECOGNITION OF LAWS
The bidder is assumed to have made himself aware of all Federal, State, Local, and Municipal laws,
ordinances, rules and regulations, which in any manner affect those engaged or employed in the
work, or the materials or equipment used in or upon the work, or in any way affect the work, and no
plea of misunderstanding will be considered on account of the ignorance thereof. If the bidder shall
discover any provisions in the plans, specifications, or other contract documents which are contrary
to, or inconsistent with, any such law, ordinance, rule or regulation, he shall forthwith report it to the
Engineer, in writing.
17.
SUBSTITUTION OF EQUAL PRODUCTS
The bidder, at the time of submitting his proposal, shall 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 $l,000.00 for
this contract. When products of particular name manufacturers are specified, it is intended and shall
be understood that the proposal tendered by the bidder includes those products or equal products in
his base bid. Should the bidder desire to submit for consideration an unspecified product or products
as equal to those specified, the bidder shall furnish with his proposal a list of any product or products
he proposes to incorporate in the work, other than those specified herein by manufacturer's name.
The list shall 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 of the project.
18.
SCOPE OF WORK
It should be clearly understood by the bidder that the scope of work under this contract involves
approximate locations, as shown on the plan and described in the specifications. If the Owner and/or
Engineer deems it necessary to change the location or grade of a structure or pipe, due to utilities,
subsurface structures, unavailability of right-of-way or other unforeseen obstacles, the contractor
shall not be entitled to extra compensation by reason of the change. The unit prices bid under this
contract shall be used to compensate the Contractor for all work performed which, in the opinion of
the Engineer falls within the scope of the work.
19.
PUBLIC WORKS CONTRACTOR REGISTRATION ACT (PWCRA)
All bidders must be registered with the Department of Labor’s Division of Wage and Hour
Compliance at the time proposals are received by the Owner. After proposals are received and prior
to the Owner awarding the contract, the low bidder must submit copies of the bidder’s registration
with the New Jersey Department of Labor (N.J.S.A. 34:11-56.55). Certificates of Registration must
also be submitted for any named subcontractor listed in the bidder’s proposal. The certificates will be
reviewed by the Engineer to determine that they were in effect at the time and date that proposals
were received. If the Engineer determines that the low bidder was not registered at the time and date
proposals were received, this will be considered a “fatal flaw” in the bid submission and will be cause
for the submission of the bid to be rejected. Similarly, failure of the named low bidder to provide
copies of certifications will result in the Owner rejecting the bid as “non-responsive”. The law
specifically prohibits accepting applications for registration as a substitute for a Certificate of
Registration at the time of receipt of bids.
I-8
20.
NEW JERSEY BUSINESS REGISTRATION REQUIREMENTS
A. These procedures shall be used for all construction contracts. For consistency, “construction”
shall mean, exclusive of the value of the work, “public work” as defined in the “Prevailing Wage
Act”, N.J.S.A. 34:11-56.26:
i.
“Public work” means construction, reconstruction, demolition, alteration, or repair
work, or maintenance work, including painting and decorating, done under contract
and paid for in whole or in part out of the funds of a public body, except work
performed under a rehabilitation program.
ii.
“Maintenance work” means the repair of existing facilities when the size, type or
extent of such facilities is not thereby changed or increased.
B. In response to a request for bids or a request for proposals for construction work, a contractor
must include proof of its own business registration and proofs of business registration of those
subcontractors required to be listed in the contractor’s submission (i.e., “named subcontractors.”)
The proof of business registration shall be provided at the time the bid or proposal is officially
received and opened by the contracting agency.
C. After award of the contract, a contractor must obtain proof of business registration of
subcontractors and suppliers through all tiers of a contract, when the value of the goods or
services to be provided by the subcontractor or supplier exceeds 15% of the contracting agency’s
bid threshold.
D. The bidder must comply with the “New Jersey Business Registration Requirements” as specified
under P.L.2004, c57 (Chapter 57-amends and supplements the Business Registration Provisions
of N.J.S.A. 52:32-44). General requirements of this State Regulation are outlined under the
General Provisions portion of the Specification.
21.
PERMISSION FOR BIDDER TO WITHDRAW A BID DUE TO A MISTAKE IN CERTAIN
CIRCUMSTANCES
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 08851. 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.
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
I-9
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.
22.
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
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, prior to the time a contract is awarded and at
the time the contract is renewed, must complete a certification to attest, under penalty of perjury,
that neither the person or entity, nor any of its parents, subsidiaries, or affiliates, 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 Division's website at
Http://www.state.ni.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list
prior to completing the certification. Failure to complete the certification will render a
bidder's proposal non-responsive. If the Director 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 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
23.
NON-DEBARMENT CERTIFICATION
Pursuant to state law any natural person, company, firm, association, corporation, or other entity
prohibited, or “debarred,” from contracting with the federal government agencies, shall also be
prohibited from contracting for public work in the state of New Jersey. This prohibition also extends
to any affiliate organization(s) held by or subject to the control of an entity of that prohibited person
or entity.
Prior to awarding a contract for public work a local unit must obtain written certification from the
contracting person or entity through the form below, attesting to their non-debarment from
contracting with federal government agencies. Contracting units are reminded that they must fill-
in the boilerplate information in the certification sections of Parts II through IV regarding their
name and type of contracting unit before using the form.
TOWNSHIP OF EAST AMWELL
SPECIAL PROVISIONS
TOWNSHIP OF EAST AMWELL
SPECIAL PROVISIONS
Special Provisions
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Township of East Amwell
Hunterdon County, New Jersey
TOWNSHIP OF EAST AMWELL
SPECIAL PROVISIONS
TOWNSHIP OF EAST AMWELL
SPECIAL PROVISIONS
THIS PAGE INTENTIONALLY LEFT BLANK
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 1 of 99
State of New Jersey
Department of Transportation
Special Provisions
For
State Aid Projects
FY 2019 Edition
Revision 28: April 2024
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 2 of 99
SPECIAL PROVISIONS
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 1 to 94 inclusive.
The following additional project specific Attachments are located at the end of these Special Provisions:
•
None.
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.
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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 3 of 99
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 Township of East Amwell 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 IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 4 of 99
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 Federal FY begins October 1 of the previous calendar year and the State FY begins July 1 of the previous calendar
each year.
101.03 TERMS
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.
THE FOLLOWING TERMS HAVE BEEN ADDED:
OWNER: The word refers to the Township of East Amwell.
ENGINEER: The word refers to Van Cleef Engineering Associates.
PROJECT ENGINEER: The words refer to Van Cleef Engineering Associates.
DIRECTED, REQUIRED, APPROVED AND ACCEPTED: Wherever the words "directed", "required", "permitted", or
words of like importance are used, it shall be understood that the written direction, requirement or permission of the
Engineer is intended, and similarly the words "approved", "acceptable", "satisfactory", or words of like importance, shall
mean approved by or acceptable or satisfactory to the Engineer.
BID PROPOSAL: The prepared form on which the bidder is to submit or has submitted his proposal for the work to be
performed.
NOTICE: The term "notice" shall mean written notification. Written notice shall be deemed to have been duly served
when delivered to, or at the last known address of, the person, firm, or corporation for whom intended, or to his, their, or
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 5 of 99
its duly authorized agent, representative or officer, when enclosed in a postage prepaid envelope addressed to such
person, firm, or corporation, at his, their, or its last known business address, and deposited in the United States mail box.
THE FOLLOWING IS OMITTED:
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 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.
REVISE THE FOLLOWING TERM:
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.
101.04 INQUIRIES REGARDING THE PROJECT
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
THE FOLLOWING PARAGRAPHS ARE ADDED:
In signing the construction contract, the Contractor acknowledges that he has examined the plans, specifications, site of
the work, and that he has made all other appropriate investigations in order to familiarize himself with the site and the
nature of the work which will be required, and that on the basis of his own investigations, review and analysis, he has
satisfied himself as to the nature and location of the work, including any special local conditions, particularly those having
a bearing upon transportation, disposal, handling and storage of materials, availability of water, electricity and any other
needed utilities; the character of the surface, satisfied himself as to the subsurface, has made note of the character,
equipment and facilities needed prior to and during the prosecution of the work; all Federal, State, County, and Municipal
laws, ordinances, and regulations, particularly those relating to labor, rates of wage, construction methods and all other
matters which can, in any way, affect the work or cost thereof under these contract documents.
It is the Contractor's responsibility to estimate properly the difficulty or cost of successfully performing the work, and any
failure on his part to acquaint himself with all the available information concerning these conditions will not relieve him
from that responsibility. The Contractor assumes all risks regarding the accuracy of such information as he may obtain,
regardless of the source thereof. No representations of any kind made by anyone concerning the nature, character or
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 6 of 99
conditions of the soil or subsoil shall be construed by the Contractor as indicative of the subsurface conditions which may
be encountered, and the Owner accepts no responsibility in respect to any such representation.
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.
102.04 EXAMINATION OF CONTRACT AND PROJECT LIMITS
Project Manager: Robert S. O’Brien, PE
Email Address: robrien@vancleefengineering.com
Mailing Address: 755 Memorial Parkway, Suite 110 Phillipsburg, NJ 08865
The following is a list of structures and the location(s) of lead paint:
Structure #/Location
Lead Paint Location(s)
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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 7 of 99
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 information 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.
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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 8 of 99
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:
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.
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.
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,
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 9 of 99
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
nominal 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 PARAGRAPHS HAVE BEEN ADDED:
In accordance with Chapter 371 of the Laws of 1997 (N.J.S. 40A:11-50), any sections of the Contract Documents which
refer to dispute resolution under the terms of the construction contact for this project are hereby amended to provide that
disputes arising under the contract shall be submitted to alternate dispute resolution pursuant to industry standards, prior
to being submitted to a court for adjudication. The method of alternate dispute resolution to be used in the case of such
disputes under this contract shall be mediation.
In accordance with Chapter 371, the Owner retains the right to seek injunctive or declaratory relief in court at any time;
and the alternate dispute resolution process shall not apply to disputes concerning the bid solicitation or the contract award
process.
Except as modified above, the remaining provisions of the Contract Documents remain in full force and effect.
SECTION 103 – AWARD AND EXECUTION OF CONTRACT
103.04 EXECUTION OF THE CONTRACT
THE FIRST PARAGRAPH IS CHANGED TO:
Within 10 days of the date of Award or Conditional Award, the Bidder shall properly and duly execute the Contract and
deliver to the Department the following:
1.
If escrowing bid documents, the custody agreement as specified in 103.05.
2.
Performance bond and payment bond as specified in 151.03.01.
3.
Request for Authorization Form for the New Jersey Pollutant Discharge Elimination System 5G3 – Construction
Activity Stormwater General Permit (NJG0088323) when required as shown on the Plans.
4.
Proof of the registrations specified in 102.01 for the Department of Treasury and the Department of Labor.
5.
If the case of non-resident Bidders, the completed form regarding “Appointment of Agent” for compliance with
N.J.S.A. 14A:15-2, et seq.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 10 of 99
103.05 ESCROW BID DOCUMENTS
103.05.A ESCROW BID DOCUMENTS
REVISE SECTION 103.05.A TO THE FOLLOWING:
A. 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
104.02.01 Purpose and Scope
THE FOLLOWING IS ADDED:
The Department will not consider the following as (a) VE Proposal(s):
THE FOLLOWING PARAGRAPHS ARE ADDED:
The Contractor shall be responsible for, and furnish, all labor, materials, equipment, supplies and transportation,
including fuel, tools, power and water tests of the work, and all other items that are necessary to complete the project,
except those materials, equipment, utilities or services, if any, herein specified to be furnished by the Owner. The
omission of specific mention of this fact, therefore, from any part of the specifications, shall not be deemed a waiver of
the Contractor's obligation to furnish all materials, equipment, and labor to complete and test the project.
104.03.03 Types of Changes
THE FOLLOWING PARAGRAPHS CHANGED TO:
1. Quantity Increases and Decreases. The Owner may increase or decrease the quantity of work to be
performed by the Contractor.
(a) If the quantity of a pay item is cumulatively increased or decreased by 20 percent or less from the
bid proposal quantity, the quantity change shall be considered a minor change in quantity.
(b) If the quantity of a pay item is increased or decreased by more than 20 percent from the bid proposal
quantity, the quantity change shall be considered a major change in quantity.
For any minor change in quantity, the Owner shall make payment for the quantity of the pay item performed at
the bid price for the pay item.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 11 of 99
(a) For a major increase in quantity, the Owner or Contractor may request to renegotiate the price for the
quantity in excess of 120 percent of the bid proposal quantity. If a mutual agreement cannot be reached
on a negotiated price for a major quantity increase, the Owner shall pay the actual costs plus an additional
10 percent for overhead and an additional 10 percent for profit, unless otherwise specified in the original
bid.
(b) For a major decrease in quantity, the Owner or Contractor may request to renegotiate the price for
the quantity of work performed. If a mutual agreement cannot be reached on a negotiated price for a
major quantity decrease, the Owner shall pay the actual costs plus an additional 10 percent for overhead
and an additional 10 percent for profit, unless otherwise specified in the original bid; provided, however,
that the Owner shall not make a payment in an amount that exceeds 80 percent of the value of the bid
price multiplied by the bid proposal quantity.
As used in this subparagraph 51.10, the term “bid proposal quantity” means the quantity indicated in the bid
proposal less the quantities designated in the project plans as “if and where directed.”
2. New Work. The Contractor shall perform extra work for which there is no provision included in the contract,
whenever, to complete fully the work it is deemed necessary or desirable, by written authority of the Engineer,
and such extra work shall be done in accordance with the specifications therefore, or in the best workmanlike
manner as directed. Where applicable, all Federal and State representatives must concur and approve all change
orders. The provisions of N.J.S.A. 40A:11-16.7 regarding changed conditions are included in this Paragraph or
elsewhere in the General Provisions. In the event of any conflict with these provisions and N.J.S.A. 40A:11-16.7,
the latter shall govern.
The cost for the change order work shall be negotiated. Payment for change orders shall be in conformance with
Section 109, "Measurement and Payment", as outlined in these General Provisions.
When in the judgment of the Engineer an emergency exists, the Engineer shall have the authority to order such
extra work as is required to meet the emergency. The Engineer shall report to the Owner the existence of the
emergency and the necessary extra work within twenty-four (24) hours after the extra work, pursuant to the
emergency, has been ordered. The Owner may then make a decision as to continuation of the emergency and
may approve or disapprove the completion of the extra work ordered. The Owner's decision shall be final in the
matter. In the event the Owner disapproves completion of said emergency work, the Contractor will be paid for
such work as has been performed prior to receipt of notice to discontinue the same.
Where a price or sum for any item of extra work cannot be agreed upon by both parties, or the parties having
agreed, the Engineer may order the Contractor to perform such work on the actual cost, plus fifteen percent (15%)
for overhead and profit. Actual costs are as follows:
(1)
Labor costs, including time of foreman while engaged directly upon extra work.
(2)
Insurance and taxes directly chargeable to the project.
(3)
Equipment, materials and supplies actually used on the work. The actual cost of these items
shall be considered the actual costs paid by the Contractor to the suppliers of these items.
(4)
If equipment is owned, actual costs shall be established by books and records of the contractor.
In no event shall actual costs exceed Blue Book monthly rental rates, adjusted for the period in
question.
The Engineer will certify to the Owner the amount and value of the extra work, and the Contractor shall furnish
to the Engineer such itemized statements of costs of the extra work as the Engineer requires, and shall give the
Engineer access to all accounts, bills and vouchers relating thereto.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 12 of 99
No order for extra work, nor the doing of any extra work, at any time or place, shall in any manner or extent,
relieve the Contractor or the Surety on his bond from any of their obligations under the contract documents; all
extra work orders being given and all extra work orders being done under and in accordance with the contract,
are to be considered as part of the same and subject to each and every one of the terms and requirements of the
contract documents and fully covered by the bond furnished by the Contractor.
It shall not constitute extra work, entitling the Contractor to additional compensation, if the Engineer shall order
changes or increases in plant or personnel to maintain the scheduled rate of progress in the work to be done under
the contract. Approval by the Engineer of materials or equipment substituted by the Contractor for those specified,
shall likewise not be constituted as extra work.
The Owner reserves the right to contract with any person or firm, other than the Contractor, for any or all extra
work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages
for anticipated profits on any portion of work that may be omitted.
3. Change in the Character of Work.
a. Differing Site Condition. If the Contractor encounters differing site conditions during the progress of the work
of the contract, the Contractor shall promptly notify the Owner in writing of the specific differing site conditions
encountered before the site is further disturbed and before any additional work is performed in the impacted area.
Upon receipt of a differing site conditions notice in accordance with paragraph above, or upon the Owner
otherwise learning of differing site conditions, the Owner shall promptly undertake an investigation to determine
whether differing site conditions are present.
If the Owner determines different site conditions that may result in additional costs or delays exist, the Owner
shall provide prompt written notice to the Contractor containing directions on how to proceed.
(a) The Owner shall make a fair and equitable adjustment to the contract price and contract completion
date for increased costs and delays resulting from the agreed upon differing site conditions encountered
by the Contractor.
(b) If both parties agree that the Owner’s investigation and directions decrease the Contractor's costs or
time of performance, the Owner shall be entitled to a fair and equitable downward adjustment of the
contract price or time of performance.
(c) If the Owner determines that there are no differing site conditions present that would result in
additional costs or delays, the Owner shall so advise the Contractor, in writing, and the Contractor shall
resume performance of the contract, and shall be entitled to pursue a differing site conditions claim
against the Owner for additional compensation or time attributable to the alleged differing site
conditions.
Execution of the contract by the Contractor shall constitute a representation that the Contractor has visited the
site and has become generally familiar with the local conditions under which the work is to be performed.
As used in this subsection, “differing site conditions” mean physical conditions at the contract work site that are
subsurface or otherwise concealed and which differ materially from those indicated in the Contract Documents
or are of such an unusual nature that the conditions differ materially from those ordinarily encountered and
generally recognized as inherent in the work of the character provided for in the contract.
THE FOLLOWING SECTION UNDER 104.03.03 HAS BEEN ADDED:
4. Material Change. If the Contractor believes that a change directive by the Owner results in a material change
to the contract work, the Contractor shall so notify the Owner in writing. The Contractor shall continue to perform
all work on the project that is not the subject of the notice.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 13 of 99
Upon receipt of the Contractor's change in character notice in accordance with clause 1. of this subparagraph 51.9,
the Owner shall promptly evaluate the Contractor's notice and promptly advise the Contractor of its determination
on how to proceed in writing.
(a) If the Owner determines that a change to the Contractor's work caused or directed by the Owner
materially changes the character of any aspect of the contract work, the Owner shall make a fair and
equitable upward adjustment to the contract price and contract completion date. The basis for any such
price adjustment shall be the difference between the cost of performance of the work as planned at the
time of contracting and the actual cost of such work as a result of its change in character, or as otherwise
mutually agreed upon by the Contractor and the Owner prior to the Contractor performing the subject
work.
(b) If the Owner determines that the Contractor is not entitled to additional compensation or time, the
Contractor shall continue the performance of all contract work, and shall be entitled to pursue a claim
against the Owner for additional compensation or time attributable to the alleged material change.
As used in this subparagraph, “material change” means a character change which increases or decreases the
Contractor's cost of performing the work, increases or decreases the amount of time by which the Contractor
completes the work in relation to the contractually required completion date, or both.
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.
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.
105.01.02 Inspection
THE FOLLOWING HAS BEEN MODIFIED TO:
Inspectors in the employ of the Engineer will be authorized to inspect all work done and materials furnished. Such
inspection may extend to all of the work, and to the preparation or manufacture of the materials to be used. In cases of
any dispute arising between the Contractor and the inspector as to materials furnished, or the manner of performing the
work, the inspector will have the authority to reject material or suspend work, until the questioned issue can be referred to
and decided by the Engineer. The inspector will not be authorized to revoke, alter, enlarge, relay or release any
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 14 of 99
requirements of these specifications, nor to approve or accept any portion of the work, nor to issue instructions contrary to
the plans and specifications.
The Inspector shall in no case act as foreman or perform other duties for the Contractor, or interfere with the management
of the work by the latter. Any advice which the inspector may give the Contractor shall in no way be construed as binding
the Engineer, or the Owner, in any way, or releasing the Contractor from the fulfillment of the terms of these contract
documents. Inspectors will be present to inspect the construction at all times that work is in progress. If work is to be
done on Saturdays, Sundays, or any New Jersey legal holiday, it must be at the expressed consent of the Owner and
Engineer and only after 5 working days notice is given. The Contractor shall be prepared to reimburse the Owner for
inspection costs for these periods not considered normal working days.
105.01.03 Contractor Performance Evaluation
REVISE SECTION 105.01.03 TO:
This section intentionally left blank.
105.02 RESPONSIBILITIES OF THE CONTRACTOR
105.02.01 Labor and Equipment
THE FOLLOWING HAS BEEN ADDED TO THIS SECTION:
3. The Contractor shall complete the entire project to the satisfaction of the Engineer, and in accordance with the
Specifications and drawings mentioned, at the prices herein agreed upon and fixed therefore. All work, labor and
materials to be done and furnished under this contract shall be done and furnished strictly pursuant to, and in
conformance with, the attached specifications and the directions of the Engineer, as given from time to time
during the progress of the project, under the terms of this contract, and also in accordance with the contract
drawings.
4. The Contractor shall coordinate his operations with those of any other contractor who may be employed on
other work of the Owner, and shall avoid interference therewith and cooperate in the arrangements for storage of
materials.
5. The Contractor shall conduct his work so as to interfere as little as possible with private business and public
travel. He shall, at his own expense, do whatever is necessary or required, maintain fences, furnish watchmen,
maintain lights, and take other precautions as may be necessary to protect life and property.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 15 of 99
6. The Contractor shall take all responsibility for the work done under this contract, for the protection of the work,
and for preventing injuries to persons and damage to property and utilities on or about the work. He shall in no
way be relieved of his responsibility by any right of the Engineer to give permission or issue orders relating to
any part of the work, or by failure of the Engineer to give permission or issue orders relating to any part of the
work. The Contractor shall bear losses resulting to him or the Owner on account of the amount or character of
the work, or because the nature of the land in or on which the work is done is different from what was estimated
or expected, or on account of the weather, elements, or other causes. The Contractor shall assume the defense of
all claims of whatsoever character against the Contractor or the Owner, and indemnify, save harmless and insure
the Owner and the Engineer, their officers, or agents, against all claims arising out of injury or damage to persons,
corporations, or property, whether said claims are for unavoidable damage or not, arise out of negligence or not,
and from all claims relating to labor and materials furnished for the work. The Contractor shall be required to
indemnify the Owner and Engineer against damage or claims occasioned by acts of the Owner or Engineer, except
to the extent caused by the sole negligence of the Owner and/or Engineer.
105.02.02 Superintendent
THE FOLLOWING PARAGRAPH HAS BEEN ADDED TO THE END OF THIS SECTION:
The superintendent shall not be replaced without the consent of the Engineer. Copies of all drawings and of
specifications shall be kept by the superintendent at the site of the work, ready for use at any time.
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.
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
THE ENTIRE SECTION 105.05 WORKING DRAWINGS HAS CHANGED TO:
1. The work of the proposed project shall conform to the contract drawings and contract documents. Four (4) sets
of prints of the plans and specifications will be furnished upon request at cost of reproduction.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 16 of 99
2. Shop Drawings. Parts and details not fully indicated on the drawings shall be detailed by the Contractor in
accordance with standard engineering practices. The Contractor shall submit to the Engineer for approval, four
(4) copies of all shop or setting drawings as called for under the various headings of these specifications. These
drawings shall be complete and will contain all required detailed information. If approved by the Engineer, each
copy of the drawings will be identified as having received such approval by being so stamped and dated and shall
become a part of the contract. The Contractor shall make any corrections required by the Engineer. Three (3)
sets of all shop drawings will be retained by the Engineer and one (1) set will be returned to the Contractor. The
approval of the drawings by the Engineer shall not be construed as a complete check, but will indicate only that
the general method of construction and detailing is satisfactory. Approval of such drawings will not relieve the
Contractor of the responsibility for any error which may exist as the Contractor shall be responsible for the
dimensions and design of adequate connections, details and satisfactory construction work. The drawings herein
mentioned are to become the property of the Owner and no extra charge will be allowed to the Contractor for
such drawings.
3. Additional Instructions and Drawings. The Contractor will be furnished additional instructions and detail
drawings to carry out the work included in the contract, including such changes as the Engineer may consider
necessary, because of special conditions encountered during the prosecution of the work. The additional drawings
and instructions thus supplied to the Contractor will coordinate with the contract documents, and will be so
prepared that they can be reasonably interpreted as a part thereof. The Contractor shall carry out the work in
accordance with the additional detail drawings and instructions.
The Contractor and Engineer will prepare jointly:
(A)
A schedule fixing the dates of which special detail drawings will be required and by whom they will be
made; and
(B)
A schedule fixing the respective dates for the submission of shop or setting drawings, the beginning of
manufacture, testing, and installation of materials, supplies, and equipment, and the completion of the various
parts of the work;
Each such schedule to be subject to change from time to time as the work progresses.
105.07.01 Working in the Vicinity of Utilities
A.
Initial Notice.
See project plan – Cover Sheet (1 of 5) for utilities located within the project limits and contact information.
THE FOLLOWING PARAGRAPH IS ADDED:
The Contractor shall be responsible to notify water, gas, sewerage, electric and telephone companies, and all other utility
companies having facilities which are subject to interference, seventy-two (72) hours in advance of the time he proposes
to perform work in proximity to their structures or lines in order that they may take such precautions as they consider
necessary to protect their property.
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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 17 of 99
For Weigh-in-Motion and Traffic Volume systems contact:
Transportation Data and Safety Unit
PO Box 600
Trenton, NJ 08625
609-963-1891
For Roadway Weather Information Systems contact:
Permits, Electrical Maintenance & Claims Unit
PO Box 600
Trenton, NJ 08625
609-963-1829
3.
NJDOT
Central Region Electrical
1035 Parkway Avenue
4th Floor E&O Bldg.
CN 600
Trenton, NJ 08625
Telephone: 609-963-1491
C.
Protection of Utilities.
THE FOLLOWING IS ADDED AFTER THE FOURTH PARAGRAPH:
Complete a Request for Right of Entry onto railroad property in compliance with the requirements of the specific
railroad.
Facility Daily Access Request Form is available at:http://www.state.nj.us/transportation/eng/elec/ITS/access.shtm.
Frequency of Trains
Location
Speed
Number Per Day
Time
105.07.02 Work Performed by Utilities
Company Name & Address
Contact Person
Number of Day/s Advance Notice
Stage # ______
Utility Company Name
Work Description
Work Duration
(Day/s)
Restriction
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 18 of 99
Stage Total
_________________
105.09 LOAD RESTRICTIONS
THE FOLLOWING IS ADDED:
Material Transfer Vehicles Structural Load Restriction
Route
Bridge Structures
Structure Name
Material Transfer Vehicles
Number
Mile Post
MTV SB-
2500C by
Roadteck
MTV MC-
330 by
Blaw-Knox
MTV SB-
1500B by
Roadteck
MTV SB-
1000B by
Roadteck
Gross
Weight
125,500 lbs
Gross
Weight
114,100 lbs
Gross
Weight
92,000 lbs
Gross
Weight
74,000 lbs
THE FOLLOWING SUBSECTION IS ADDED:
105.11 CONSTRUCTION LAYOUT
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 field location notes to the RE upon request.
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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 19 of 99
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 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.
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:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 20 of 99
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
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.
2.
Federal Aid Projects.
THE FOLLOWING IS ADDED:
Comply with the Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. No. 117-58, which includes the Build
America, Buy America Act (“the Act”). Pub. L. No. 117-58, §§ 70901-52. Comply with IIJA’s three categories:
iron and steel, manufactured products, and construction materials:
a.
Ensure all iron and steel used in the project are produced in the United States. Ensure all manufacturing
processes, from the initial melting stage through the application of coatings, occurred in the United States.
b.
Ensure all manufactured products as defined by IIJA are exempted from the Buy America requirements
pursuant to 48 FR 50399 (1983) which excludes manufactured products from 23 CFR 635.410.
c.
Ensure all construction materials are manufactured in and manufacturing processes occurred in the United
States. Construction materials includes an article, material, or supply - other than an item of primarily iron
or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or
gravel; or aggregate binding agents or additives – that is or consists primarily of non-ferrous metals, plastic
and polymer-based products (including PVC, composite building materials, and polymers used in fiber
optic cables), glass (including optic glass), lumber or drywall. Items that consist of two or more of the
listed materials that have been combined through a manufacturing process, and items that include at least
one of the listed materials combined with a material that is not listed through a manufacturing process,
should be treated as manufactured products, rather than as construction materials.
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.
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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 21 of 99
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 FOLLOWING PARAGRAPHS ARE ADDED:
The source of supply of each of the materials shall be approved by the Engineer before the delivery is started.
Representative preliminary samples of the character and quality herein described shall be submitted by the Contractor
when indicated or directed for examination or test, and written approval of the quality of the samples shall be received by
the Contractor prior to obtaining materials from the respective sources of supply. All materials proposed to be used may
be inspected at any time during the progress of their preparation and use. All materials must be approved by the Engineer
prior to being incorporated in the work. Representative samples of all materials requiring laboratory tests shall be taken
and such materials shall be used only after written approval has been received by the Engineer, and so long as the quality
of said materials remains equal to the requirements. All tests required shall be provided for and at the expense of the
Contractor.
In cases where the drawings or specifications describe materials, equipment or devices as those which shall be equal or
similar to certain materials, equipment, tools and machinery designated by trade or manufacturer's name, they will be
required to demonstrate to the satisfaction of the Engineer, the substitutions the Contractor proposes to use are similar or
equal to those designed. The Contractor shall also be responsible for any additional expense for changes in plans and
specifications to accommodate the proposed substitution. If any monetary saving is provided by the proposed change, it
shall be credited to the Owner. The Engineer will be the sole judge as to the equivalency of the materials, equipment or
devices.
106.09 SUBSTITUTES FOR PROPRIETARY ITEMS
106.10 USE OF UNITED STATES FLAG VESSELS
THE ENTIRE TEXT IS CHANGED TO: This section intentionally left blank.
THE FOLLOWING PARAGRAPH HAS BEEN ADDED:
The Contractor shall at all times take necessary steps to protect and preserve all materials, supplies, equipment and all
work which has been performed. Should work be suspended temporarily, because of inclement weather or other causes,
the Contractor shall take all steps necessary to protect materials, supplies, equipment and work performed against damages
or injury. Any damaged materials, supplies, equipment or work performed shall be removed and replaced at the expense
of the Contractor.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 22 of 99
SECTION 107 – LEGAL RELATIONS
107.11 RISKS ASSUMED BY THE CONTRACTOR
107.11.01 Risks
1.
Damage Caused by the Contractor.
THE FOLLOWING IS ADDED:
For any damages by the Contractor to the fiber optic network along Welisewitz Road, also notify the G4S
Technology LLC at 877-637-2344 within 2 hours. Only G4S Technology LLC will be allowed to complete
repairs on that respective section of the fiber optic network. Directly pay G4S Technology LLC within 30 days
from the receipt of G4S Technology LLC’s invoice for such repairs, and provide the RE with a copy of the
transmittal letter. If the Contractor does not make payment within 30 days, the Department may recover the
costs incurred for repairs from the Contract.
THE FOLLOWING IS ADDED:
The Contractor shall, at his own expense, restore to a condition similar to the condition that existed prior to the
damage, any direct or indirect damage to public or private property caused by the work or in consequence of an
act or omission on the part of the Contractor, his employees, agents, or subcontractors. Should any property
require repair or replacement or rebuilding by the Owner as a result of damage due to fault or neglect of the
Contractor, the cost thereof will be deducted from any money due or to become due to the Contractor under this
contract; or the Owner may deduct from any money due to the Contractor under this contract; or the Owner may
deduct from any money due the Contractor a sum sufficient to reimburse the Owner of the property so damaged.
A color VHS video tape of the entire project, including all easements, wetlands and stream crossing areas and
any other areas of concern noted by the Engineer shall be furnished to the Owner 10 working days prior to the
start of construction.
107.11.02 General Insurance
B.
Types
1.
Comprehensive General Liability Insurance.
THE FOLLOWING IS ADDED:
Ensure the policy names East Amwell Township, its officers, employees, and agents as additional insured.
2.
Comprehensive Automobile Liability Insurance.
THE FOLLOWING IS ADDED:
Ensure the policy names East Amwell Township, its officers, employees, and agents as additional insured.
5.
Excess Liability Insurance.
THE FOLLOWING IS ADDED:
Ensure the policy names East Amwell Township, its officers, employees, and agents as additional insured.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 23 of 99
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, AMTERIALS, AND PROCESSES
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 108.01.3.a TO THE FOLLOWING:
a.
Federal Aid Projects. This section intentionally left blank.
108.02 COMMENCEMENT OF WORK
THE FIRST PARAGRAPH HAS CHANGE TO:
The Contractor shall provide all required bonds, insurance certificates, and signed contracts and be prepared to commence
work within ten (10) calendar days after receipt of the Engineer's notice of award, with sufficient force to complete the
entire work, ready for use, not later than the time of completion.
THE THIRD PARAGRAPH IS CHANGED TO:
Do not perform construction layout and FIELD OFFICE TYPE ___ SET UP until the Department 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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 24 of 99
4.
The ROW limits, limits of construction, environmentally restricted areas, and trees or other vegetation
designated to be preserved have been laid out.
THE FOLLOWING IS ADDED:
Prior to the commencement of construction by the Contractor, representatives of the Owner, Engineer and Contractor shall
hold a preconstruction conference to discuss construction procedures, payment schedules and all other matters that affect
the completion of the contract. At this time, or prior to this time, the Contractor shall have submitted his progress schedule
to the Engineer, so that this can be discussed in detail at this conference. If requested by either party, those attending the
conference will cause a final field investigation to be made of the project. If requested by any party, a magnetic tape
recording of the preconstruction conference may be made.
If conditions warrant, the Engineer reserves the right to limit working hours or location of work without any additional
charges to the Owner.
108.05.02 Safety Program
THE FOLLOWING IS ADDED:
The duty of the Engineer to conduct construction review of the Contractor's performance is not intended to include review
of the adequacy of the Contractor's safety measures in, on, or near the construction site.
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 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.
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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 25 of 99
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
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.
Achieve Completion in 60 days.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 26 of 99
THE FOLLOWING PARAGRAPH HAS BEEN ADDED:
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and
without his fault or negligence, including, but not restricted to acts of God, or of the public enemy, acts of neglect of the
Owner, acts of neglect of any other Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil
commotion, or freight embargos, the specified time for the completion of work shall be extended by such time as shall be
fixed by the Owner. No such extension of time shall be deemed a waiver by the Owner of his right to terminate the contract
for abandonment or delay by the Contractor, as provided in the contract, nor shall such extension be deemed to relieve the
Contractor from full responsibility for performance of his obligations hereunder. Any request for an extension shall be in
writing and shall be directed to the Owner with a copy to the Engineer.
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.
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.
THE FOLLOWING HAS BEEN ADDED:
5. Delay by the Owner. Except as otherwise provided herein or by law, the Owner reserves the right to delay the
beginning of the work or any part thereof, if the necessary lands or rights-of-way for such work shall not have been
obtained and the Owner does not warrant said lands have been obtained as of the date of preparation of the bid
documents. The Contractor shall have no claim for damages on account of such delay, but shall be entitled to so
much additional time wherein to perform and complete the work as the Engineer shall certify in writing to be just.
Starting time of the contract may be postponed by written agreement between the Owner and the Contractor,
because of expected delays in receipt of materials and equipment, or if the season be unsuitable for
commencement of the work, or because of other contingency clearly beyond the control or responsibility of the
Contractor. Unless stipulated otherwise in said agreement, the Contractor shall commence work at such points as
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 27 of 99
the Engineer may direct or approve. If, because of delay, seasonal variations are encountered, the contract time
limit will be extended.
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.
THE FOLLOWING PARAGRAPH HAS BEEN ADDED TO THE END OF THIS SECTION:
Work under the contract, other than maintenance work, shall not be prosecuted on Saturdays, Sundays, or on New Jersey
State holidays, except in the time of emergency, and then only under written permit from the Engineer, who shall be the
judge as to the exigency of the situation. The normal work day shall consist of eight (8) hours, beginning at 8:00 a.m. and
ending at 4:30 p.m. If the Contractor wishes to prosecute any portion of the work between the hours of 4:30 p.m. and 8:00
a.m., he shall first obtain permission from the Engineer, notifying him each time in advance, giving him ample time in
which to procure an Engineer or inspector for the work. The Contractor will be responsible for paying all costs of the
inspection services when work is carried out on Saturdays, Sundays, legal holidays, and overtime periods. Payment will
be made to the Owner at the prevailing rate for said service.
If conditions warrant, the Engineer reserves the right to limit working hours or location of work without any additional
charges to the Owner.
108.12 RIGHT-OF-WAY RESTRICTIONS
The Department has not obtained the following ROW parcels. The anticipated availability dates are provided:
Properties and Vacation/Availability Dates
Demolition and/or Parcel No.
Approximate Baseline Station
Offset/Direction
Date
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 28 of 99
108.14 DEFAULT AND TERMINATION OF CONTRACTOR’S RIGHT TO PROCEED
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 FIRST PARAGRAPH IS CHANGED TO:
The Engineer will be prepared to make a final inspection within five (5) workdays after written notification by the
Contractor that the work is completed, and final inspection is requested. Defective work, or work not conforming to the
specifications, is to be repaired or replaced to the satisfaction of the Engineer. If the work is found to meet all requirements
of the contract, a written recommendation of acceptance will be sent to the Owner.
THE FOLLOWING IS ADDED:
No Incentive Payment for Early Completion is specified for this project.
108.20 LIQUIDATED DAMAGES
THIS SECTION HAS BEEN MODIFIED TO:
The contract documents are intended to be between the Contractor and the Owner. All work will be completed within the
dates specified in the published public notice and the notice to proceed.
All work shall be completed by the completion date stated herein with the exception that the Engineer may suspend the
work due to unfavorable weather or temperature conditions, or if the suspension of work is deemed to be in the best interest
of the Owner. If the Engineer suspends the work, the Engineer shall establish a new date for starting and completing the
work. The new completion date will be calculated by the Engineer using the number of days remaining from the original
completion date to the date on which the work was ordered stopped. Those days will be added to the new starting date
and will be the basis of establishing a new completion date.
The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress
as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the
Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the
completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in
this locality.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 29 of 99
The Contractor and the Owner recognize that delay in completion of the project will result in damage to the Owner in
terms of the effect of the delay in the use of the project upon the public convenience and economic development of the
county, and will also result in additional costs to the Owner for engineering, inspection and administration of the contract.
Because some of this damage is difficult or impossible to estimate, the parties agree that if the Contractor fails to complete
the project and each and every part and appurtenant thereof fully, entirely in conformity with the provisions of the contract
within the time stated in the contract, the Contractor shall pay the Owner liquidated damages, in accordance with the
following schedule, in lieu of the above stated actual damage. Such liquidated damages shall be paid for each and every
day, as hereinafter defined, that he is in default on the time to complete the work.
SCHEDULE OF LIQUIDATED DAMAGES FOR EACH DAY
OF OVERRUN IN THE CONTRACT TIME
ORIGINAL CONTRACT AMOUNT
FROM MORE THAN
TO AND INCLUDING LIQUIDATED DAMAGES
$ 0.00
$ 500,000.00
$ 300.00
$ 500,000.00
$ 1,000,000.00
$ 400.00
$ 1,000,000.00
$ 2,000,000.00
$ 500.00
$ 2,000,000.00
$ 5,000,000.00
$ 700.00
$ 5,000,000.00
$10,000,000.00
$1,000.00
$10,000,000.00
$15,000,000.00
$1,200.00
If the Contractor extends the final landscaping beyond this additional planting season, liquidated damages will then be
charged for the planting work.
It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein
a definite and certain length of time is fixed for the performance of any act whatsoever, and where under the contract and
additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the
essence of this contract, provided that the Contractor shall not be charged with liquidated damages or any excess cost when
the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable
to the Owner provided, further, that the Contractor shall not be charged with liquidated damages or any excess cost when
delay in completion of the work is due:
1. To any preference, priority or allocation order duly issued by the United States Government.
2. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including but
not limited to, acts of God, or of the public enemy, acts of another contractor in the performance of a contract with the
Owner, fires, floods, epidemics, quarantine restrictions, freight embargoes, and severe weather and
3. To any delays of subcontractors or suppliers occasioned by any of the causes 1 and 2 above of the section.
Provided, further, that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall
grant a further period of time prior to the date of final settlement of the contract, notify the Owner, in writing, of the causes
of the delay who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its
decision in the matter.
If the Contractor does not finish his work within the time for completion specified, the Owner shall have full authority to
and may deduct and retain from the final estimate an amount to cover the actual cost of inspection services paid by the
Owner for the time of completion specified and the date the Contractor fully completes his contract. This amount to be
deducted is in addition to the claim for liquidated damages.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 30 of 99
Extensions of time may be granted by the Owner by reason of unusual difficulty or for other causes deemed by the Owner
to be good and sufficient, and the Owner will waive the inspection costs aforesaid for the time of such extensions provided,
however, the Contractor shall pay any other cost or damage attendant upon or resulting from any and all such extensions,
and provided further that requests for extensions shall be accompanied by an approval, in writing, by the surety company
appearing as such on the bonds furnished by the Contractor in accordance with this contract.
SECTION 109 – MEASUREMENT AND PAYMENT
THIS ENTIRE SECTION 109.01 HAS BEEN MODIFIED TO:
109.01 MEASUREMENT OF QUANTITIES
Payments will be made in the following ways, as work progresses on the contract:
1. Lump sum items or lump sum contracts: The Contractor shall submit to the Engineer for approval, prior to the
start of work under the contract, a schedule showing a breakdown of the labor, materials and equipment, and other
costs used in the preparation of the bid. The breakdown shall be in sufficient detail to indicate separate figures
for all items making up the lump sum price. This schedule shall be used in computing an estimate issued monthly,
and as a basis for negotiations concerning any credits or extra work which may arise during the execution of the
project.
2. The Engineer, in consultation with the Contractor, will, within the first ten (10) days of each month, estimate the
amount of work completed and materials and equipment built into the project during the previous calendar month.
The time for submission of the monthly estimate may vary according to the meeting date of the Owner. The
quantities, as determined, will be used as the basis for a monthly estimate whenever the value of said monthly
work exceeds One Thousand Dollars ($1,000.00). Materials that are stockpiled will be paid for, if approved by
the Engineer. The monthly estimate will be presented to the Owner by the Engineer and shall indicate the value
of work completed and materials and equipment built into the work, in accordance with the contract. In
accordance with N.J.S.A. 2A:30A.2, the amount set forth in the monthly estimate shall be subject to approval and
certification at the next scheduled public meeting of the Owner’s governing body, and paid during the governing
body's subsequent payment cycle. If the contract amount exceeds One Hundred Thousand Dollars ($100,000.00),
the Owner will retain two percent (2%) of the amount due on each monthly estimate in accordance with the State
of New Jersey requirements. If the Contract amount is less than $100,000.00, the Owner will retain 10 percent
(10%) of the amount due on each monthly estimate.
3. Payment of any monthly estimate shall not constitute acceptance of the work covered by the estimate.
4. The monthly estimate submitted by the Engineer will be approximate, and no claim shall be made by the
Contractor for additional payment, based on any error in any monthly estimate.
5. Payments may be withheld if, in the opinion of the Engineer, or Owner, the work is not proceeding in accordance
with the Plans and Specifications.
6. Upon completion of the project in accordance with the contract and acceptance thereof by the Engineer and Owner
and as soon as possible thereafter, the Engineer will prepare a final estimate which will indicate the value of the
work completed and materials and equipment furnished, and the exact amount of the compensation to which the
Contractor is entitled under the terms of the contract.
7. The final estimate will be submitted to the Owner and a copy furnished to the Contractor. In accordance with
N.J.S.A. 2A:30A.2, the amount set forth in the final estimate shall be subject to approval and certification at the
next scheduled public meeting of the Owner’s governing body, and paid during the governing body's subsequent
payment cycle. Upon approval of the Final Estimate by the Owner, and as soon as possible, the Owner will pay
the Contractor an amount equal to ninety percent (90%) of the total compensation to which the Contractor is
entitled for the performance of the contract, less the amount of all previous payments. The Contractor is required
to provide a maintenance bond covering the value of ten percent (10%) of the contract for two (2) years.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 31 of 99
8. The Contractor will be required to produce receipted paid bills for materials entering into construction, or for
materials delivered, or waivers of lien by material suppliers before payment for such estimates will be made. In
lieu of receipted bills or waivers of lien, the Contractor may submit an affidavit in a form acceptable to the Owner.
9. The Contractor shall be conclusively deemed to have accepted the Final Estimate as a correct statement of the
total liability of the Owner and of the compensation paid and to be paid to the Contractor by the Owner, unless
within seven (7) days after delivery of his copy of the Final Estimate to him, the Contractor shall return such copy
to the Owner, together with a statement of his objections to such Estimate, and of any claim for damages or
compensation in excess of the amount shown on the Estimate. The acceptance by the Contractor of the Final
Estimate approved by the Owner, shall constitute a release and shall discharge the Owner from any further claims
by the Contractor arising out of or relating to the contract, except the Contractor's claim for the balance, if there
be any, of the amount retained as herein provided.
10. At the time that the Contractor receives the payment for his monthly estimate, he shall sign the following
statement which shall be a part of the monthly estimate:
"The Contractor has reviewed the estimate of the work completed, covered by this estimate, and agrees with the
quantities shown, and the amount of work completed within the time period covered by said estimate. The
Contractor certifies by signing this estimate, that he has no claims against the Owner for the period covered by
this estimate, which have not been duly submitted in accordance with the contract documents."
Authority to Withhold Payments
1. The Owner and/or Engineer may cause to be withheld the whole or a part of any approved payment due the
Contractor as may in his judgment be necessary to:
2. Assure the payment of any lien, stop notice or claim filed with the Owner for work, labor or materials, taxes, etc.,
done, performed, or delivered and used in the prosecution of the work herein provided for (whether in strict legal
form or otherwise).
3. Protect the Owner from loss due to defective work not corrected, or through any improper or defective machinery,
equipment, implements or appliances used by the Contractor, or for failure of the Contractor to fully comply with
any requirements of the Contract.
4. Protect the Owner from loss due to injury to persons, or damage to the work or property of other Contractors,
subcontractors, or others, caused by the act of neglect of the Contractor or any of his subcontractors.
Defective Work
1. Before final payment is made, any work or material condemned by the Engineer, or any appropriate governmental
funding agency, as failing to conform to the contract, shall be removed or rebuilt in accordance with the drawings
and specifications at the Contractor's expense.
REVISE THE ENTIRE TEXT OF SECTION 109.03 TO THE FOLLOWING:
109.03 PAYMENT FOR FORCE ACCOUNT
This section intentionally left blank.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 32 of 99
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:
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.
THE THIRTEENTH PARAGRAPH IS CHANGED TO:
In the first Estimate following installation of all landscape work, the Department will reduce the retainage withheld to
1 percent of the Total Adjusted Contract Price, unless it has been determined by the Department that the withholding of
additional retainage is required. If retainage is held in cash withholdings, the reduction is to be accomplished by payment
under the next Estimate. If retainage is held in bonds, the Department will authorize a reduction in the escrow account.
109.06 MATERIALS PAYMENTS AND STORAGE
THE SUBSECTION IS CHANGED TO:
The Contractor may request payment for the cost of materials, including the storage cost, not incorporated into the Work.
If approved by the RE, the Department will make payment for the cost of materials, including storage costs if such payment
exceeds $25,000.00; however, the amount of payment may not exceed 85 percent of the bid price for the associated Item.
The Department may also direct the Contractor to purchase materials ahead of schedule for this purpose. The Department
will not make payment for such materials until the RE is satisfied that:
1.
The Contractor has properly stored and protected materials within the Project Limits or at locations owned or
leased by the Contractor or the Department within the State, except that the Contractor may store structural steel
outside the State with the prior approval of the Department. Provide and comply with manufacturers’,
suppliers’, and fabricators’ storing and handling recommendations for each material, as specified in 108.04.
2.
The ME has inspected the materials and they appear to be acceptable based upon available supplier’s
certification and materials test reports.
3.
The Contractor has provided the RE with the paid invoice or paid bill of sale for the materials and a fully
executed Release of Liens for Materials Stored for Incorporation in Department of Transportation Project Form,
including the transfer of ownership to the Department.
4.
For material stored on property not belonging to the Department, the material is stored in a fenced area with
access limited to the Department and the Contractor. Additionally, the Contractor has posted a sign at the
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 33 of 99
location clearly identifying, and printed in large letters, that the materials are without encumbrances and are to
be solely used for the Project.
5.
When materials are stored in a leased area, the lease is made out to the Contractor and provides that it shall be
canceled only with the written permission of the Department. Submit a copy of the lease to the RE.
Payment for materials does not constitute Department approval or Acceptance of the materials or work. If materials paid
for are damaged, stolen, or prove to be unacceptable, the Department has the right to recover the costs from the Contractor.
Stored materials are not to be removed from storage except for incorporation into the project. The Department will not
make payment for plant materials until they are planted or installed.
109.09 AUDITS
THE FIRST SENTENCE IS REVISED TO:
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.
THE FOLLOWING PARAGRAPH HAS BEEN ADDED:
109.12 RELEASE OF LIENS
Neither the final payment, nor any part of the retained percentage, shall become due until the Contractor shall deliver to
the Owner a complete release of all liens arising out of his work, or in lieu thereof, receipts in full, and an affidavit
showing that so far as he has knowledge or information, the releases and receipts include all labor and materials for
which a lien could be filed; if any subcontractor refuses to furnish a release or receipt in full, the Contractor may furnish
a bond, satisfactory to the Owner, to indemnify him against any lien. If any lien remains unsatisfied after all payments
are made, the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such
a lien, including all costs and reasonable attorney's fees.
THE FOLLOWING SECTION HAS BEEN ADDED:
SECTION 110 – MAINTENANCE BOND
110.01 MAINTENANCE AFTER COMPLETION
The Contractor shall guarantee all labor and materials for a period of two (2) year from the date of Owner's acceptance of
the Final Estimate (regardless of the date of possession or use by the Owner of the whole project or any part thereof), and
he shall make all needed repairs on the work during the two (2) year guarantee period. The Contractor agrees that,
during the two (2) year guarantee period, the Owner may, out of the monies payable to him under this agreement,
necessary repairs at once after due notice from the Engineer, expend the same, of so much thereof as may be required, to
make the needed repairs; provided, however, that in the case of emergency where, in the opinion of the Engineer, the
Owner may make repairs without previous notice, and at the expense of the Contractor. The Contractor shall, at all times
within said two (2) year period, keep the surface of the ground disturbed during construction, in the position and
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 34 of 99
condition required by the specifications, and refill any settlement or erosion in the backfilling, paving, or any surface
graded by him, due to any cause whatsoever, when so directed by the Engineer; should he fail to do so, the Owner may
have said work done in the manner as described above.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 35 of 99
DIVISION 150 – CONTRACT REQUIREMENTS
SECTION 151 – PERFORMANCE BOND AND PAYMENT BOND
151.03 PROCEDURE
151.03.01 Performance Bond and Payment Bond
PARAGRAPH TWO IS CHANGED TO:
Obtain bonds from sureties listed in the US Treasury Department Circular 570 and authorized to do business in the State.
Reinsurance is prohibited as per N.J.A.C 16:44-6.1(b)6. If the Surety becomes insolvent, or in reasonable judgment of
the Owner, become unsafe or unsound, before Acceptance, then upon five (5) days written notice from the Owner to the
Contractor, the Contractor shall provide a performance bond and a payment bond issued by another surety to the
Department, as shall be satisfactory to the Owner. Any additional premium caused by such substitution, shall be paid for
by the Contractor.
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
Procure and maintain insurance coverage for the following railroad(s):
New Jersey Transit Rail Operations
It is estimated that 0 percent of the Project cost is located within or adjacent to the railroad ROW.
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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 36 of 99
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.
153.03.03 BAR CHART PROGRESS SCHEULE 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
154.01 DESCRIPTION
This Section describes requirements for mobilization.
154.02 MATERIALS
(Intentionally Blank.)
154.03 PROCEDURE
154.03.01 Mobilization
THE FOLLOWING PARAGRAPH HAS CHANGED TO:
Mobilization consists of the preparatory work and operations, including moving personnel, equipment, supplies, cleanup
and incidentals to the Project Limits. It also includes all other work performed and costs incurred before beginning work
on various Items in the Contract.
THE FOLLOWING PARAGRAPHS HAVE BEEN ADDED:
The Contractor shall at all times prevent the accumulation of waste material or rubbish in the construction area or storage
areas. Waste material and rubbish shall be cleared away and removed from the premises or deposited at such places as the
Engineer designates. No stock piling of excavated material on, about, or near the construction area will be allowed, unless
it is to be disposed of within forty-eight (48) hours.
Before the contract will be considered complete, the Contractor shall thoroughly clean the construction site and remove
all rubbish, debris, unused and surplus material due to or connected with the construction and must leave the premises in
a condition satisfactory to the Engineer. All crosswalks and sidewalks must be cleared off and the alignment shall be trued
up, if the same have been disturbed during construction; streets, curbs, fences, and other property disturbed or damaged,
must be restored to their former condition and the final payment will be withheld until such work is completed and
satisfactory to the Engineer and the Owner.
The Contractor shall be responsible for the preservation of all public and private property, trees and structures along and
adjacent to the work and shall use every precaution necessary to prevent damage or injury thereto. He shall use suitable
precautions to prevent damage to tracks or piles, conduits or other underground structures, utilities, etc., and he shall protect
carefully from disturbance or damage all land monuments and property marks. The Contractor shall not willfully or
maliciously injure or destroy trees or shrubs, and he shall not remove or cut them without proper authority.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 37 of 99
The Contractor shall do all work and pay all costs of protecting, supporting, maintaining, repairing if damaged, relocating
and restoring all surface, subsurface or overhead structures and all other property, including pipes, conduits, ducts, tubes,
chambers and appurtenances, public or private, in the vicinity of the work, except as otherwise specified.
In the event any private property corners are encountered which must of necessity be disturbed or removed in order to
permit construction operations, or if any private survey points are destroyed or removed through carelessness or negligence
or to expedite the Contractor's operations, they shall be replaced by a licensed surveyor at the Contractor's cost and expense.
154.04 MEASUREMENT AND PAYMENT
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 2.5% of Total Contract Price
10% of the Work1
Lesser of 50% of bid price or 5% of Total Contract Price
15% of the Work1
Lesser of 75% of bid price or 7.5% of Total Contract Price
20% of the Work1
Lesser of 100% of bid price or 10% 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.
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.
SECTION 157 – CONSTRUCTION LAYOUT AND MONUMENTS
THE SECTION IS RENAMED TO:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 38 of 99
SECTION 157 – MONUMENTS
157.01 DESCRIPTION
THE FIRST PARAGRAPH IS CHANGED TO:
This Section describes the requirements for constructing monuments and monument boxes.
157.03.01 Construction Layout
THE ENTIRE SUBPART HAS BEEN REVISED, MOVED, AND RENAMED TO SUBSECTION 105.11
157.03.02 Monument
THE SUBPART IS RENUMBERED:
157.03.01 Monument
THE SUBPART IS CHANGED TO:
Comply with the Map Filing Law N.J.S.A. 46:26B-1 through 8 and N.J.A.C. 13:40-5.1 through 2. Set non-Department
monuments according to the requirements of the agency. Set Department monuments at the specified location and
elevation, and ensure that the monuments are held firmly in place. Excavate so that concrete for the monument base and
sides can be placed against undisturbed in-situ material, ensuring that the base is wider than the shaft. If rock is
encountered, drill into the rock to provide a rock socket to the satisfaction of the RE. Reuse excess excavated material as
specified in 202.03.03.C.1. Place concrete, as specified in 504.03.02.D, and set the reinforcement steel and the monument
marker at the time of the concrete pour. Ensure that the top surface of the monument is level, and the disk is in the true
position. After the concrete has attained strength, punch the disk.
After the monuments have been set, obtain the current horizontal and vertical control datum values on the monument and
submit these values, signed and sealed by the land surveyor, to the RE.
157.03.03 Monument Box
THE SUBPART IS RENUMBERED:
157.03.02 Monument Box
157.04 MEASUREMENT AND PAYMENT
THE CONSTRUCTION LAYOUT PAY ITEM AND PAYMENT CALCULATION ARE DELETED:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
MONUMENT
UNIT
MONUMENT BOX
UNIT
The Department will make payment for tree or other vegetation protection or preservation under TREE PROTECTION as
specified in 158.03.02.20 for work specified in the various Items of this Subsection.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 39 of 99
SECTION 158 – SOIL EROSION AND SEDIMENT CONTROL AND WATER QUALITY
CONTROL
158.03.02 SESC Measures
19. Oil-Only Emergency Spill Kit.
158.04 MEASUREMENT AND PAYMENT
There shall be no separate bid item payment for Soil Erosion and Sediment Control and Water Quality Control. The cost
of this work shall be included in the MOBILIZATION pay item in the contract.
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
THE FOLLOWING IS ADDED TO THE LIST OF EQUIPMENT REFERENCES:
Portable Variable Message Sign w/Remote Communication…….………………...……………………1001.04
Portable Trailer Mounted CCTV Camera Assembly……………….……………………………………1001.05
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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 40 of 99
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.
2.
Construction Barrier Curb.
THE SECOND PARAGRAPH IS CHANGED TO:
At least 30 days before delivering construction barrier curb to the Project Limits, provide the RE notice that the
barrier curb is available for inspection. Ensure the barrier curb is not stacked for this inspection. The RE will
inspect the barrier curb, along with a Contractor representative, to determine what pieces are not approved for
delivery to the Project Limits. Final determination of construction barrier approval will be made at the time of
placement at the Project.
PART 3 IS CHANGED TO:
3.
Arrow Board. Provide an arrow board as specified in 1001.01.
PART (5) IS CHANGED TO:
5.
Temporary Crash Cushion. Install inertial barrier systems as specified in 611.03.01. Install temporary
compressive crash cushions as specified in 611.03.02. Immediately repair or replace crash cushions that become
damaged or become inoperable. Begin repair or replacement of the temporary crash cushion within 1 hour of
receiving notice of damage from the Department. Ensure that workers assigned to such repair or replacement
work continuously until the temporary crash cushion is repaired or replaced. If the Contractor fails to respond
to a damage notification and begin work within 1 hour of notification, or does not continue to work until the
temporary crash cushion is repaired or replaced, the Department, will require closure of the adjacent live lane.
Lane occupancy charges will be imposed as specified in 108.08 for the period of time the adjacent lane is closed.
Should the Department have to respond to a repair with its own forces because of a Contractor’s lack of response
to a damage notification, the Contractor agrees to pay the Department a sum of $3,000 for costs of mobilizing
its forces and equipment. In addition, the Contractor must pay the Department the actual cost of material used
for the repair and pay the actual costs of police traffic protection. Maintain an adequate number of replacement
parts to repair damaged units at all times. Keep the areas in front, atop, and around the crash cushions clear of
snow accumulation of more than 4 inches in depth.
Upon removal of the crash cushion, cut anchor bolts at least 3 inches below the surface of the surrounding
roadway. Repair HMA pavement as specified in 401.03.03. Repair concrete pavement as specified in
Section 452.
PART 6 IS CHANGED TO:
6.
Traffic Control Truck with Mounted Crash Cushions. Provide the RE with a copy of the crash cushion
manufacturer’s recommendations. Provide the RE a certified weigh ticket of the Traffic Control Truck with
arrow board and mounted Crash Cushion. Position the traffic control truck to ensure that there is adequate
stopping distance after impact and to prevent errant vehicles from traveling around the truck and endangering
workers. When used in a fixed position, place manual transmission vehicles in second gear and place automatic
transmission vehicles in park. Ensure that the parking brake is set and the wheels are set straight. Do not use
traffic control trucks in place of other temporary impact attenuators for more than 24 hours. Relocate the traffic
control truck as specified by the TCP, or as directed by the RE. Do not use the truck to carry additional
equipment, materials, or debris. When using ballast, ensure that it is secured to the truck. Submit drawings to
the RE detailing the manner of securing the ballast, signed and sealed by a Professional Engineer, certifying
that it is capable of withstanding the impact forces for which the impact attenuator is rated.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 41 of 99
9.
Portable Trailer Mounted CCTV Camera Assembly (PTMCCA).
159.03.03 Removable Black Line Masking Tape
THE ENTIRE SUBSECTION IS CHANGED TO:
Apply black line masking tape over existing traffic stripes as specified in 159.03.05. Ensure that the black line masking
tape completely covers existing stripes. Replace black line masking tape that becomes loose after placement within 2
hours. When black line masking tape is no longer required or directed by the RE, carefully and completely remove without
using heat, solvents, grinding, sanding, or water.
159.03.05 Temporary Pavement Marking Tape
THE ENTIRE SUBSECTION IS CHANGED TO:
Install tape according to the manufacturer’s recommendations when the weather is favorable as determined by the RE. Do
not install the tape during wet conditions. Immediately before marking the pavement surface, clean the surface of dirt, oil,
grease, and foreign material, including curing compound on new concrete. Clean the surface 2 inches beyond the perimeter
of the marking to be placed.
Install tape on dry surfaces having a surface temperature between 50 °F and 150 °F, when the ambient temperature is at
least 50 °F and rising as determined by the National Weather Service (http://www.nws.noaa.gov/). When splicing is
required, install the tape using butt splices. Do not overlap the tape.
Tamp the tape for initial adhesion and then apply pressure by driving a truck slowly over the tape several times. Maintain
tape by replacing loose or damaged tape within 2 hours. Remove tape when no longer required or when directed by the
RE.
The surface must be dry. Do not install tape when precipitation is imminent as determined by the RE. The RE will
coordinate with the Contractor to install the tape when there is no anticipated precipitation. Install the tape in continuous
lengths of 20 feet or less. Any continuous length of more than 20 feet must be removed and replaced at no cost to the
Department. Ensure that the removable tape is capable of being removed manually, intact or in large pieces, at
temperatures above 40 F, without the use of solvents, burning, grinding, or blasting and without damage to the underlying
surface.
If conditions do not allow for the proper adhesion of the tape, use Latex Traffic Stripes, Latex Traffic Markings Lines, and
Latex Traffic Markings Symbols as specified in 159.03.06.
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.
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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 42 of 99
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.
THE FOLLOWING TEXT HAS BEEN ADDED:
The Contractor will proceed with the work in such a manner as to maintain traffic wherever possible. The Contractor shall
provide safe ingress and egress to Property Owners at all times throughout the project. Emergency equipment and school
busses must be able to pass and service Welisewitz Road at all times. Fire hydrants on or adjacent to the work shall be
kept accessible to fire apparatus and no material or obstruction shall be placed within ten feet (10') of any such hydrant.
159.04 MEASUREMENT AND PAYMENT
THE FOLLOWING PAY ITEM IS CHANGED TO:
Item
Pay Unit
ARROW BOARD, ___' X ___'
UNIT
BREAKAWAY BARRICADES
UNIT
DRUM
UNIT
CONSTRUCTION SIGNS
SQUARE FEET
TRAFFIC DIRECTORS, FLAGGER (CERTIFIED)
HOURS
TRAFFIC CONES
UNIT
THE FOLLOWING IS ADDED AFTER THE SECOND PARAGRAPH:
The Department will measure TRAFFIC STRIPES, LATEX and TRAFFIC MARKINGS LINES, LATEX by the linear
foot for each specified width of stripe. The Department will not measure gaps in striping.
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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 43 of 99
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 continuing 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.
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 the 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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 44 of 99
Table 160.03.01-1 Fuel Price Adjustments
Items
Fuel Usage Factor
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
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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 45 of 99
Table 160.03.01-1 Fuel Price Adjustments
Items
Fuel Usage Factor
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
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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 46 of 99
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 Basic Fuel Price Index is 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 that month will govern for the Basic Fuel Price
Index. 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 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 Asphalt Price Adjustment will be separated between ashpalt binder grades PG 64S-22 and PG 64E-22. 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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 47 of 99
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.
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 the 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.
THE FOLLOWINGS IS ADDED:
THE FOLLOWINGS SUBPART IS ADDED:
160.03.03 Steel Price Adjustment
The Department will make a steel price adjustment for Items listed in table 160.03.03-1 using the price index indicated for
the Item. This adjustment is based solely on the mill provided steel.
Table 160.03.03-1 Steel Price Adjustment Items
Item
Price Index (BS & MS)
STRUCTURAL STEEL
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for Hot
Rolled Steel Bars, Plates, and Structural Shapes WPU 101704
REINFORCEMENT STEEL
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
REINFORCEMENT STEEL,
EPOXY-COATED
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
REINFORCEMENT STEEL, GALVANIZED
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
REINFORCEMENT STEEL, STAINLESS
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
CAST-IN-PLACE CONCRETE PILE
FURNISHED
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for Hot
Rolled Steel Bars, Plates and Structural Shapes WPU 101704
STEEL H-PILE, FURNISHED
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for Hot
Rolled Steel Bars, Plates and Structural Shapes WPU 101704
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 48 of 99
Table 160.03.03-1 Steel Price Adjustment Items
BEAM GUIDE RAIL
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
RUB RAIL
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
OVERHEAD SIGN STRUCTURE NO. ___
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
BUTTERFLY SIGN SUPPORT, DMS
STRUCTURE NO. ___
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
CANTILEVER SIGN STRUCTURE NO. ___
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
CANTILEVER SIGN SUPPORT, DMS
STRUCTURE NO. ___
US Dept. of Labor, Bureau of Labor Statistics - Producer Price Index for
Semifinished Steel Mill Products WPU 101702
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.
A steel price adjustment will only be made for price increases when
(MS−BS)
BS
> 10%, and a price adjustment will only be made
for price decreases when
(BS−MS)
BS
> 10%.
When the Monthly Steel Price Index is greater than the Benchmark Steel Price Index, the Department will calculate STEEL
PRICE ADJUSTMENT using the following formula:
S = [(BS −MS) + (BS × 0.10)]
−BS
× CB × W
When the Monthly Steel Price Index is less than the Benchmark Steel Price Index, the Department will calculate STEEL
PRICE ADJUSTMENT using the following formula:
S = [(MS −BS) + (BS × 0.10)]
BS
× CB × W
Where:
S =
Steel Price Adjustment (Dollars).
BS =
Benchmark Steel Price Index – the steel preliminary price index for the month before the project is bid.
MS =
Monthly Steel Price Index – the steel price index for the month steel is shipped from the mill.
CB =
Cost Basis ($/lb).
W =
Weight of Steel (lb).
The Department will post the BS, MS and CB value every month at
https://www.state.nj.us/transportation/business/aashtoware/SteelPriceIndex.shtm.
With each delivery of steel, submit to the RE documentation from the fabricator or supplier, which details the following
information:
1.
Weight of the steel shipped from the mill to the fabricator or supplier
2.
Name of the mill, fabricator or supplier or both.
3.
Identifying transmittal or invoice number for each shipment.
4.
Date of the shipment
5.
Item description and Item number(s) for which the steel is associated.
If the documented steel weight is for more than one Item, provide the RE with the weight attributed to each Item.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 49 of 99
On a monthly basis, provide the RE with a certified tabulation listing all the eligible steel shipments for the prior month.
The tabulation must list the above items correlating to the identifying marks noted on the mill delivery reports.
On a monthly basis, complete form DC-160(S) Steel Price Adjustment.
Provide the documentation to the RE within 60 days of the date of the shipment. The Department will not make a price
adjustment for steel shipped before the bid date.
The Department will make a price adjustment for the Items “STRUCTURAL STEEL” based on the weights listed in Table
160.03.03-2. If the steel for an Item is shipped on dates having different monthly index prices, the Department will
proportionately adjust the weight used in the calculation of the price adjustment by multiplying the weight shipped by the
ratio of the weight for the Item listed in Table 160.03.03-2 to the sum total of weight shipped for that Item. If the weight
of steel estimated for a structure in Table 160.03.03-2 differs from the actual weight by more than 10 percent, the
Department will make a price adjustment based on the actual weight.
Table 160.03.03-2 Structural Steel Price Adjustment Items
Structure
Item No.
Weight (Lb)
The Department will make a price adjustment for the Items OVERHEAD SIGN STRUCTURE and CANTILEVER SIGN
STRUCTURE based on the weights listed in Table 160.03.03-3. If the steel for an Item is shipped on dates having different
monthly index prices, the Department will proportionately adjust the weight used in the calculation of the price adjustment
by multiplying the weight shipped by the ratio of the weight for the Item listed in Table 160.03.03-3 to the sum total of
weight shipped for that Item. If the weight of steel estimated for a structure in Table 160.03.03-3 differs from the actual
weight by more than 10percent, the Department will make a price adjustment based on the actual weight.
Table 160.03.03-3 Overhead Sign Structure and Cantilever Sign Structure Price Adjustment Items
Overhead and Cantilever Sign Structure Number
Item No.
Weight (Lb)
The Department will only make a price adjustment for reinforcement steel for steel provided in association with the
reinforcement steel items. The Department will make a price adjustment for reinforcement steel based on the weight of
reinforcement steel indicated in the Proposal for an Item as adjusted by Change Orders. If the reinforcement steel for an
Item is shipped on dates having different monthly index prices, the Department will proportionately adjust the weight used
in the calculation of the price adjustment by multiplying the weight shipped by the ratio of the weight for the Item to the
sum total of weight shipped for that Item.
The Department will make a price adjustment for piles based on the weight of steel furnished for pipe piles and for H-piles
based on the RE’s order list. The weight of steel furnished for piles will not include the weight for ancillary materials such
as pile shoes and splice collars.
The Department will make a price adjustment for BEAM GUIDE RAIL (including posts) and RUB-RAIL based on the
weight of steel furnished. The weight does not include coating. The weight does not include associated hardware and the
weight of end treatments.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 50 of 99
If the preliminary Monthly Steel Price Index increases 100percent or more over the Benchmark Steel Price Index, do not
order more steel without written approval from the RE. The RE will determine if work will continue based on the Steel
Price Index increase.
There will be no increase to STEEL PRICE ADJUSTMENT if the work is behind schedule by fault of the Contractor and
the steel was not purchased prior to the delay.
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 FOLLOWING IS ADDED:
Item
Pay Unit
STEEL PRICE ADJUSTMENT
DOLLAR
The Items FUEL PRICE ADJUSTEMENT and ASPHALT PRICE ADJUSTMENT must be included in the Proposal to
qualify for payment.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 51 of 99
DIVISION 200 – EARTHWORK
SECTION 201 – CLEARING SITE
THIS SECTION IS NOT APPLICABLE TO THIS PROJECT AND HAS BEEN REMOVED.
SECTION 202 – EXCAVATION
THIS SECTION IS NOT APPLICABLE TO THIS PROJECT AND HAS BEEN REMOVED.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 52 of 99
DIVISION 300 – SUBBASE AND BASE COURSES
SECTION 304 – CONCRETE BASE COURSE
THIS SECTION IS NOT APPLICABLE TO THIS PROJECT AND HAS BEEN REMOVED.
SECTION 305 – RUBBLIZING CONCRETE PAVEMENT
THIS SECTION IS NOT APPLICABLE TO THIS PROJECT AND HAS BEEN REMOVED.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 53 of 99
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.
A. HMA Milling. Mill HMA to the specified depth, profile, and cross slope. Operate milling machine to produce milled
material that passes a 3 inch sieve. Use automatic grade controls to control the line and grade of the milling machine.
Use either a stringline or ski reference system. Replace teeth in the milling drum that become dislodged, broken, or
unevenly worn. Perform milling operation, including removal of the milled material, in a manner that prevents dust and
other particulate matter from escaping into the air.
Ensure that the milled area is free from gouges, continuous grooves, ridges, and delaminated areas and has a uniform
texture consisting of discontinuous longitudinal striations. Ensure that the striations do not deviate more than 1 inch in
200 feet from a line parallel to the center of the traveled way and do not exceed 3/8 inch in depth. Check at least every 25
feet to ensure that the depth of milling is within 1/4 inch of the indicated depth.
Mill HMA to the depth specified without damaging underlying HMA. If HMA below the specified milling level
becomes dislodged or delaminated, remove and replace. If unbound aggregate material is encountered within the
specified milling depth, mill unbound aggregate material without damaging the underlying material.
Sawcut at the limit of paving in driveways and at other limits requiring a neat edge between new and existing HMA.
Using a mechanical sweeper, clean the milled area before opening to traffic and before subsequent construction or
resurfacing. Reuse millings and sweepings as specified in 202.03.03.C.1.
If the milled area is opened to traffic, ensure that water can drain from the surface and does not become trapped. If the
longitudinal edge height of a milled surface exceeds 2 inches, slope the edge to provide a smooth transition from the
milled surface to the remaining pavement. At transverse edges of milled areas, provide a smooth transition from the
milled surface to the remaining pavement.
In areas inaccessible to the milling machine, remove HMA with other equipment.
The Department will provide the time interval for resurfacing the milled areas in the Special Provisions.
C.
Micro-Milling and Profile Milling.
THE FOLLOWING IS ADDED AT THE END:
The Department will provide the time interval for resurfacing the micro-milled areas in the Special Provisions.
Extensions to the time interval may be approved by the RE. The RE is responsible for performing a daily inspection
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 54 of 99
of the micro-milled surface to ensure continued compliance with ASTM E 965. The contractor is responsible for any
incidental costs incurred as a result of time interval extension.
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.
Stage
Max. Time Interval Allowed
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 inches 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.
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 higher than, the adjacent pavement surface.
Reuse removed material as specified in 202.03.03.C.1.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 55 of 99
B.
HMA Longitudinal Joint Repair. Arrange a project site meeting with the RE to establish the limits of HMA
longitudinal repair areas. 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.
Mill 2 feet wide, unless directed otherwise by the RE, centered over the HMA longitudinal joint, rumble strip,
longitudinal distress areas or any combination of the three, as shown on the Plans and as directed by the RE. Mill to
a minimum 2 inches in depth, or as required to remove the damaged pavement. For distress areas wider than 4 feet,
the RE may direct the use of HMA pavement repair as specified in 401.03.03.A.
Clean the milled area as specified in 401.03.01.A. Obtain RE approval of the repair area before proceeding with the
repair.
Apply polymerized joint adhesive to the vertical surfaces of the repair area as specified in 401.03.04. Apply tack
coat as specified in 401.03.05 at an application rate of 0.15 gallons per square yard to the bottom surface of the repair
area. Obtain RE approval of the repair area before proceeding with the repair. Spread and grade Hot Mix Asphalt
9.5M64 Surface Course in the repair area as specified in 401.03.07.E. Ensure that the temperature of the HMA when
placed and compacted is at least 250 ºF. Compact as specified in 401.03.07.F, ensuring that the top of the compacted
HMA is flush with, or not greater than 1/8 inch higher than, the adjacent pavement surface.
Reuse removed material as specified in 202.03.03.C.1.
401.03.07 HMA Courses
A.
Paving Plan.
PART (4) IS CHANGED TO:
4.
Lighting plan for night operations as specified in 108.06.
C. Test Strip
REPLACE THE FIRST PARAGRAPH OF THIS SECTION WITH THE FOLLOWING:
Test Strip. Construct a test strip for each HMA mix for contracts with more than a total of 5,500 tons of HMA. For HMA
HIGH RAP, construct the test strip at least 14 days prior to production. Test strips are not necessary for temporary
pavement. Ensure that the tack coat or prime coat has been placed as specified in 401.03.05 and 401.03.06, before placing
HMA. Transport and deliver, spread and grade, and compact as specified in 401.03.07.D, 401.03.07.E, and 401.03.07.F,
respectively, and according to the approved paving plan. Construct a test strip for the first 700 to 1,200 square yards
placed for each job mix formula. If the paving lot area is less than 700 square yards, the District Local Aid Office may
waive the coring requirements. While constructing the test strip, record the following information and submit to the
RE:
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.
E.
Spreading and Grading.
G.
Opening to Traffic.
THE FOLLOWING IS ADDED AFTER THE LAST PARAGRAPH:
Ensure that RPMs are installed and rumble strips are constructed within 14 days of opening each day’s surface paving
to traffic.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 56 of 99
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 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 negative 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).
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 57 of 99
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 (%)
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:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 58 of 99
4.
For N = 5 if R > 0.642, the value is judged to be statistically significant and the core is
excluded.
For N = 10 if R > 0.412, the value is judged to be statistically significant and the core is excluded.
If an outlier is detected for N = 5 and no retest is warranted, the Contractor may replace that core by taking an
additional core at the same offset and within 5 feet of the original station. If an outlier is detected and a retest
is justified, take a replacement core for the outlier at the same time as the 5 additional retest cores are taken.
If the outlier replacement core is not taken within 15 days, the Laboratory will use the initial core results to
determine reduction per lot.
If an outlier is detected for N = 10, the Contractor may replace that core by taking an additional core at the same
offset and within 5 feet of the original station. If the outlier replacement core is not taken within 15 days, the
Laboratory will use the initial core results to determine the reduction per lot.
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
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.
DELETE THIS SUBSECTION AND REPLACE THIS SUBSECTION’S CONTENTS WITH THE FOLLOWING:
Thickness requirements will apply when full-depth, uniform-thickness HMA pavement construction is shown.
Pavement lots are defined as approximately 15,000 square yards of pavement area. The Engineer will not include areas
consisting of different HMA mixtures or thicknesses in the same lot. If thickness lot area is less than 5000 square yards,
the District Local Aid Office may waive the thickness 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
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 59 of 99
Technologists of New Jersey as an Asphalt Plant Technologist, Level 2.
The Laboratory will test for thickness using the full-depth cores taken for surface course air voids, evaluated according
to NJDOT B-4. The Laboratory will base acceptance on total thickness and thickness of the surface course.
1.
Total Thickness. The Laboratory will calculate the percent defective (PD) as the percentage of the lot that is
less than the design thickness. The Laboratory will consider 25 percent defective as the acceptable quality limit.
For lots where PD < 25, the Department will award a positive pay adjustment. For lots where PD > 25, the
Department will assess a negative pay adjustment.
The Department will base total thickness acceptance on the percentage of the lot estimated to fall below the
specified thickness as follows
a. Sample Mean (X̅ ) and Standard Deviation (S) of the N Test Results (X1, X2,..., XN). Calculate as specified in
401.03.07.H.1.
b. Quality Index (QI)
Where Tdes = design thickness.
c.
Percent Defective (PD). Using NJDOT ST for the appropriate sample size, determine the percentage of
material (PD) falling below the design thickness associated with QL (lower limit).
d. Reduction in Payment. The Department will determine the reduction in payment based on the quantity of the
surface course multiplied by the percent reduction in payment from Table 401.03.07-5.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 60 of 99
e.
Retest. If the initial series of 5 cores produces a percent defective value of PD ≥ 30, the Contractor may elect
to take an additional set of 5 cores at random locations chosen by the RE. Notify the RE within 15 days of
receipt of the initial core results to take the additional cores. If the RE is not notified within the 15 days, the
Laboratory will use the initial core results to determine the reduction in payment for nonconformance
requirements. If the additional cores are taken, the ME will recalculate the reduction in payment for
nonconformance requirements using the combined results from the 10 cores.
f.
Removal and Replacement. If the lot PD 45, remove and replace, or mill and overlay, the lot. The
replacement work is subject to the same requirements as the initial work.
2.
Surface Course Thickness. The Laboratory will evaluate the surface course solely to determine whether a
remove- and-replace or an overlay condition exists, not for pay adjustment. The Laboratory will
calculate the percent defective (PD) as the percentage of the lot that is less than the allowable thickness
for the nominal maximum aggregate used in the surface course. The Laboratory will accept pavement
lots with PD 30 and will reject pavement lots with PD > 30.
The Laboratory will base surface thickness acceptance on the percentage of the lot estimated to fall below
the allowable thickness as follows:
a.
Sample Mean ( X ) and Standard Deviation (S) of the N Test Results (X1, X2,..., XN). Calculate
using the formula as specified in 401.03.03.I.1.
b.
Quality Index (Q).
QL = (X – Tall)/S, where Tall is the minimum allowable thickness from Table 401.03.07-6.
c.
Percent Defective. Using NJDOT ST - Statistical Tables (NJDOT Standard Specs for Roads and
Bridges 2019-NJDOT TEST METHODS) for the appropriate sample size, determine the percentage
of material (PD) falling below the allowable thickness associated with QL (lower limit).
d.
Retest. If the initial series of 5 cores produces a percent defective value of PD > 30, the Contractor may
take an additional 5 cores at random locations determined by the Laboratory. Notify the RE within 15
days of receipt of the initial core results to take the additional cores. If the RE is not notified within the
15 days, the Laboratory will use the initial core results to determine the PPA. When the additional cores
are taken, the Laboratory will recalculate the reduction in payment for nonconformance requirements
using the combined results from the 10 cores to obtain the total PD.
e.
Removal and Replacement. If the surface course fails to meet the acceptance requirement with a PD
≤ 45, the Department will require removal and replacement of the lot. The replacement work is
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 61 of 99
subject to the same requirements as the initial work.
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 length. 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 calculate 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 equation (PAE) type PA4 as specified in Table 401.03.07-7.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 62 of 99
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
A = 1267.2 M
9 + PD
150
𝑃𝐴𝐸=
A
−37.75347 × log𝑒(𝑇) + 194.87 −
A
−37.75347 × log𝑒(𝐼𝑅𝐼) + 194.87
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 63 of 99
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:
Design thickness of last lift to be evaluated (D) = D1N1 + D2N2 + ⋯DNNN
N1 + N2 + N3 + ⋯NN
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.
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 IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 64 of 99
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:
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
Target IRI of a roadway consists of N Roadway type (T) = T1L1 + T2L2 + ⋯… TNLN
L1+L2+L3+ … . LN
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 65 of 99
*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 evaluate 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 in 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.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 66 of 99
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.
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
HMA MILLING, 3" OR LESS
SQUARE YARD
HMA MILLING, MORE THAN 3" TO 6"
SQUARE YARD
HOT MIX ASPHALT PAVEMENT REPAIR
SQUARE YARD
HOT MIX ASPHALT 9.5M-64 SURFACE COURSE, 2” THICK
TON
HOT MIX ASPHALT 19M-64 BASE COURSE, 5” THICK
TON
The specified depth of the milling is measured from the original surface to the top of the high spots of the textured
surface.
The RE will measure HOT MIX ASPHALT 9.5M-64 SURFACE COURSE and HOT MIX ASPHALT 25M-64 BASE
COURSE by the ton as indicated on the certified weigh tickets, excluding unused material. When nominal maximum
aggregate size 3/8 inch HMA surface course is directed for use in transition (run out) areas, the Department will include
this weight with the weight for HOT MIX ASPHALT 9.5M-64 SURFACE COURSE.
The price of SWEEPING & TACK COAT shall be included in the price per ton of HOT MIX ASPHALT 9.5M-64
SURFACE COURSE.
The price of SAWCUTTING OF PAVEMENT shall be included in the price per square yard of HMA MILLING, 2”.
All cost for any lighting and other miscellaneous items required for night construction shall be included in the price per
ton of HOT MIX ASPHALT 9.5M-64 SURFACE COURSE.
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 (%)
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 67 of 99
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 IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 68 of 99
DIVISION 600 – MISCELLANEOUS CONSTRUCTION
SECTION 601 PIPE
601.02 MATERIALS
THE FOLLOWING MATERIAL IS ADDED:
Polypropylene (PP) Pipe ................................................................................................................................ 909.02.02
601.03.01 Pipe
B.
Excavating.
THE FIFTH PARAGRAPH IN PART B 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) pipe. Backfill the undercut with Class C bedding.
D.
Installing Pipe
THE FIRST PARAGRAPH IN PART D IS CHANGED TO:
Before the installation of HDPE and polypropylene (PP) pipe and as directed by the RE, provide a technical
representative from the pipe manufacturer on the work site for the first day of pipe installation to ensure proper
installation procedures.
THE LAST PARAGRAPH IN PART D IS CHANGED TO:
When using heavy construction equipment (100 kips axle load) over, or within 10 feet of HDPE and polypropylene
(PP) pipe or corrugated aluminum alloy pipe, place the manufacturer recommended temporary compacted cover over
the top of the pipe. Ensure that the temporary cover is free from stones larger than 1 inch.
E.
Joining Pipe.
THE LAST PARAGRAPH IN PART E IS CHANGED TO:
Do not use split couplings to join field-cut HDPE and polypropylene (PP) pipe unless approved by the RE. Ensure
that joints are bell and spigot type, or bell and spigot type with a gasket, according to ASTM F 477, to provide a silt-
tight seal. Construct pipe connections according to the manufacturer’s recommendations for assembly of joint
components, lubrications, and making of joints. Ensure that the pipe fittings are free of inclusions and visible defects.
Cut the ends of the pipe squarely so as not to adversely affect joining.
F
Backfilling.
THE FIRST PARAGRAPH IN PART F IS CHANGED TO:
When using corrugated aluminum pipe, backfill from the bottom of the trench to 2 feet above the top of the pipe with
Class C bedding. When using HDPE and polypropylene (PP) pipe, backfill from the bottom of the trench to 1 foot
above the top of the pipe with Class C bedding. When using pipe other than corrugated aluminum, HDPE or
polypropylene (PP) pipe, backfill from the bottom of the trench to 2 feet above the top of the pipe with suitable
excavated material free from stones and rock larger than 2 inches in any dimension. For distances 2 feet above the
top of the pipe, backfill using suitable excavated material.
601.03.03 End Section
THE SECOND PARAGRAPH IS CHANGED TO:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 69 of 99
Use end sections of the same material as the adjoining pipe or pipe arch, except use concrete end sections for HDPE and
polypropylene (PP) 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.
601.03.06 Video Inspection of Pipe
THE SECOND PARAGRAPH IS CHANGED TO:
Perform the video inspection in dry pipe conditions to ensure viewing of the entire pipe circumference. Ensure that a
visual numerical registration of the distance the video camera is traveling from the starting point to the ending point within
the pipe drainage structure is recorded on the digital footage at all times. Also, ensure that the name of the pipe run and
the name of the structure is recorded on the digital footage at all times. Stop the video camera at all joints, lateral
connections, breaks, and irregularities to ensure full view at these locations. Ensure that the video provides clear, sharply
focused pictures. The Department will not accept blurred or out of focus footage. Submit color digital footage of the
inspection to the RE to become the property of the Department. Number the files sequentially and provide a corresponding
index for all videos, listing the location, date, size and type of pipe, cross or longitudinal drains, berm, slope, and similar
identifying information.
601.03.07 Deflection Inspection of HDPE Pipe
THE SUBPART HEADING IS CHANGED TO:
601.03.07 Deflection Inspection of HDPE Pipe and Polypropylene (PP) Pipe
THE FIRST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
Test approximately 25 percent of the length of HDPE and polypropylene (PP) pipe for deflection no sooner than 30 days
after installation.
601.04 Measurement and Payment
REPLACE THIS SUBSECTION WITH THE FOLLOWING:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
12” HIGH DENSITY POLYETHYLENE PIPE
LINEAR FOOT
15” HIGH DENSITY POLYETHYLENE PIPE
LINEAR FOOT
18” HIGH DENSITY POLYETHYLENE PIPE
LINEAR FOOT
When the RE directs undercutting of unstable material in a pipe trench, the Department will make payment for the
additional excavation. The Department will also make payment, for the additional bedding if there is not an excess of
excavation available.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 70 of 99
SECTION 609 – BEAM GUIDE RAIL
609.03.01 Beam Guide Rail
THE FOLLOWING IS ADDED AT THE END OF THE SUBSECTION:
Remove trees and shrubs as specified in 801.03 and 802.03 from the entire guide rail element extending 4 feet behind the
guide rail post.
THE FOLLOWING IS ADDED:
After completing guide rail installation, provide to the RE, coordinates in the New Jersey State Plane Coordinate System,
based on the latest realization of the North American Datum of 1981, currently NAD83 (2011) with units of measure in
US Survey feet (EPSG Code-3424). Provide coordinates every 50 feet along the face of the as-built guide rail including
at both ends to the accuracy of 3 feet (submeter) or better. For guide rail runs of 100 feet or less provide coordinates at
the beginning, midpoint or point of flares, and end of the run. For guide rail runs of 1000 feet or more provide coordinates
every 100 feet. Ensure coordinates are collected at every location of change in horizontal and vertical geometry.
Provide the following digital photos tied to the coordinate location where each photo was taken:
1.
At least one digital photo of guide rail viewing the rail splice and at least one post.
2.
Three photos at each end of the guide rail. Ensure photos of guide rail ends are taken at 3 view angles to present
perspective view (front, back and side) of the end terminal, crash cushion, or connection with parapet, barrier,
or abutment.
Submit coordinate data in excel format compatible with the Department’s version, and digital photos, electronically to the
RE on forms provided by the Department after the guide rail installations have been constructed and accepted.
The Department will measure and make payment for Items as follows:
601.04 Measurement and Payment
REPLACE THIS SUBSECTION WITH THE FOLLOWING:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
TANGENT GUIDE RAIL TERMINAL
UNIT
REMOVAL OF BEAM GUIDE RAIL
UNIT
SECTION 610 – TRAFFIC STRIPES, TRAFFIC MARKINGS, AND RUMBLE STRIPS
THE SUBPART IS CHANGED TO:
The Department will measure and make payment for Items as follows:
Item
Pay Unit
TRAFFIC MARKINGS LINES, 4"
LINEAR FOOT
TRAFFIC MARKINGS LINES, 24"
LINEAR FOOT
The Department will measure TRAFFIC STRIPES and TRAFFIC MARKINGS LINES by the linear foot for each
specified width of stripe. The Department will not measure gaps in striping.
The Department will measure rumble strip by the linear foot measured in the longitudinal direction of the rumble strip
without deducting the interval spacing between rumble strips and the gaps for RPM placement and make payment under
the Item RUMBLE STRIP.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 71 of 99
The Department will not include payment for traffic stripes in RUMBLE STRIP. The Department will make payment for
traffic stripes placed in conjunction with constructing a centerline rumble strip under TRAFFIC STRIPES as specified in
610.04.
The Department will not measure the gaps such as WIM locations in the Rumble Strip.
SECTION 611 – CRASH CUSHIONS
611.03.02 Crash Cushion, Compressive Barrier
THE SUBPART IS CHANGED TO:
At least 10 days before beginning the work, submit the manufacturer’s installation guide to the RE. Install compressive
crash cushions including transitions according to the manufacturer’s recommendations and as shown on the Plans. Install
permanent compressive crash cushions on a concrete pad foundation according to the manufacturer’s recommendation.
Submit working drawings for the concrete pad foundation for each location
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:
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
THE FOLLOWING ITEM IS CHANGED TO:
Item
Pay Unit
GUIDE SIGN, TYPE GA, STEEL “U” OR SQUARE TUBE POST SUPPORTS
SQUARE FOOT
SECTION 613 – WATERPROOFING MEMBRANE
613.01 WATERPROOFING
THE FOLLOWING IS ADDED:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 72 of 99
Work shall include the installation of a waterproofing membrane (non-woven fabric reinforcement coated on both sides
with a rubberized asphalt adhesive) and an elastomeric protective layer over the precast concrete culvert prior to the
placement of fill/asphalt.
Waterproofing concrete culvert/frame shall consist of installing a waterproofing membrane to the limits shown on the
plans conforming to the requirements specified.
613.01.01 Delivery, Storage and Handling
THE FOLLOWING IS ADDED:
Components of the system shall be delivered to the site in the manufacturer’s packaging, clearly identified with the product
type and batch number. Provide the applicator with a storage area for components. The area shall be cool, dry, out of
direct sunlight, and in accordance with the manufacturer’s recommendations and relevant health and safety regulations.
613.01.02 Construction Procedures
THE FOLLOWING IS ADDED:
Requirements for cleaning and surface preparation of concrete for receiving waterproofing membrane will be in accordance
with the manufacturer’s recommendations. Construction shall be carried out in strict conformance with the manufacturer’s
recommendations. The manufacturer’s recommendations for methods of surface preparation, priming, and installation of
the waterproofing membrane based on prevailing climate and job conditions shall be strictly adhered to.
613.01.03 Membrane Repairs
THE FOLLOWING IS ADDED:
If an area is left untreated or the membrane becomes damaged, then a patch repair shall be carried out to restore the integrity
of the system in accordance with the manufacturer’s recommendations. Areas damaged by the contractor’s operations or
improperly installed will be repaired at the contractor’s own expense.
613.02 MATERIALS
THE FOLLOWING IS ADDED:
Waterproofing Membrane shall consist of a primer, preformed membrane sheet and mastic. It shall be preformed and be
the following commercial product or an approved equal:
•
Primer as recommended by the manufacturer of the sheet membrane.
•
Protecto Wrap Company
Protecto Wrap Membrane No. M-400A(R)
-or-
Protecto Wrap Membrane No. M-400A (use if M-400A(R) is not available)
1955 South Cherokee Street
Denver, CO 80223
Telephone: (800 759-9727
•
Royston System
Royston 10A Easy Pave Membrane
-or-
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 73 of 99
Royston Membrane No. 10A (use if 10A Easy Pave is not available)
Pittsburgh, PA 15238
Telephone: (412) 828-1500
•
Mastic as recommended by the manufacturer of the sheet membrane.
613.03 MEASUREMENT AND PAYMENT
THE FOLLOWING ITEM IS ADDED:
Item
Pay Unit
WATERPROFING MEMBRANE
SQUARE YARD
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 74 of 99
DIVISION 650 – UTILITIES
SECTIONS 651 THROUGH 653 ARE NOT APPLICABLE TO THIS PROJECT AND HAVE
BEEN REMOVED.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 75 of 99
DIVISION 700 – ELECTRICAL
SECTIONS 701 THROUGH 704 ARE NOT APPLICABLE TO THIS PROJECT AND HAVE
BEEN REMOVED.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 76 of 99
DIVISION 800 – LANDSCAPING
SECTIONS 801 THROUGH 811 ARE NOT APPLICABLE TO THIS PROJECT AND HAVE
BEEN REMOVED .
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 77 of 99
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 IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 78 of 99
902.05 STONE MATRIX ASPHALT (SMA)
902.05.01 Composition of Mixture
THE FIFTH PARAGRAPH IS CHANGED TO:
For fine aggregate, use 100 percent manufactured stone sand conforming to 901.05.02. Ensure that the combined fine
aggregate of 100 percent manufactured stone sand in the mixture conforms to the requirements in Table 902.02.02-2.
902.05.02 Mix Design
TABLE 902.05.02-1 AND TABLE 902.05.02-2 ARE CHANGED TO:
Table 902.05.02-1 SMA Specification Band (% Passing) Nominal-Maximum Aggregate Size
Production
Control Tolerances from
JMF1
Sieve Size
19 mm
% Passing
12.5 mm
% Passing
9.5 mm
% Passing
0%
1"
100
100
100
3%
3/4"
90 – 100
100
100
5%
1/2"
50 – 88
90 – 100
100
5%
3/8"
25 – 60
50 – 80
70 – 95
6%
No. 4
20 – 28
20 – 35
30 – 50
3%
No. 8
16 – 24
16 – 24
20 – 30
4%
No. 16
–
–
0 – 21
3%
No. 30
–
–
0 – 18
3%
No. 50
–
–
0 – 15
2%
No. 200
7.0 – 11.0
7.0 – 11.0
7.0 – 12.0
–
Coarse Aggregate
Fraction
Portion Retained
on No. 4 Sieve
Portion retained
on No. 4 Sieve
Portion retained
on No. 8 Sieve
1.
Production tolerances are for the approved JMF and may not fall outside of the wide band gradation limits.
Table 902.05.02-2 SMA Mixtures Volumetrics for Design and Plant Production
Property
Production
Control Tolerances
Requirement
Air Voids
1%
3.5%
Voids in Mineral Aggregate (VMA)
–
17.0% minimum
VCAmix
–
Less than VCADRC
Draindown @ production temperature1
–
0.30% maximum
Asphalt Binder Content (AASHTO T 308)2
0.40%
6% minimum3
Tensile Strength Ratio (AASHTO T 283)
–
80% minimum
1.
For design, conduct draindown test at anticipated mixing temperature and 15°F higher. Ensure draindown test meets requirement
at both temperatures. For production, conduct draindown test at 15°F higher than anticipated mixing temperature.
2.
Asphalt binder content may not be lower than the minimum after the production tolerance is applied.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 79 of 99
3.
Aggregate blends with a Gsb value of 2.90 and higher may produce the mix with a minimum asphalt content of 5.8% with ME
approval.
902.05.03 Sampling and Testing
THE ENTIRE SUBSECTION IS CHANGED TO:
A.
General Acceptance Requirements. Ensure that the mix meets the requirements as specified in 902.02.04.A.
B.
Sampling. The ME will take a random sample from each 700 tons of production for volumetric acceptance testing
and to verify composition. The ME will perform sampling according to AASHTO T 168, NJDOT B-2, or ASTM D
3665. During production at the plant, a sample of asphalt binder will be taken once every 3,500 tons or as directed
by the ME.
C.
Quality Control Testing. Perform quality control testing as specified in 902.02.04.C.
For each acceptance test, perform testing for draindown according to AASHTO T 305 at 15°F above the mixing
temperature.
Perform bulk specific gravity of coarse aggregates (GCA) and dry-rodded voids in coarse aggregate VCADRC testing
according to AASHTO R 46 by sampling and drying aggregates according to AASHTO R 90 and AASHTO T 255,
respectively. The ME shall ensure that the GCA and VCADRC of the aggregate blend has been determined within 7
days of the start of production. Stop production and conduct VCADRC test immediately when there are major changes
to aggregate blend percentages. When performing the VCADRC test during production, use the GCA value that was
determined prior to production. The ME may request additional VCADRC tests to be conducted with or without
requiring a new GCA test to be performed at any time.
D.
Acceptance Testing and Requirements. The ME will determine volumetric properties at 75 gyrations for
acceptance from samples taken, compacted, and tested at the HMA plant according to AASHTO T 312. The ME
will determine bulk specific gravity of the compacted sample according to AASHTO T 166. The ME will use the
QC maximum specific gravity test result in calculating the volumetric properties of the SMA. The ME will determine
VCAmix according to AASHTO R 46.
If the acceptance sample is outside of the control tolerances for the No. 4 sieve in Table 902.05.02-1 or VCAmix is
greater than VCADRC, immediately take a quality control sample for testing. If the quality control sample is outside
of the control tolerances for the No. 4 sieve in Table 902.05.02-1 or VCAmix is greater than VCADRC, immediately
stop production and shipping.
If the test results other than the No. 4 sieve or VCADRC are outside of the production control tolerances specified in
Table 902.05.02-1 or Table 902.05.02-2 for an acceptance sample, immediately run a quality control sample. If the
quality control sample is also outside of the control tolerances in Table 902.05.02-1 or Table 902.05.02-2, determine
if a plant adjustment is needed and take corrective action to bring the mix into compliance. Take an additional quality
control sample immediately after completing the corrective action to ensure that the mix is within tolerances. If the
mix is within tolerance based on the quality control sample results, then the ME will immediately take an acceptance
sample to test and verify that the composition, air voids, draindown, VCAmix, and VMA meet the production control
tolerances specified in Table 902.05.02-1 and Table 902.05.02-2. If 2 consecutive acceptance or quality control
samples are outside the tolerances specified in Table 902.05.02-1 or Table 902.05.02-2, immediately stop production
and shipping.
After a production stop, obtain ME approval of a plant correction plan before resuming production. Upon restarting
production, do not transport mixture to the Project Limits before the results of a quality control sample from the mixture
indicate that the mixture meets JMF tolerances and ME approval.
902.06.01 Composition
THE SECOND PARAGRAPH IS CHANGED TO:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 80 of 99
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.
902.09 MICRO SURFACING
902.09.03 Sampling and Testing
TABLE 902.09.03-1 IS CHANGED TO:
Table 902.09.03-1 Gradation Requirements for Aggregate and Mineral Filler
Sieve Size
Type II Percent Passing
Type III Percent Passing
Stockpile Tolerances
from JMF1
3/8″
100
100
–
No. 4
90 – 100
70 – 90
±4%
No. 8
65 – 90
45 – 70
±5%
No. 16
45 – 70
28 – 50
±4%
No. 30
30 – 50
19 – 34
±3%
No. 50
18 – 30
12 – 25
±3%
No. 100
10 – 21
7 – 18
±2%
No. 200
5 – 15
5 – 15
±2%
1.
Stockpile tolerances are for the approved JMF and may not fall outside of the wide band gradation limits.
902.10 SLURRY SEAL
902.10.03 Sampling and Testing
TABLE 902.10.03-1 IS CHANGED TO:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 81 of 99
Table 902.10.03-1 Gradation Requirements for Aggregate and Mineral Filler
Sieve Size
Type I Percent Passing
Type II Percent Passing
Type III Percent Passing
Stockpile Tolerances
from JMF1
3/8″
100
100
100
–
No. 4
100
90 – 100
70 – 90
±5%
No. 8
90 – 100
65 – 90
45 – 70
±5%
No. 16
65 – 90
45 – 70
28 – 50
±5%
No. 30
40 – 65
30 – 50
19 – 34
±5%
No. 50
25 – 42
18 – 30
12 – 25
±3%
No. 100
15 – 30
10 – 21
7 – 18
±3%
No. 200
10 – 20
5 – 15
5 – 15
±2%
1.
Stockpile tolerances are for the approved JMF and may not fall outside of the wide band gradation limits.
902.13 HOT MIX ASPHALT HIGH RAP
902.13.01 Mix Designations
The requirements for specific HMA mixtures with required minimum amounts of RAP are identified by the abbreviated
fields in the Item description as defined as follows:
HOT MIX ASPHALT 12.5ME SURFACE COURSE HIGH RAP
1.
“HOT MIX ASPHALT” “Hot Mix Asphalt” is located in the first field in the Item description for the purpose
of identifying the mixture requirements.
2.
“12.5” The second field in the Item description designates the nominal maximum size aggregate (in
millimeters) for the job mix formula (sizes are 4.75, 9.5, 12.5, 19, 25, and 37.5 mm).
3.
“M” The third field in the Item description designates the design compaction level for the job mix formula
based on traffic forecasts as listed in Table 902.02.03-2 (levels are L=low and M=medium).
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.
5.
“SURFACE COURSE” The last field in the Item description designates the intended use and location within
the pavement structure (options are surface, intermediate, or base course).
6.
“HIGH RAP” This additional field designates that there will be a minimum percentage of RAP required for
the mixture in 902.13.02.
902.13.02 Composition of Mixture
Provide materials as specified:
Aggregates for Hot Mix Asphalt ......................................................................................................................... 901.05
Use a virgin asphalt binder that will result in a mix that meets the performance requirements specified in
Table 902.13.03-2. Ensure that the virgin asphalt binder meets the requirements of 902.01.01 except the performance
grade. Use a performance grade of asphalt binder as determined by the mix design and mix performance testing. Submit
a certificate of analysis (COA) showing the PG continuous grading (AASHTO R 29) for the asphalt binder used in the mix
design.
For quality assurance testing of the asphalt binder, the ME may sample the asphalt binder during production of the mix
and compare the results with the COA submitted during test strip approval. To analyze the binder the ME will test the
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 82 of 99
binder at the nearest standard PG temperature then compare the results with the COA. If the high (G*/ sin δ) and low
(stiffness and m value) temperature passing test results are within 5 percent of the results from the passing temperature on
the COA, then the ME will consider the asphalt binder comparable to the binder used during the test strip.
Mix HMA HIGH RAP in a plant that is listed on the QPL for HMA Plants and conforms to the requirements for HMA
Plants as specified in 1009.01.
Composition of the mixture for HMA HIGH RAP surface course is coarse aggregate, fine aggregate, asphalt binder, and
greater than 15 percent Reclaimed Asphalt Pavement (RAP), and may also include mineral filler, asphalt rejuvenator, and
Warm Mix Asphalt (WMA) additives or processes as specified in 902.01.04. When WMA is used it must meet the
requirements as specified in 902.10. Ensure that the finished mix does not contain more than a total of 1 percent by weight
contamination from Crushed Recycled Container Glass (CRCG).
The composition of the mixture for HMA HIGH RAP base or intermediate course is coarse aggregate, fine aggregate,
asphalt binder, and greater than 25 percent Reclaimed Asphalt Pavement (RAP), and may also include mineral filler, up
to 10 percent of additional recycled materials, asphalt rejuvenator, and Warm Mix Asphalt (WMA) additives or processes
as specified in 902.01.04. When WMA is used it must meet the requirements as specified in 902.10. The recycled materials
may consist of a combination of RAP, CRCG, Ground Bituminous Shingle Material (GBSM), and RPCSA, with the
following individual limits:
Table 902.13.02-1 Use of Recycled Materials in Base or Intermediate Course
Recycled Material
Minimum Percentage
Maximum Percentage
RAP
Greater than 25
–
CRCG
–
10
GBSM
–
5
RPCSA
–
20
Combine the aggregates to ensure that the resulting mixture meets the grading requirements specified in
Table 902.02.03-1. In determining the percentage of aggregates of the various sizes necessary to meet gradation
requirements, exclude the asphalt binder.
Ensure that the combined coarse aggregate, when tested according to ASTM D 4791, has less than 10 percent flat and
elongated pieces retained on the No. 4 sieve and larger. Measure aggregate using the ratio of 5:1, comparing the length
(longest dimension) to the thickness (smallest dimension) of the aggregate particles.
Ensure that the combined fine aggregate in the mixture conforms to the requirements specified in Table 902.02.02-2.
Ensure that the material passing the No. 40 sieve is non-plastic when tested according to AASHTO T 90.
902.13.03 Mix Design
At least 45 days before initial production, submit a job mix formula for the HMA HIGH RAP on forms supplied by the
Department, to include a statement naming the source of each component and a report showing that the results meet the
criteria specified in Table 902.02.03-1 and Table 902.13.03-1.
Include in the mix design the following based on the weight of the total mixture:
1.
Percentage of RAP or GBSM.
2.
Percentage of asphalt binder in the RAP or GBSM.
3.
Percentage of new asphalt binder.
4.
Total percentage of asphalt binder.
5.
Percentage of each type of virgin aggregate.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 83 of 99
Table 902.13.03-1 HMA HIGH RAP Requirements for Design
Compaction
Levels
Required Density
(% of Theoretical Max.
Specific Gravity)
Voids in Mineral Aggregate (VMA)2,
% (minimum)
Voids Filled
With Asphalt
(VFA) %
Dust-to-Binder
Ratio
Nominal Max. Aggregate Size, mm
@Ndes1
@Nmax
25.0
19.0
12.5
9.5
4.75
L
96.0
≤ 98.0
13.0
14.0
15.0
16.0
17.0
70 – 85
0.6 – 1.2
M
96.0
≤ 98.0
13.0
14.0
15.0
16.0
17.0
65 – 85
0.6 – 1.2
1.
As determined from the values for the maximum specific gravity of the mix and the bulk specific gravity of the compacted mixture.
Maximum specific gravity of the mix is determined according to AASHTO T 209. Bulk specific gravity of the compacted mixture
is determined according to AASHTO T 166. For verification, specimens must be between 95.0 and 97.0 percent of maximum
specific gravity at Ndes.
2.
For calculation of VMA, use bulk specific gravity of the combined aggregate include aggregate extracted from the RAP.
The job mix formula for the HMA HIGH RAP mixture establishes the percentage of dry weight of aggregate, including
the aggregate from the RAP, passing each required sieve size and an optimum percentage of asphalt binder based upon the
weight of the total mix. Determine the optimum percentage of asphalt binder according to AASHTO R 35 and M 323 with
an Ndes as required in Table 902.02.03-2. Before maximum specific gravity testing or compaction of specimens, condition
the mix for 2 hours according to the requirements for conditioning for volumetric mix design in AASHTO R 30, Section
7.1. If the absorption of the combined aggregate is more than 1.5 percent according to AASHTO T 84 and T 85, ensure
that the mix is short term conditioned for 4 hours according to AASHTO R 30, Section 7.2 prior to compaction of
specimens (AASHTO T 312) and determination of maximum specific gravity (AASHTO T 209). Ensure that the job mix
formula is within the master range specified in Table 902.02.03-1.
Ensure that the job mix formula provides a mixture that meets a minimum tensile strength ratio (TSR) of 80 percent when
prepared according to AASHTO T 312 and tested according to AASHTO T 283. Submit the TSR results with the mix
design.
Determine the correction factor of the mix including the RAP by using extracted aggregate from the RAP in the proposed
proportions when testing is done to determine the correction factor as specified in AASHTO T 308. Use extracted
aggregate from the RAP in determining the bulk specific gravity of the aggregate blend for the mix design.
For each mix design, submit with the mix design forms 3 gyratory specimens and 1 loose sample corresponding to the
composition of the JMF. Ensure that the samples include the percentage of RAP that is being proposed for the mix. The
ME will use these to verify the properties of the JMF. Compact the specimens to the design number of gyrations (Ndes).
For the mix design to be acceptable, all gyratory specimens must comply with the requirements specified in
Table 902.02.03-1 and Table 902.13.03-1. The ME reserves the right to be present at the time the gyratory specimens are
molded.
In addition, submit 11 gyratory specimens and two 5 gallon buckets of loose mix to the ME. The ME will use these
additional gyratory samples for performance testing of the HMA HIGH RAP mix. The ME reserves the right to be present
at the time of molding the gyratory specimens. Ensure that the additional gyratory specimens are compacted according to
AASHTO T 312. Compact 6 of the specimens to 77 millimeter height, and have an air void content of 6.5 ± 0.5 percent.
The ME will test 6 specimens using an Asphalt Pavement Analyzer (APA) according to AASHTO T 340 at 64 °C,
100 pound per square inch hose pressure, and 100 pound wheel load. Compact the other 5 specimens to 115 millimeter
height. These 5 specimens will be cut, from the middle of each 115 millimeter height specimen, to 38 millimeter height
test specimens. The air void content of the 5 cut specimen will be determined to ensure compliance with the target air void
content of 6.5 ± 0.5 percent. The ME will use the five 38 millimeter height specimens to test using an Overlay Tester
(NJDOT B-10) at 25 °C and a joint opening of 0.025 inch. The ME will eliminate the high and low Overlay test results
then average and report the middle 3 test results. The ME will ensure that all submitted specimens are within the target
air void content as tested at the Materials’ Central Lab.
The ME will approve the JMF if the results meet the criteria in Table 902.13.03-2.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 84 of 99
Table 902.13.03-2 Performance Testing Requirements for HMA HIGH RAP Design
Test
Requirement
Surface Course
Intermediate and Base Course
PG 64S-22
PG 64E-22
PG 64S-22
PG 64E-22
APA @ 8,000 loading cycles
(AASHTO T 340)
≤ 7 mm
≤ 4 mm
≤ 7 mm
≤ 4 mm
Overlay Tester
(NJDOT B-10)
≥ 200 cycles
≥ 275 cycles
≥ 100 cycles
≥ 150 cycles
If the JMF does not meet the APA and Overlay Tester criteria, redesign the HMA HIGH RAP mix and submit for retesting.
The JMF for the HMA HIGH RAP mixture is in effect until modification is approved by the ME.
When unsatisfactory results for any specified characteristic of the work make it necessary, the Contractor may establish a
new JMF for approval. In such instances, if corrective action is not taken, the ME may require an appropriate adjustment
to the JMF.
Should a change in sources be made or any changes in the properties of materials occur, the ME will require that a new
JMF be established and approved before production can continue.
902.13.04 Sampling and Testing
A.
General Acceptance Requirements. The RE or ME may reject and require disposal of any batch or shipment that
is rendered unfit for its intended use due to contamination, segregation, improper temperature, lumps of cold material,
or incomplete coating of the aggregate. For other than improper temperature, visual inspection of the material by the
RE or ME is considered sufficient grounds for such rejection.
Ensure that the temperature of the mix at discharge from the plant or storage silo meets the recommendation of the
supplier of the asphalt binder, supplier of the asphalt modifier, and WMA manufacturer. For HMA, do not allow the
mixture temperature to exceed 330 °F at discharge from the plant. For WMA, do not allow the mixture temperature
to exceed 300 °F at discharge from the plant.
Combine and mix the aggregates and asphalt binder to ensure that at least 95 percent of the coarse aggregate particles
are entirely coated with asphalt binder as determined according to AASHTO T 195. If the ME determines that there
is an ongoing problem with coating, the ME may obtain random samples from 5 trucks and will determine the
adequacy of the mixing on the average of particle counts made on these 5 test portions. If the requirement for
95 percent coating is not met on each sample, modify plant operations, as necessary, to obtain the required degree of
coating.
B.
Sampling. The Laboratory, as defined in subsection 902.13.04.D, will take 5 stratified random samples of HMA
HIGH RAP for volumetric acceptance testing from each lot of approximately 3,500 tons of a mix. When a lot of
HMA HIGH RAP is less than 3,500 tons, the Laboratory will take samples at random for each mix at the rate of one
sample for each 700 tons. The Laboratory will perform sampling according to AASHTO T 168, NJDOT B-2, or
ASTM D 3665. During production at the plant, a sample of asphalt binder will be taken once every 3,500 tons or as
directed by the Laboratory.
Use a portion of the samples taken for volumetric acceptance testing for composition testing.
C.
Quality Control Testing. The HMA HIGH RAP producer shall provide a quality control (QC) technician who is
certified by the Society of Asphalt Technologists of New Jersey as an Asphalt Technologist, Level 2. The QC
technician may substitute equivalent technician certification by the Mid-Atlantic Region Technician Certification
Program (MARTCP). Ensure that the QC technician is present during periods of mix production for the sole purpose
of quality control testing. The RE will not perform the quality control testing or other routine test functions in the
absence of, or instead of, the QC technician.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 85 of 99
The QC technician shall perform sampling and testing according to the approved quality control plan, to keep the
mix within the limits specified for the mix being produced. The QC technician may use acceptance test results or
perform additional testing as necessary to control the mix.
To determine the composition, perform ignition oven testing according to AASHTO T 308.
For each acceptance test, perform maximum specific gravity testing according to AASHTO T 209. Sample and test
coarse aggregate, fine aggregate, mineral filler, and RAP according to the approved quality control plan for the plant.
Ensure that the supplier has in operation an ongoing daily quality control program to evaluate the RAP. As a
minimum, this program shall consist of the following:
1.
An evaluation performed to ensure that the material conforms to 901.05.04 and compares favorably with the
design submittal.
2.
An evaluation of the RAP material performed using a solvent or an ignition oven to qualitatively evaluate the
aggregate components to determine conformance to 901.05.
3.
Quality control reports as directed by the ME.
D.
Acceptance Testing and Requirements. The RE will designate an independent testing agency (Laboratory) to
perform the quality assurance sampling, testing and analysis. The Laboratory Technician (QC 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 volumetric properties at Ndes for acceptance
from samples taken, compacted, and tested at the HMA plant. The Laboratory Technician will compact HMA HIGH
RAP to the number of design gyrations (Ndes) specified in Table 902.02.03-2, using equipment according to AASHTO
T 312. The Laboratory will determine bulk specific gravity of the compacted sample according to AASHTO T 166.
The ME will use the most current QC maximum specific gravity test result in calculating the volumetric properties
of the HMA HIGH RAP.
The Laboratory will determine the dust-to-binder ratio from the composition results as tested by the QC technician.
Ensure that the HMA HIGH RAP mixture conforms to the requirements specified in Table 902.13.04-1, and to the
gradation requirements in Table 902.02.03-1. If 2 samples in a lot fail to conform to the gradation or volumetric
requirements, immediately initiate corrective action.
The Laboratory will test a minimum of 1 sample per lot for moisture, basing moisture determinations on the weight
loss of an approximately 1,600 gram sample of mixture heated for 1 hour in an oven at 280 ± 5 °F. Ensure that the
moisture content of the mixture at discharge from the plant does not exceed 1.0 percent.
Table 902.13.04-1 HMA HIGH RAP Requirements for Control
Compaction
Levels
Required Density
(% of Theoretical Max.
Specific Gravity)
Voids in Mineral Aggregate (VMA),
% (minimum)
Dust-to-Binder
Ratio
Nominal Max. Aggregate Size, mm
@Ndes1
25.0
19.0
12.5
9.5
4.75
L, M
95.0 – 98.5
13.0
14.0
15.0
16.0
17.0
0.6 – 1.3
1.
As determined from the values for the maximum specific gravity of the mix and the bulk specific gravity of the compacted
mixture. Maximum specific gravity of the mix is determined according to AASHTO T 209. Bulk specific gravity of the
compacted mixture is determined according to AASHTO T 166.
E.
Performance Testing for HMA HIGH RAP.
Table 902.13.04-2 and Table 902.13.04-3
Provide 6 gyratory specimens that are compacted according to AASHTO T 312 and 2 boxes of loose mix. Compact all 6
specimens to 62 ± 1 millimeters in height and an air void content of 6.5 ± 0.5 percent. The Laboratory will ensure that all
specimens are within the target air void content. The Laboratory will test 3 specimens for High Temperature Indirect
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 86 of 99
Tensile Strength (HT-IDT) in accordance with ASTM D6931 and conditioned at 44 °C. The Laboratory will test the
remaining 3 specimens for IDEAL-CT Index in accordance with ASTM D8225 and conditioned at 25 °C.
Ensure that the first sample is taken during the construction of the test strip as specified in 406.03.01.C. Thereafter, sample
every lot. If the test strip is done within the Project Limits and the performance testing results are acceptable to the RE,
the results will be included into the first lot. A lot is defined as 1,400 tons.
If a sample does not meet the criteria for performance testing as specified in 902.08.03-1, the RE will assess a pay
adjustment as specified in Table 902.13.04-2 and Table 902.13.04-3 . The RE will calculate the pay adjustment by
multiplying the percent pay adjustment (PPA) by the quantity in the lot and the bid price for the HMA HIGH RAP item.
If High Temperature Indirect Tensile Strength is less than 20 and/or the IDEAL-CT Index is less than 200, the RE will
assess the maximum pay adjustment of PPA = -100 percent or may require removal and replacement. PPA for both High
Temperature Indirect Tensile Strength and IDEAL-CT are cumulative and may not exceed -100 percent in total. If samples
received are lower than the target air void range of 6.5 ± 0.5 percent, the RE will consider the samples untestable and
assess a PPA of -100 percent or may require removal and replacement of the lot. If the RE requires removal and
replacement, then the replacement work is subject to the same requirements as the initial work.
Table 902.13.04-2 Surface Course Performance Testing Pay Adjustments for HMA HIGH RAP
Surface Course
PPA
PG 64S-22
PG 64E-22
High Temperature
IDT (psi)
(ASTM D6931)
t ≥ 25
t ≥ 34
0
21 < t ≤ 25
25 < t ≤ 34
PG 64S-22: -(t-25)/0.08
PG 64E-22: -(t-34)/0.18
t < 21
t < 25
-100 or Remove & Replace
IDEAL-CT Index
(ASTM D8225)
t ≥ 130
t ≥ 150
0
130 > t ≥ 120
150 > t ≥ 130
Surface PG 64S-22: -(t-130)/0.2
Surface PG 64E-22: -(t-150)/0.4
t < 120
t < 130
-100 or Remove & Replace
Table 902.13.04-3 Intermediate and Base Course Performance Testing Pay Adjustments for HMA HIGH RAP
Intermediate and Base Course
PPA
PG 64S-22
PG 64E-22
High Temperature
IDT (psi)
(ASTM D6931)
t ≥ 25
t ≥ 34
0
21 < t ≤ 25
25 < t ≤ 34
PG 64S-22: -(t-25)/0.08
PG 64E-22: -(t-34)/0.18
t < 21
t < 25
-100 or Remove & Replace
IDEAL-CT Index
(ASTM D8225)
t ≥ 100
t ≥ 120
0
100 > t ≥ 91
120 > t ≥ 104
Intermediate PG 64S-22:
-(t-100)/0.18
Intermediate PG 64E-22:
-(t-120)/0.32
t < 91
t < 104
-100 or Remove & Replace
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 87 of 99
SECTION 903 – CONCRETE
903.01 CEMENT
THE ENTIRE SUBSECTION TEXT IS CHANGED TO:
Use cement, listed on the QPL, that is either portland cement or blended hydraulic cement and conforms to the following:
Portland Cement, Type I, II, and Type III ................................................................................................ ASTM C 150
Blended Hydraulic Cement, Type IS, IP, and IL ..................................................................................... ASTM C 595
Only use Type III portland cement for Class V concrete, prestressed Items, and precast Items.
Use portland cement pre-blended with a maximum of 25 percent fly ash, by weight, or a maximum of 5 percent silica fume
by weight, or with a maximum of 50 percent slag by weight for blended hydraulic cement Type IS or IP. Use portland
cement pre-blended with a minimum of 5 percent limestone content and a maximum of 15 percent limestone content by
weight for blended hydraulic cement Type IL. Ensure that a scaling test according to ASTM C 672 is completed on the
mix design if more than 30 percent slag is used and that the concrete has a visual rating less than 3 after 50 cycles.
Do not add additional mineral admixtures to blended hydraulic cements Type IS or IP at the concrete plant unless approved
by the ME. The use of additional mineral admixtures in blended hydraulic cement Type IL at the concrete plant is permitted
if the mineral admixture is listed on the QPL
Do not mix different brands of cement, the same brand of cement from different mills, or different types of cement.
Provide suitable means for storing and protecting the cement against dampness. The ME will reject cement that has
become partially set or that contains lumps of caked cement. Ensure that the temperature of the cement at the time of
delivery to the mixer does not exceed 160 °F.
903.03.05 Control and Acceptance Testing Requirements
E.
Acceptance Testing for Strength for Pay-Adjustment Items.
Concrete Items which are subject to pay adjustment and the base prices are as follows:
ITEMS
DESCRIPTION
UNIT
BASE PRICE
507021P
CONCRETE BRIDGE DECK
CY
$500.00
507036P
CONCRETE BRIDGE PARAPET
LF
$305.00
505039P
PRESTRESSED CONCRETE SLAB BEAM, (TYPE SII-36), 36" X 15"
LF
$125.00
505042P
PRESTRESSED CONCRETE SLAB BEAM, (TYPE SIII-36), 36" X 18"
LF
$130.00
505015P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BI-36), 36" X 27"
LF
$170.00
505045P
PRESTRESSED CONCRETE SLAB BEAM, (TYPE SIV-36), 36" X 21"
LF
$160.00
505018P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BII-36), 36" X 33"
LF
$170.00
505021P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BIII-36), 36" X 39"
LF
$175.00
505024P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BIV-36), 36" X 42"
LF
$185.00
505003P
PRETENSIONED PRESTRESSED CONCRETE BEAM, 45"
LF
$155.00
505006P
PRETENSIONED PRESTRESSED CONCRETE BEAM, 54"
LF
$155.00
505048P
PRESTRESSED CONCRETE SLAB BEAM, (TYPE SII-48), 48" X 15"
LF
$160.00
505051P
PRESTRESSED CONCRETE SLAB BEAM, (TYPE SIII-48), 48" X 18"
LF
$135.00
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 88 of 99
505009P
PRETENSIONED PRESTRESSED CONCRETE BEAM, 63"
LF
$185.00
505027P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BI-48), 48" X 27"
LF
$215.00
505054P
PRESTRESSED CONCRETE SLAB BEAM, (TYPE SIV-48), 48" X 21"
LF
$215.00
505030P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BII-48), 48" X 33"
LF
$185.00
505033P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BIII-48), 48" X 39"
LF
$220.00
505036P
PRESTRESSED CONCRETE BOX BEAM, (TYPE BIV-48), 48" X 42"
LF
$230.00
505012P
PRETENSIONED PRESTRESSED CONCRETE BEAM, 72"
LF
$200.00
502045M
CAST-IN-PLACE CONCRETE PILE, DRIVEN, 12" DIAMETER
LF
$50.00
502090M
PRECAST CONCRETE PILE, DRIVEN, 12" X 12"
LF
$90.00
502132M
PRESTRESSED CONCRETE PILE, DRIVEN, 12" X 12"
LF
$50.00
502135M
PRESTRESSED CONCRETE PILE, DRIVEN, 14" X 14"
LF
$50.00
502138M
PRESTRESSED CONCRETE PILE, DRIVEN, 16" X 16"
LF
$50.00
502141M
PRESTRESSED CONCRETE PILE, DRIVEN, 18" X 18"
LF
$50.00
502144M
PRESTRESSED CONCRETE PILE, DRIVEN, 20" X 20"
LF
$75.00
502147M
PRESTRESSED CONCRETE PILE, DRIVEN, 22" X 22"
LF
$75.00
502150M
PRESTRESSED CONCRETE PILE, DRIVEN, 24" X 24"
LF
$75.00
502151M
PRESTRESSED CONCRETE PILE, DRIVEN, 30" X 30"
LF
$75.00
502156M
PRESTRESSED CONCRETE PILE, DRIVEN, 54" DIAMETER
LF
$200.00
SECTION 909 – DRAINAGE
909.02.02 HDPE Pipe
THE SUBPART HEADING IS CHANGED TO:
909.02.02 HDPE Pipe and Polypropylene (PP) Pipe
THE ENTIRE SUBPART IS CHANGED TO:
Use corrugated HDPE drainage pipe that conforms to AASHTO M 294 and is Type S (smooth interior with annular
corrugations) with gasketed silt-tight joints.
Use corrugated polypropylene (PP) drainage pipe that conforms to AASHTO M 330 and is Type S (smooth interior with
annular corrugations) with gasketed silt-tight joints.
Use HDPE and polypropylene (PP) pipe from a manufacturer who is an AASHTO NTPEP (National Transportation
Product Evaluation Program) certified manufacturer. For a list of NTPEP certified manufacturers, see the following
webpage: https://data.ntpep.org/.
Submit a certification of compliance, as specified in 106.07, for HDPE and polypropylene (PP) pipe.
SECTION 910 – MASONRY UNITS
910.04 STONE CURB
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 89 of 99
910.05 STONE FACING FOR PIER SHAFTS
910.06 STONE PAVING BLOCK
SECTION 911 – SIGNS, SIGN SUPPORTS, AND DELINEATORS
911.01.01 Materials
B.
Retroreflective Sheeting.
TABLE 911.01.01-2 IS CHANGED TO:
THE SECOND SIGN TYPE IN TABLE 911.01.01-2 IS CHANGED TO:
Table 911.01.01-2 Allowable Sign Sheeting Types
Sign Type
Test Method
Type
Regulatory and Warning Signs
ASTM D 4956
Type III, Type VIII,
Type IX or Type XI1
Guide Signs Mounted on Steel “U” or Square Tube Posts
ASTM D 4956
Type III, Type VIII,
Type IX or Type XI
Guide Signs Mounted on Overhead Sign Structures, Breakaway Sign
Supports, or Non-breakaway Sign Supports
ASTM D 4956
Type VIII, Type IX or
Type XI2
1.
Ground-mounted signs with white background shall be ASTM Type IX.
2.
Do not use ASTM Type XI sheeting with any existing sign lighting improvement or signs that are lit.
911.01.02 Fabrication
A.
Sign Panels.
THE SECOND PARAGRAPH IN PART A IS CHANGED TO:
Fabricate flat sheet signs from a single piece of sheet aluminum without joints, using the thicknesses specified in
Table 911.01.02-1. Drill or punch 3/8 inch diameter holes in the sign blank for attachment to sign supports. Locate
holes according to the 2004 Edition of Standard Highway Signs and Markings Book. If the panel is larger than 5 feet
in any dimension, reinforce the panel with z-bars.
THE THIRD PARAGRAPH OF PART A IS CHANGED TO:
For multiple panel signs, use 1 foot wide extruded sections bolted together. Join sign panel sections together at the
flanges with 3/8 inch bolts. Attach the sign panels to vertical supports, ensuring that the span between vertical
supports is a maximum of 18 feet. Do not use extruded sign panels with steel “U” or square tube post sign
supports. Use the same material and color for trim molding that is used for the sign face.
C.
Legends and Borders.
THE FIRST PARAGRAPH IN PART C IS CHANGED TO:
The legend for each sign consists of letters, numerals, shields, and other symbols. Use Series E Modified 2000
lettering that conforms to the 2004 Edition of Standard Highway Signs and Markings Book. Ensure that the lettering
is aligned, spaced, and sized according to 2004 Edition of Standard Highway Signs and Markings Book, its 2012
Supplement, and the working drawings. Apply the legend and borders using the following methods:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 90 of 99
911.01.04 Acceptance Inspection
THE FIRST PARAGRAPH IS CHANGED TO:
Notify the ME at least 3 days before shipping to the Project so that arrangements for inspection can be made. The ME will
reject signs not fabricated according to the 2004 Edition of Standard Highway Signs and Markings Book, its 2012
Supplement, and the Plans. The ME will ensure that finished signs are clear and legible without smudging, blisters,
delamination, loose edges, or other blemishes. The ME will also ensure that the colors have a consistent chromaticity
across all signs of the same color.
911.02 SIGN SUPPORTS
911.02.01 Steel “U” Post Sign Supports
THE SUBPART IS RENAMED TO:
911.02.01 Steel “U”and Square Tube Post Sign Supports
THE FOLLOWING IS ADDED AT THE END:
Use steel “U” post sign supports conforming to ASTM A 499, Grade 50 or 60, with the length of post and minimum pounds
per foot as shown on the Plans. Provide 18-8 stainless steel 5/16 × 18 UNC hexagonal headed bolts and nuts conforming
to ASTM A 320, Grade B8, Class 1, for securing the signs to the steel “U” post. Provide sign mounting bolts that are sized
to extend beyond the end of each nut by no more than 3/4 inches when fully tightened.
Submit a certification of compliance, as specified in 106.07, for “U” posts.
Use square steel tube post sign supports conforming to ASTM A 1011, Grade 50, with the length of post and minimum
pounds per foot as shown on the Plans. Provide 18-8 stainless steel 5/16 × 18 UNC hexagonal headed bolts and nuts
conforming to ASTM A 320, Grade B8, Class 1, for securing the signs to the square steel tube post. Provide sign mounting
bolts that are sized to extend beyond the end of each nut by no more than 3/4 inches when fully tightened.
Submit a certification of compliance, as specified in 106.07, for square steel tube posts.
SECTION 912 – PAINTS, COATINGS, TRAFFIC STRIPES, AND TRAFFIC MARKINGS
912.01.04 Concrete Stain
THE SUBSECTION IS CHANGED TO:
Provide a penetrating stain that is a single component, water-based acrylic coating, alkali resistant, and water repellant.
Primer is required for application on smooth concrete. Provide a primer that is a penetrating, water based, water repellent
concrete sealer. Ensure that the stain conforms to the requirements in Table 912.01.04-1.
Table 912.01.04-1 Requirements for Concrete Stain
Property
Value
ASTM Test Method
Dry – to – Touch Time
Max. 1 hour
D 1640
Dry – to – Recoat Time
Max. 4 hour
D 1640
Weight per Gallon
11.0 + 0.5 lbs.
D 1475
Weight Solids
52 + 2%
D 2369
Adhesion, Tape Test
Min. 4A
D 3359
Gloss
Flat
D 523
Weathering
<3.0 dE @ 3,000 hrs.
G 154 / D 4587
VOC
<100 g/L
D 2369
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 91 of 99
912.04.02 Removable Pavement Marking Tape
A. Temporary Pavement Tape.
THE FOURTH PARAGRAPH IN PART A IS CHANGED TO:
Provide a certification of compliance, as specified in 106.07, for temporary pavement tape.
B. Removable Black Line Masking Tape.
THE THIRD PARAGRAPH IN PART B IS CHANGED TO:
Provide a certification of compliance, as specified in 106.07, for removable black masking tape.
SECTION 913 – GUIDE RAIL, FENCE, RAILING, AND BOX BEAM
913.04 BOX BEAM FOR CONSTRUCTION BARRIER CURB
THE FIRST PARAGRAPH IS CHANGED TO:
Ensure that the box beam is made of cold-formed welded and seamless structural tubing. Ensure that the box beam
conforms to ASTM A 500, Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes,
Grade C.
SECTION 914 – JOINT MATERIALS
914.04.03 Modular
THE SUBPART IS RENAMED TO:
914.04.03 Modular Expansion Joint Assemblies
B.
Materials.
PART 1 IS CHANGED TO:
1.
Use structural steel conforming to the requirements of AASHTO M 270M / M 270 (ASTM A 709 / A 709M),
Grade 50, or Grade 50W with Zone 2 CVN requirements for centerbeams, supporting beams, and yokes. Use
structural steel AASHTO M 270 M / M (ASTM A 709 / A 709M) Grade 36, Grade 50, or Grade 50W for other
steel components. Do not use aluminum components.
PART 3 IS CHANGED TO:
3.
Use PTFE that is 100 percent virgin material, woven PTFE fabric, or dimpled PTFE conforming to the material
requirements in Section 14 of the AASHTO LRFD Bridge Design Specifications, and Section 19 of AASHTO
LRFD Bridge Construction Specifications.
THE 2ND PARAGRAPH IS CHANGED TO:
Perform prequalification tests, Open Movement and Vibration (OMV) testing and Seal Push-Out (SPO) testing,
according to AASHTO LRFD Construction Specifications Section 19/A19 and provide testing report. Certify that
the tested modular expansion joint assembly has passed the prequalification tests required in AASHTO LRFD
Construction Specifications.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 92 of 99
THE FOLLOWING IS ADDED AT THE END:
Provide certification that materials of bearings, springs, and equidistant devices used in the project product are
identical to those used in the prequalification tests in material composition and formulation, and conform to the same
manufacturing process, fabrication procedure, and configuration as those used in the prequalification tests. In
addition, certify that these materials and fabrication procedures are as per working drawing plans and specifications
provided by the manufacturer at the time of approval.
SECTION 915 – TIMBER AND TIMBER TREATMENT
915.04 DIMENSION LUMBER, TIMBER, AND DECKING FOR STRUCTURES
THE FIRST PARAGRAPH IS CHANGED TO:
Use dimension lumber, timber, glued-laminated timber, and decking for structures that conform to AASHTO M 168 with
the following modifications:
1.
Manufacture dimension lumber and timber from Southern pine or Douglas fir of structural grade that conforms
to the grading rules of the Southern Pine Inspection Bureau or the Western Lumber Inspection Bureau. Ensure
that the grading is performed by an agency approved by the Board of Review of the American Lumber Standards
Committee. Use Southern pine that is designated and graded as No. 2 if 2 to 4 inches nominal thickness and as
No. 1 if 5 inches nominal thickness or thicker. Use Douglas fir that is designated and graded as Dense No. 1.
2.
For decking subjected to vehicular traffic, use timber that is graded as No. 1 Dense Southern Pine or
Douglas-fir lumber and timbers . Dress timber for bridge decking square edged S4S.
3.
For decking used exclusively by pedestrians, use No. 1 grade Southern Pine or Douglas-fir lumber and timbers
that are dressed square edged S4S.
4.
Treat timber as specified in 915.05, except do not preserve timber railing systems and decking used by
pedestrians with creosote. In addition, do not preserve timber decking to be covered with an HMA overlay with
creosote.
915.05 TIMBER TREATMENT
THE ENTIRE SUBSECTION IS CHANGED TO:
Treat wood species according to AASHTO M 133 and AWPA Standards U1-20 and T1-20, including those as summarized
in Table 915.05-1, Table 915.05-2, and Table 915.05-3.
Table 915.05-1 Treatment for Sawn Timber Posts
Type of Wood
Location/Environment
AASHTO Treatments
AWPA Standard Reference for
Minimum Retention Level
Southern Pine
Soil or Fresh Water
CCA or Pentachlorophenol
UC4A
Douglas Fir
Soil or Fresh Water
ACZA
UC4A
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 93 of 99
Table 915.05-2 Treatment for Round Timber Piles
Type of Wood
Location/Environment
AASHTO Treatments
AWPA Standard Reference for
Minimum Retention Level
Southern Pine
Soil or Fresh Water
CCA
UC4C
Southern Pine
Marine
CCA
UC5B
Douglas Fir
Soil or Fresh Water
ACZA
UC4C
Douglas Fir
Marine
ACZA
UC5B
Table 915.05-3 Treatment for Timber Sheet Piling and Timber for Structures
Type of Wood
Location/Environment
AASHTO Treatments
AWPA Standard Reference for
Minimum Retention Level
Southern Pine
Soil or Fresh Water
CCA or Pentachlorophenol
UC4B
Southern Pine
Marine
CCA
UC5B
Douglas Fir
Soil or Fresh Water
ACZA
UC4B
Douglas Fir
Marine
ACZA
UC5B
Notify the ME at least 14 days before treating timber. If directed by the ME, perform an assay to determine the retention
of preservative according to AASHTO M 133 and referenced AWPA standards. Submit certification of compliance as
specified in 106.07. Attach the assay report to the certification.
The use of uncoated pressure-treated timber using the above timber treatments, as specified in Table 915.05-1,
Table 915.05-2, and Table 915.05-3, may not be permitted in areas containing shellfish or submerged aquatic vegetation,
or in other environmental sensitive areas. Alternative materials, such as plastic, natural cedar or other untreated wood,
polymer coated pressure-treated wood, concrete or other inert products, may be required by regulatory agencies. Prior to
using treated timber products, contact the NJDOT Bureau of Landscape Architecture and Environmental Solutions or the
Division of Environmental Resources, as appropriate.
All lumber and timber, including those specified in Table 915.05-1, Table 915.05-2, and Table 915.05-3, must be pressure
treated according to current AWPA or AASHTO M 133 standards. Preservatives are subject to EPA Guidelines 2004 with
restricted use of CCA preservatives.
SECTION 917 – LANDSCAPING MATERIALS
917.07 SOD
917.08 PLANT MATERIALS
H.
Inspection.
Notify the RE at least ____ (hours or days) in advance of delivery to the Project Limits for installation.
SECTION 919 – MISCELLANEOUS
919.05 GEOMEMBRANE LINER
TABLE 919.05-1 IS CHANGED TO:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 94 of 99
Table 919.05-1 Requirements for HDPE Resin
Property
Test Method
Requirements
Specific Gravity
(Resin & Carbon Black)
ASTM D 792
> 0.940
Melt Index
ASTM D 1238
< 0.4 g/10 min
Carbon Black Content
ASTM D 1603
2 – 3 %
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 95 of 99
DIVISION 1000 – EQUIPMENT
SECTION 1001 – TRAFFIC CONTROL EQUIPMENT
1001.01 FLASHING ARROW BOARD
SUBSECTION HEADING AND THE ENTIRE TEXT ARE CHANGED TO:
1001.01 ARROW BOARD
Provide either Type A or Type C or both types of arrow boards. Ensure the arrow board elements conform to the MUTCD
and the following requirements:
1.
Non-reflective, black boards equipped with battery-operated amber lights.
2.
A minimum peak luminous intensity of 8,800 candelas and equipped with photocells that will automatically
reduce the luminous intensity to 1,500 candelas when the ambient light level drops to 5 foot-candles.
3.
A light on the rear face of the board to indicate that the lights are operating.
4.
Solid state controls with polarity and surge protection.
5.
Panel operation controls mounted in a lockable enclosure.
Ensure the arrow boards are equipped with a diesel charged battery system. Do not use gasoline powered systems. With
RE approval, the Contractor may use the arrow boards equipped with solar charged battery systems in non-moving
operations. The Department may require a solar charged battery system in noise sensitive areas.
Securely mount arrow boards on a manufacturer-approved 2 wheeled towing trailer.
1001.03 TRAFFIC CONTROL TRUCK WITH MOUNTED CRASH CUSHIONS
THE ENTIRE SUBSECTION IS CHANGED TO:
Provide a truck affixed with a bed-mounted type C arrow board, as specified in 1001.01, and a rear mounted crash cushion.
Ensure the weight of the truck with the type C arrow board and the rear mounted crash cushion is minimum total weight
of 10 tons. The Contractor may use ballast to meet the weight requirement. When using ballast, ensure that it is securely
fastened to the truck. Provide crash cushions that conforms to the following requirements:
1.
Meets crash-worthiness requirements as specified in 159.03.02.
2.
Designed to be attached to the rear of a truck.
3.
Equipped with a 90 degree hydraulic tilt system to raise and lower the crash cushion. The tilt system shall have
a locking mechanism to secure the crash cushion when in the raised position.
4.
If equipped with energy absorbing modules, ensure that they are painted yellow.
5.
Displays alternating 6 inch wide black and yellow bands, composed of Type III-retroreflective sheeting, as
specified in ASTM D 4956, in an inverted “V” chevron pattern on the surface of the rear module that faces
traffic. When in the raised position, ensure that the surface of the rear facing module also displays the chevron
pattern.
6.
Equipped with standard trailer lighting systems, including brake lights, taillights, and turn signals that are visible
in the raised and lowered positions.
THE FOLLOWING SUBSECTION IS ADDED:
1001.04 PORTABLE VARIABLE MESSAGE SIGN WITH REMOTE COMMUNICATION
Provide a NTCIP compliant portable variable message sign as described under 1001.02 with the exceptions noted below
and each equipped with broadband cellular modem.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 96 of 99
Ensure that the sign panel is color full matrix model that displays a combination of letters and graphic images.
Ensure that the sign panel is capable of displaying 3 lines of text with variable size characters.
Ensure 9 characters are displayed per line for posting travel times. For this 9 character requirement, smaller size characters
may be allowed that meets MUTCD guidelines.
Ensure that the panel is also capable of displaying 8 characters per line with a minimum character height of 18 inches.
Ensure that the PVMSRC can be integrated with the Department’s central DMS control software for remote operation.
1001.05 PORTABLE TRAILER MOUNTED CCTV CAMERA ASSEMBLY
Provide a Portable Trailer Mounted CCTV Camera Assembly (PTMCCA) with the following:
A.
Trailer Platform
1.
Maximum size, including tongue, 14 feet long by 7 feet wide by 8 feet high.
2.
NJDOT approved lighting package to include electrical brake and marker lights with wire connections.
3.
Primed and painted with powder coated orange color.
4.
Fitted with manual telescoping outriggers with adjustable jacks sized to counter full mast extension.
5.
Four 3,500 pounds, drop leg, top wind screw jacks.
6.
All equipment secured to prevent theft or separation from platform.
7.
24/7 operation in all weather conditions.
8.
One locking NEMA-4 equipment box for operational controls.
9.
Removable wheels (with wheel locks) when trailer is in deployed position.
10. Operation manual with a copy placed in the storage bin.
B.
Mast
1.
150 pounds payload capacity.
2.
29 feet to 32 feet of extension with capability to mount antenna at 20 feet, 25 feet or at the top, 10 feet maximum
nested length of mast - 3 to 9 sections.
3.
Un–guyed.
4.
Driven by galvanized steel cable.
5.
Spiral conduit for cables.
6.
Compactly retractable when nested into storage container at the bottom, and foldable for easy transport.
7.
Operated by a power winch with a safety brake.
8.
Capable of being raised or lowered during sustained wind speeds of 30 miles per hour.
C.
Power Source
Equip the PTMCCA with either a diesel charged or a solar charged battery system. Ensure that the PTMCCA is also
capable of operating on 120 volt AC electrical service. The Department may require a solar charged battery system
in noise sensitive areas. Provide the power with a battery backup system capable of providing continuous operation
when the primary power source fails. Ensure that the power source meets the following requirements:
1.
Diesel. Ensure that the fuel tank is capable of operating the sign for a period of 72 hours without refueling.
Equip with an exhaust muffler and a United States Department of Forestry approved spark arrester. Ensure that
the engine is shock mounted to reduce vibration and locked in a ventilated enclosure.
2.
Solar. Provide solar panels capable of recharging the batteries at a rate of 4 hours of sun for 24 hours of camera
usage. Ensure that the battery capacity is capable of operating the sign for a period of 18 days without sunlight.
D.
Electronics
1.
Cellular (CDMA), microwave, or 802.11 bandwidth option.
2.
Work lights in all cabinets.
3.
Remote trailer diagnostics (battery level, charging output, etc.)
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 97 of 99
E.
Camera and Software
Ensure that the camera has the following characteristics:
1.
Dome Camera in a heavy duty plastic dome or with a weather resistant case.
2.
Impact resistant viewing window.
3.
Minimum resolution of NTSC 704 (H) x 480 (V).
4.
Backlight compensation.
5.
Image stabilization.
6.
Light Sensitivity 0.02 lux NIR Mode.
7.
Auto Focus with Manual Focus capability.
8.
Auto White Balance with Manual White Balance capability.
9.
Motorized Zoom up to 16x optical, 10x digital.
10. Motorized Pan-Tilt, pan 360°, tilt 180°.
11. Thermostatically controlled heater and defroster -50° to 140°F operating range.
12. Windshield wiper.
13. 24/7 operation in all weather conditions.
14. Time and date stamp.
Ensure the software provides the following functionality:
1.
Remote control of pan, tilt, and zoom.
2.
Display of streaming video in MPEG format, motion-JPEG, and single snapshot JPEG images, remotely
interchangeable by using central software.
3.
Preset controls of pan/tilt/zoom combinations. Ensure all presets are accessible from a drop-down menu with
descriptive name of preset. Set first 8 presets with quick-launch icons with graphical representation of the preset
views.
4.
Display of all the project’s webcams in a single view screen.
5.
Display of local time and weather conditions including temperature and humidity.
6.
Saving images and sending email images.
7.
Viewing archived images via a graphical calendar control and storing archived images at least every 5 minutes.
8.
Three levels of password protection: administrator, user, and guest individual user accounts.
9.
Monitoring and controlling the cameras using web access.
SECTION 1003 – HMA SITE EQUIPMENT
1003.01 MATERIALS TRANSFER VEHICLE (MTV)
THE FOLLOWING IS ADDED AFTER THE LAST PARAGRAPH:
Ensure the MTVs Gross Weight and maximum speed limit do not exceed the load restrictions as shown in 105.09 Special
Provisions.
SECTION 1008 – MISCELLANEOUS EQUIPMENT
THE FOLLOWING SUBSECTION IS ADDED:
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 98 of 99
1008.07 CONCRETE VERTICAL CURB SAW
Provide a power-driven vertical curb saw with horizontally-oriented blade capable of sawing to the required dimensions
without causing uncontrolled cracking. Equip the vertical curb saw with water-cooled, circular, diamond-edge blades or
abrasive wheels, and alignment guides. Ensure that the vertical curb saw is capable of immediately collecting the slurry
produced from the operations. The Contractor may use a vertical curb saw that does not collect slurry if the RE approves
an alternate slurry collection method.
When sawcutting grooves, use a multi-bladed saw with an adequate number of blades and alignment wheels.
Provide within the Project Limits spare saw blades and at least one standby saw that meets the above requirements.
SECTION 1009 – HMA PLANT EQUIPMENT
1009.01 HMA PLANT
A.
Requirements for HMA Mixing Plants.
8.
Safety.
THE THIRD PARAGRAPH IS CHANGED TO:
When plant production occurs during night operations, provide permanently fixed lighting throughout the plant
operations, plant laboratory, and truck scale areas to ensure a clear view of the operations. Also provide
permanently mounted lighting at the sampling platforms to sufficiently illuminate the bed of the truck for
inspection and sampling operations.
ROADWAY IMROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Page 99 of 99
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.
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 1 of 8
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
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 2 of 8
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.
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
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 3 of 8
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.
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
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 4 of 8
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.
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
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 5 of 8
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.
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.
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 6 of 8
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 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
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 7 of 8
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.
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
January 2022
April 2019
State Funded Project Attachment 1 – Small Business Enterprise Utilization
Page 8 of 8
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,
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.
January 2022
June 2017
State Funded Project Attachment 2 – State Of NJ EEO Special Provisions for
Wholly State Funded Projects
Page 1 of 7
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 recruitment
January 2022
June 2017
State Funded Project Attachment 2 – State Of NJ EEO Special Provisions for
Wholly State Funded Projects
Page 2 of 7
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.
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:
January 2022
June 2017
State Funded Project Attachment 2 – State Of NJ EEO Special Provisions for
Wholly State Funded Projects
Page 3 of 7
(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 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,
January 2022
June 2017
State Funded Project Attachment 2 – State Of NJ EEO Special Provisions for
Wholly State Funded Projects
Page 4 of 7
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
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
January 2022
June 2017
State Funded Project Attachment 2 – State Of NJ EEO Special Provisions for
Wholly State Funded Projects
Page 5 of 7
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).
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:
January 2022
June 2017
State Funded Project Attachment 2 – State Of NJ EEO Special Provisions for
Wholly State Funded Projects
Page 6 of 7
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
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,
January 2022
June 2017
State Funded Project Attachment 2 – State Of NJ EEO Special Provisions for
Wholly State Funded Projects
Page 7 of 7
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.
January 2022
June 2017
State Funded Project Attachment 3 – Requirements for AA to Ensure EEO on Wholly State Funded Contracts
Page 1 of 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.
January 2022
June 2017
State Funded Project Attachment 3 – Requirements for AA to Ensure EEO on Wholly State Funded Contracts
Page 2 of 3
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.
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
January 2022
June 2017
State Funded Project Attachment 3 – Requirements for AA to Ensure EEO on Wholly State Funded Contracts
Page 3 of 3
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 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.
June 2017
State Funded Project Attachment 4 – Investigating, Reporting & Resolving Employment Discrimination & Sexual
Harassment Complaints
Page 1 of 1
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.
June 2017
State Funded Project Attachment 5 - Payroll Requirements for Wholly State Funded Projects
Page 1 of 1
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.
June 2017
State Funded Project Attachment 6 – ADA Act State Funded Projects
Page 1 of 1
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.
TOWNSHIP OF EAST AMWELL CONTRACT DOCUMENTS
TOWNSHIP OF EAST AMWELL CONTRACT DOCUMENTS
Contract Documents
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Township of East Amwell
Hunterdon County, New Jersey
TOWNSHIP OF EAST AMWELL CONTRACT DOCUMENTS
TOWNSHIP OF EAST AMWELL CONTRACT DOCUMENTS
THIS PAGE WAS INTENTIONALLY LEFT BLANK.
C-0
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
CONTRACT DOCUMENTS
TABLE OF CONTENTS
DOCUMENTS TO BE SUPPLIED WITH BID SUBMISSION
TITLE
PAGE
Contractor's Proposal .............................
C-1 thru C-1f
Required Document Checklist for Bids...............
C-2
Bidder's Qualifications............................
C-3
Current Assets and Liabilities .................... C-3a
Statement of Equipment Owned.......................
C-3b
List of Subcontractors.............................
C-3c
Performance Record.................................
C-3d
Detailed Performance Record........................
C-3e
Prevailing Wage Act - Performance Record...........
C-3f
Explanation of Qualifications......................
C-3g
Non-Collusion Affidavit............................
C-4
Disclosure of Investment Activities in Iran .......
C-4a thru C-4b
Disclosure of Ownership Statement..................
C-5 thru C-5b
Proposal Bond......................................
C-6 and C-6a
Consent of Surety..................................
C-7
Debarment Certification............................
C-8a thru C-8d
DOCUMENTS TO BE SUPPLIED IF AWARDED THE CONTRACT
Notice of Award....................................
C-9
Agreement..........................................
C-10 thru C-10b
Payment - Performance Bond.........................
C-11 thru C-11b
Contractor's Release...............................
C-12
C-1
CONTRACTOR'S PROPOSAL
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
TOWNSHIP OF EAST AMWELL, HUNTERDON COUNTY, NEW JERSEY
The Undersigned hereby declare that he carefully examined the site of the work, the
Contract and Specifications and the Drawings therein referred to, and will provide all
necessary machinery, tools, apparatus and other means for construction, and do all the
work and furnish all the materials called for by said Contract and Specifications and
the requirements under them, in accordance with the Advertisement, Instructions to
Bidders, Plans, Specifications, all of which are annexed hereto and form a part of
this Contract, and any instructions which may be given during the work.
The Undersigned hereby agrees to be bound by the award of the Contract and, if awarded
the Contract on this Proposal, to execute within ten (10) days after notice of award,
the Contract and provide a Performance Bond.
The Undersigned understands that the following are estimated quantities and in no way
guarantee the exact amount of the final as-built quantities. The Owner reserves the
right to set, without limit, the amount of the final quantities.
The Undersigned understands that the Owner reserves the right to award the base bid,
or any alternate bid or to reject all bids received.
The Undersigned understands that the Owner reserves the right to reject all bids for
any reason whatsoever if in its best interest.
The Undersigned agrees to perform the Contract for the following unit price to wit:
Roadway Improvement Plan
MA-2023 Welisewitz Road Section 2
Township of East Amwell, Hunterdon County, New Jersey
UNIT
TOTAL
ITEM NO.
QUANTITY
DESCRIPTION
PRICE
ESTIMATED AMOUNT
1.
10 UNIT
BREAKAWAY BARRICADES
PRICE PER UNIT:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
2.
25 UNIT
DRUM
PRICE PER UNIT:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
3.
35 UNIT
TRAFFIC CONE
PRICE PER UNIT:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
4.
770 S.F.
CONSTRUCTION SIGNS (INCL. POST & HARDWARE)
PRICE PER SQUARE FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
5.
120 HOURS
TRAFFIC DIRECTOR, FLAGGER
PRICE PER HOUR:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
C-1a
Roadway Improvement Plan
MA-2023 Welisewitz Road Section 2
Township of East Amwell, Hunterdon County, New Jersey
UNIT
TOTAL
ITEM NO.
QUANTITY
DESCRIPTION
PRICE
ESTIMATED AMOUNT
6.
DOLLAR
FUEL PRICE ADJUSTMENT
PRICE PER DOLLAR:
_one thousand___________________ DOLLARS
_zero___________________________ CENTS$___1,000________$______________
7.
DOLLAR
ASPHALT PRICE ADJUSTMENT
PRICE PER DOLLAR:
__three thousand________________ DOLLARS
__zero__________________________ CENTS$___3,000 _______$______________
8.
LUMP SUM
FINAL CLEANUP
LUMP SUM:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
9.
LUMP SUM
CLEARING SITE
LUMP SUM:
____ __________________________ DOLLARS
_______________________________ CENTS$_________________$_______________
10.
15 C.Y.
EXCAVATION, TEST PIT
PRICE PER CUBIC YARD:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
C-1b
Roadway Improvement Plan
MA-2023 Welisewitz Road Section 2
Township of East Amwell, Hunterdon County, New Jersey
UNIT
TOTAL
ITEM NO.
QUANTITY
DESCRIPTION
PRICE
ESTIMATED AMOUNT
11.
60 C.Y.
EXCAVATION, UNCLASSIFIED (SOFT SPOTS)
PRICE PER CUBIC YARD:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
12.
7,485 S.Y.
HMA MILLING, 3” OR LESS (DEPTH VARIES AS DIRECTED BY
ENGINEER)
PRICE PER SQUARE YARD:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
13.
1,582 S.Y.
HOT MIX ASPHALT PAVEMENT REPAIR
PRICE PER SQUARE YARD:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
14.
6,880 L.F.
POLYMERIZED JOINT ADHESIVE
PRICE PER LINEAR FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
15.
710 GALLONS
TACK COAT
PRICE PER GALLONS:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
C-1c
Roadway Improvement Plan
MA-2023 Welisewitz Road Section 2
Township of East Amwell, Hunterdon County, New Jersey
UNIT
TOTAL
ITEM NO.
QUANTITY
DESCRIPTION
PRICE
ESTIMATED AMOUNT
16.
1,095 TON
HMA 9.5M SURFACE COURSE, 2” THICK
PRICE PER TON:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
17.
25 L.F.
15” HIGH DENSITY POLYETHYLENE PIPE
PRICE PER LINEAR FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
18.
25 L.F.
18” HIGH DENSITY POLYETHYLENE PIPE
PRICE PER LINEAR FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
19.
115 L.F.
12” HIGH DENSITY POLYETHYLENE PIPE
PRICE PER LINEAR FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
20.
9 S.Y.
RIPRAP STONE CHANNEL PROTECTION, 24” THICK (D50=12”)
PRICE PER SQUARE YARD:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
C-1d
Roadway Improvement Plan
MA-2023 Welisewitz Road Section 2
Township of East Amwell, Hunterdon County, New Jersey
UNIT
TOTAL
ITEM NO.
QUANTITY
DESCRIPTION
PRICE
ESTIMATED AMOUNT
21.
106 S.Y.
HMA DRIVEWAY, 6” THICK
PRICE PER SQUARE YARD:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
22.
36 L.F.
TRAFFIC MARKINGS LINES, 24”
PRICE PER LINEAR FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
23.
212 S.F.
REGULATORY AND WARNING SIGNS
PRICE PER SQUARE FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
24.
1,527 L.F.
TURF REPAIR STRIP
PRICE PER LINER FEET:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
25.
DOLLAR
PERFORMANCE AND PAYMENT BOND
PRICE PER DOLLAR:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
C-1e
Roadway Improvement Plan
MA-2023 Welisewitz Road Section 2
Township of East Amwell, Hunterdon County, New Jersey
UNIT
TOTAL
ITEM NO.
QUANTITY
DESCRIPTION
PRICE
ESTIMATED AMOUNT
26.
140 s.y.
COUNTY BRIDGE WATERPROOFING MEMBRANE
PRICE PER SQUARE YARD:
________________________________ DOLLARS
________________________________ CENTS$_________________$______________
TOTAL AMOUNT ROADWAY IMPROVEMENT PLAN MA-2023 WELISEWITZ ROAD SECTION 2:
________________________________ DOLLARS
________________________________ CENTS $__________________________________________
Note: Award of contract shall be based upon the lowest responsive bidder. The owner
shall reserve the right to award the base bid or to reject all bids in accordance with
the New Jersey Public Contracts Law.
C-1f
Acknowledgment is hereby made of the following Notice, Revision or Addenda:
(Indicate date received and identify type of Notice, Revision or Addenda)
__________
______________________________________________________________
(Date)
__________
______________________________________________________________
(Date)
Accompanying this proposal is a Bid Bond or Certified Check for not less than ten
percent (10%) of the amount bid, providing said check or bid bond need not be more than
$20,000.00 nor shall not be less than $500.00. This bond shall become the property of
the Township of East Amwell, if, in case this proposal shall be accepted by the Township
of East Amwell, the undersigned shall fail, either to execute a contract or to furnish
the surety required by the law within the time fixed; otherwise, the said bond is to be
returned to the undersigned.
All contractors submitting bids must be registered with the Department of Labor
and Workforce Development pursuant to the Public Works Contractor Registration Act at
the time and date of receipt of proposals. Subsequent failure of the bidder to document
this registration prior to award of contract will force the Owner to determine the bid
to be “non-responsive”.
All bidders and named subcontractors must be registered with the New Jersey
Department of Treasury, Division of Revenue at the time and date of receipt of
proposals. Subsequent failure of the bidder to provide “proof of registration” prior to
award of contract will force the Owner to determine the bid to be “non-responsive”.
(Signature of person, firm or corporation making the bid).
BIDDER:
(Print Company Name)
Date:
SIGNATURE:
______________________________________
(Sign Name)
BY:
________________________________________________
(Print Name)
TITLE:
P.O. Address: ____________________
Zip Code: ____________________
Phone No.: ____________________
Fax No.: ________________
Dated: __________________
C-1f
REQUIRED DOCUMENT CHECKLIST FOR BIDS
In accordance with Paragraph 1.3 of the Instructions to Bidders, and N.J.S.A. 40A:11-23.1
and 23.2, the following mandatory items must be submitted WITH THE BID or the bid will be
rejected. Refer to the Instructions to Bidders for details. THIS CHECKLIST MUST ALSO BE
SUBMITTED WITH THE BID.
INITIAL
HERE to indicate document is completed and enclosed.
1.
_________ Bid Proposal Form
2.
_________ Non-Collusion Affidavit
3.
_________ Bid Security
4.
_________ Corporate/Partnership Disclosure Statement
5.
_________ Consent of Surety
6.
_________ Subcontractor List
7.
_________ Corporate Resolution, if applicable
8.
_________ Acknowledgement of Receipt of Notice, Revision or Addenda on Sheet C-1f
9.
_________ This Required Document Checklist
__________________________________________
Printed name of person who initialed above
C-2
BIDDERS QUALIFICATIONS
The following forms are suggested outlines of data required by the Owner to determine the
Bidder's qualifications. The Bidder is not required to follow the presented forms
explicitly, but must include all requested information. The Owner reserves the right to
require additional information as to the qualification of the Bidder prior to awarding the
Contract.
Submitted by ____________________________________________________________
(The Bidder)
Address__________________________________________________________________
We the undersigned are created and existing under the laws of the State of
, as a:
[
] Sole Proprietor
[
] Partnership
[
] Corporation
[ ] Other
To be completed for a Partnership. Date of Organization_______________.
State whether partnership is general, limited or association ____________.
NAME OF PARTNERS ADDRESS AGE
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
To be completed for a corporation. Date incorporated ___________________
Present officers of the corporation:
TITLE
NAME ADDRESS
President________________________________________________________________
Vice President___________________________________________________________
Secretary________________________________________________________________
Treasurer________________________________________________________________
If the by-laws of the corporation provide for other officers, attach statement listing
their titles, names and addresses.
See "Stockholder or Partnership Disclosure Statement" (Pages C-5a and C-5b) for additional
mandatory documentation.
C-3
CURRENT ASSETS AND LIABILITIES
Statement
of
Current
Assets
and
Liabilities
at
close
of
Business
on
_________________________.
ASSETS
I.
CURRENT ASSETS
A.
Cash $________________
B.
Notes & Accounts $________________
C.
Receivables $________________
D.
Deposits with Bids $________________
E.
Inventories $________________
II.
PLANT ASSETS
A.
Real Estate $________________
B.
Machinery & Equipment $________________
III.
OTHER
_____________________________ $________________
TOTAL ASSETS $________________
LIABILITIES
IV.
NOTES PAYABLE $________________
V.
ACCOUNTS PAYABLE $________________
VI.
ACCRUED WAGES $________________
VII.
OTHER CURRENT LIABILITIES $________________
TOTAL CURRENT LIABILITIES $________________
________________
________________
NET ASSETS $________________
C-3a
STATEMENT OF EQUIPMENT OWNED
QUAN-
TITY
DESCRIPTION AND CAPACITY
OF ITEMS
AGE
PURCHASE
PRICE
UNPAID
BALANCE
PRESENT
VALUE
CONDITION
Are there any liens against the above? __________
If so, state total amount. $_____________________
Like items of like capacity should be lumped. In this instance, give the sum total of the
age of the items.
C-3b
BIDDERS CERTIFICATION OF SUBCONTRACTORS
In accordance with N.J.S.A. 40A:11-16, as amended and Paragraph 1.3(6) of the Instructions to Bidders, each bidder must
submit with the bid a list of all subcontractors to whom the bidder intends to subcontract any of the work.
The bidder shall list below all subcontractor(s), if any. Whenever a bidder lists more than one subcontractor for any
category of work, the bidder shall set forth the scope of work for which each subcontractor has submitted a price quote and
for which the bidder has agreed to award to each subcontractor should the bidder be awarded the contract. A failure to
submit a certificate or certificates with the bid shall result in rejection of the bid. Subcontractors must have all
required professional licenses and/or permits in their possession prior to the opening of bids.
NAME AND ADDRESS
SCOPE OF SUBCONTRACTOR’S WORK
NATURE OF WORK
OF SUBCONTRACTOR(S)
(If more than 1 subcontractor in a category)
________________________________________________________________________________________________________________________
________________________________________________________________________________________________________________________
________________________________________________________________________________________________________________________
________________________________________________________________________________________________________________________
CHECK HERE IF THE BIDDER WILL NOT SUBCONTRACT ANY OF THE WORK.
The undersigned bidder hereby certifies that each listed subcontractor has submitted a price quote for the scope of work set
forth above and that, if awarded the general contract, the undersigned bidder shall engage the listed subcontractors to
perform said work.
BIDDER: _______________________________________________
(Print Company Name)
Date:
SIGNATURE: __________________________________________
(Sign Name)
By: _________________________________________________
(Print Name)
Title: ________________________________________________
C-3c
PERFORMANCE RECORD
How many years has your organization been in business as a contractor under your present
business name? _________________________________
How many years experience in construction work has your organization had:
(a) As a General Contractor? ________________________________
(b) As a Sub-Contractor? ____________________________________
What is the construction experience of the principal individuals of your organization?
INDIVIDUAL'S
NAME
PRESENT
POSITION OR
OFFICE
YRS. OF
CONSTRUCT.
EXPERIENCE
MAGNITUDE &
TYPE OF WORK
IN WHAT
CAPACITY
Have you ever failed to complete any work awarded to you? ________________
If so, where and why? ____________________________________________________
_________________________________________________________________________
Has any officer or partner of your organization ever failed to complete a construction
contract handled in his own name? _________________________
If so, state name of individual, name of owner, location and type of project, and reason
for the failure to complete. __________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
C-3d
DETAILED PERFORMANCE RECORD: List all contracts completed by you.
NAME OF OWNER NAME AND LOC. OF
PROJECT – TYPE
OF WORK
PRIME OR
SUBCNTR
OWNER'S
REP
&
PHONE NO.
CONTRACT
PRICE
(OMIT CENTS)
DATE
COMPLETED
WAS TIME*
EXTENSION
NECESSARY
WERE ANY*
PENALTIES
IMPOSED
WERE
LIENS,
CLAIMS
STOP
NOTICES FILED
* Explain "Yes" answers on Page C-3g.
C-3e
PREVAILING WAGE ACT
PERFORMANCE RECORD
Bidder's Past Record under the New Jersey Prevailing Wage Act (N.J.S.A. 34:11-
56.25 to 56.46, inclusive) and all acts amendatory thereof and supplemental
thereto.
Special Instructions: Answer each question with a "yes" or "no" entered in the
space provided and furnish additional information when required.
1.
Has the bidder been notified by the Commissioner of Labor and
Industry by notice issue pursuant to N.J.S.A. 34:11-56.37 that he
has been black listed for failure to pay the prevailing wages as
required by the New Jersey Prevailing Wage Act?_______________
2.
Has any person having an "interest" in the Bidder within the
meaning of N.J.S.A. 34:11-56.38 been prohibited from receipt of
public works contracts as aforesaid? _
3.
Has any person having an interest in the Bidder within the meaning
of N.J.S.A. 34:11-56.38 had any "interest" as aforesaid, in any
firm corporation, or partnership which has been prohibited from
receipt of public works contracts as aforesaid? _
4.
If the answer to any of the aforesaid questions is "yes", annex a
full statement showing the date of the action taken by the
Commissioner of Labor and Workforce Development, the subsequent
action, if any, taken with respect to such action of the
Commissioner, the name of the person, firm, corporation or
partnership black listed by the Commissioner and the nature,
character and extent of the interest existing between the bidder
and the name which was prohibited from receipt of public works
contracts as aforesaid.
Explain "Yes" answers on Page C-3g.
C-3f
EXPLANATION OF QUALIFICATIONS
Explanation of details in connection with non-completion of contracts; time extensions;
penalties imposed; labor troubles experienced; liens, claims and stop notices filed
against contracts listed in preceding items "Performance Record", and the "Prevailing Wage
Act-Performance Form".
________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
══════════════════════════════════════════════════════════════════════════════════════
BIDDER QUALIFICATION AFFIDAVIT
STATE OF NEW JERSEY)
) SS
COUNTY OF )
I, _________________________________ of the City of __________________________________
in the County of ________________________ and the State of ___________________________
of full age, being duly sworn according to law on my oath depose and say that:
I am _________________________________________________________________________________
of the firm of _______________________________________________________________________
and authorized to make this affidavit for, and on behalf of the individual, partnership or
corporation herein first named as the bidder; that I am familiar with the books of the
said bidder and that the foregoing financial statement is a true and accurate statement
taken from the books of said bidder of such financial condition, as of the date herein
first named; that the answers to the foregoing interrogatories (Pages C-3 through C-3g)
are true and correct.
_____________________________________
_______________________________
(Signature)
Print/Type Name
Sworn to and Subscribed before
me this ________________day of
___________________________20 ___
_________________________________
(Notary Public)
My Commission Expires _____________ ____, ______
C-3g
CONTRACTOR'S PROPOSAL
NON-COLLUSION AFFIDAVIT
STATE OF NEW JERSEY)
) SS
COUNTY OF )
I, _________________________________ of the City of __________________________________
in the County of ________________________ and the State of ___________________________
of full age, being duly sworn according to law on my oath depose and say that:
I am _________________________________________________________________________________
of the firm of _______________________________________________________________________
the bidder making the Proposal for the above named project, and that I executed the said
Proposal with full authority to do so; that said bidder has 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; and
that all statements contained in said Proposal and in this affidavit are true and correct,
and made with the full knowledge that the Township of East Amwell relies upon the truth of
the statements contained in said Proposal 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
______________________________________________________________________________________
(Name of Contractor)
(N.J.S.A. 52:34-15)
_____________________________________
_______________________________
(Signature)
Print/Type Name
Subscribed and sworn to before me
this ___________________day
of ______________________________20___
Signed _____________________________________
Notary Public
My commission expires __________________ ___, ______
C-4
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
Project Name:
Bidder Name:
PART 1: CERTIFICATION
BIDDERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX
FAILURE TO CHECK ONE OF THE BOXES WILL RENDER THE PROPOSAL NON-RESPONSIVE
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, prior to the time a contract
is awarded and at the time the contract is renewed, 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, is identified on the Department of
Treasury Chapter 25 list as a person or entity engaging in investment activities in
Iran. The Chapter 25 list is found on the Division’s 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 New Jersey
Director of the Division of Purchase and Property finds a person or entity to be in
violation of law, he/she shall take action as may be appropriate and provided by law,
rule or contract, including but not limited to, imposing sanctions, seeking
compliance, recovering damages, declaring the party in default and seeking 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 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 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: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN.
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 boxes below.
PLEASE PROVIDE THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED ADDITIONAL ROOM, ADD
ADDITIONAL PAGES.
Name
Relationship to Bidder/Owner
Description of Activities
Duration of Engagement
Anticipated Cessation Date
Bidder/Offeror Contact Name
C-4a
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 State of New Jersey and the
Owner of the project are 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 State of New Jersey and the Owner to
notify the State of New Jersey and the Owner in writing of any changes to the answers of
information contained herein. I acknowledge that I am aware of 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 State of New Jersey and/or
the Owner and that the State and/or the Owner at its option may declare any contract(s)
resulting from this certification void and unenforceable.
Full Name (Print):
Signature:
Title:
Date:
C-4b
STATEMENT OF OWNERSHIP DISCLOSURE
N.J.S.A. 52:25-24.2
(P.L. 1977, c.33, as amended by P.L. 2016, c.43)
This statement shall be completed, certified to, and included with all proposal
submissions. Failure to submit the required information is cause for automatic
rejection of the proposal.
Name of Organization:_____________________________________________________
Organization Address:_____________________________________________________
Part I Check the box that represents the type of business organization:
Sole Proprietorship (skip Parts II and III, execute certification in Part IV)
Non-Profit Corporation (skip Parts II and III, execute certification in Part IV)
For-Profit Corporation (any type)
Limited Liability Company (LLC)
Partnership
Limited Partnership
Limited Liability Partnership (LLP)
Other (be specific): ______________________________________________
Part II
The list below contains the names and addresses of all stockholders in the
corporation who own 10 percent or more of its stock, of any class, or of all
individual partners in the partnership who own a 10 percent or greater interest
therein, or of all members in the limited liability company who own a 10 percent
or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS
SECTION)OR
No one stockholder in the corporation owns 10 percent or more of its stock, of any
class, or no individual partner in the partnership owns a 10 percent or greater
interest therein, or no member in the limited liability company owns a 10 percent
or greater interest therein, as the case may be. (SKIP TO PART IV)
(Please attach additional sheets if more space is needed):
Name of Individual or Business
Entity
Home Address (for Individuals) or Business Address
Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC
MEMBERS LISTED IN PART II
If a vendor has a direct or indirect parent entity which is publicly traded, and any
person holds a 10 percent or greater beneficial interest in the publicly traded parent
entity as of the last annual federal Security and Exchange Commission (SEC) or foreign
equivalent filing, ownership disclosure can be met by providing links to the website(s)
containing the last annual filing(s) with the federal Securities and Exchange Commission
(or foreign equivalent) that contain the name and address of each person holding a 10% or
greater beneficial interest in the publicly traded parent entity, along with the relevant
page numbers of the filing(s) that contain the information on each such person. Attach
additional sheets if more space is needed.
Website (URL) containing the last annual SEC (or foreign equivalent) filing
Page #’s
C-5
Please list the names and addresses of each stockholder, partner or member owning a 10
percent or greater interest in any corresponding corporation, partnership and/or limited
liability company (LLC) listed in Part II other than for any publicly traded parent
entities referenced above. The disclosure shall be continued until names and addresses
of every noncorporate stockholder, and individual partner, and member exceeding the 10
percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed.
Attach additional sheets if more space is needed.
Stockholder/Partner/Member and
Corresponding Entity Listed in Part II
Home Address (for Individuals) or Business Address
Part IV Certification
I, being duly sworn upon my oath, hereby represent that the foregoing information and any
attachments thereto to the best of my knowledge are true and complete. I acknowledge: that
I am authorized to execute this certification on behalf of the Firm; 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 completion of any contracts with
the Township to notify the MUNICIPALITY 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 MUNICIPALITY, permitting the MUNICIPALITY to declare any contract(s) resulting
from this certification void and unenforceable.
Full Name
(Print):
Title:
Signature:
Date:
C-5a
B.
STOCKHOLDERS OR PARTNERS WITH 10% OR GREATER INTEREST
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
(continue on supplemental sheet if necessary)
NOTE: In the event that no individual stockholder or partner owns 10% or more of this
corporation or partnership, the bidder shall check below where indicated and sign
as required.
[ ]
No individual stockholder or partner owns 10% or more of this corporation or
partnership.
BIDDER:
__________________________________
Date:
By:
__________________________________
Signature
__________________________________
Print or Type Name and Title
C-5b
CONTRACTOR'S PROPOSAL
PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned ____________________
_____________________________________________________________________________
as PRINCIPAL, and ___________________________________________________________
a
corporation
organized
and
existing
under
the
laws
of
the
State
of
____________________________________ and duly authorized to do business in the State of
New Jersey, as SURETY, and held and firmly bound unto
___________________________________________, a body politic and corporate, of
the State of New Jersey, obligee, in the penal sum of _______________________
Dollars ($____________________), for the payment of which will and truly to be made, we
hereby jointly and severally bind ourselves, our heirs, executors, administrators,
successors and assigns.
Signed, sealed and dated this__________________ day of ____________________ two thousand
and ___________________________.
The condition of the above obligation is such that whereas the principal is herewith
submitting a proposal for the construction of
_____________________________________________________________________________
NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH that if the said principal
shall execute a contract and give bond for the faithful performance thereof within ten
(10) days after being notified in writing of the award of such contract to principal, or
if the principal or surety shall pay the obligee the sum, not exceeding the penalty
hereof, by which the amount of the contract, covering the said proposal, properly and
lawfully executed by and between the obligee and some third party, may exceed the amount
bid by principal, then this obligation shall be void; otherwise it shall remain in full
force and effect.
IN WITNESS HEREOF, the parties to these presents have hereunto set their hands and seals,
all on the date first aforesaid.
Witness or Attest:
_________________________________
(Contractors Name)
___________________________________
_________________________________
(Signature)
(Address)
___________________________________
_________________________________
(Print Name)
(City, State, Zip)
_________________________________
(Signature of Principal)
_________________________________
(Print Name and Title) (SEAL)
C-6
Witness or Attest:
_________________________________
(Name of Bonding Company)
___________________________________
_________________________________
(Signature)
(Address)
___________________________________
_________________________________
(Print Name)
(City, State, Zip)
_________________________________
(Signature Attorney-In-Fact)
_________________________________
(Print Name Attorney-In-Fact)(SEAL)
C-6a
CONSENT OF SURETY
In consideration of the premises and of One Dollar ($1.00), lawful money of the United
States, to it in hand paid by the Contractor, the receipt whereof is hereby acknowledged,
the undersigned surety consents and agrees that if the contract, for which the preceding
estimate and proposal is made, be awarded to the person or persons submitting the same as
contracted, it will become bound as surety and guarantor for its faithful performance, and
execute a performance bond in an amount equal to one hundred percent (100%) of the
contract price, and bound as surety and guarantor for labor and material payment in an
amount equal to 100% of the contract price, to guarantee payment of all persons performing
or furnishing labor or materials for performance of said Contract.
The undersigned further consents and agrees that if the aforesaid Contract is awarded to the
above-named bidder, it will become bound as surety and guarantor for a guaranty bond for the
faithful performance of the contract provisions relating to the repair and maintenance of
the work of the project, during the terms of the bond as provided for in the Contract
Documents.
In witness whereof, said surety has caused these presents to be signed and attested by a
duly authorized officer, and its corporate seal to be hereto affixed this
day of , 20 .
(A corporate acknowledgement and statement of authority to be here attached by the surety
company).
By___________________________________
Surety Company
Attorney-in-Fact
Attest:
__________________________________
C-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
Address of
Individual or
Organization
DUNS Code
(if applicable)
CAGE 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 the TOWNSHIP OF EAST AMWELL to
notify the MUNICIPALITY 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 MUNICIPALITY, permitting the MUNICIPALITY to declare any
contract(s) resulting from this certification void and unenforceable.
Full Name
(Print):
Title
:
Signature:
Date:
C-8a
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
Home Address (for
Individual) or Business
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.
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
Home Address (for Individual)
or Business 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.
C-8b
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 Organization listed above in Part I. 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 to notify the MUNICIPALITY 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 MUNICIPALITY, permitting the MUNICIPALITY 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
Business 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
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
Business Address
C-8c
**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 to notify the
MUNICIPALITY 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 MUNICIPALITY, permitting the MUNICIPALITY to declare any
contract(s) resulting from this certification void and unenforceable.
Full Name
(Print):
Title:
Signature:
Date:
C-8d
NOTICE OF AWARD
TO: Contractor
PROJECT DESCRIPTION: Roadway Improvement Plan – MA-2023 Welisewitz Road Section 2 Township
of East Amwell, Hunterdon County, New Jersey.
The OWNER has considered the BID submitted by you for the above described WORK in
response to its Advertisement for Bids dated DATE, and Information for Bidders.
You are hereby notified that your BID has been accepted for items in the amount of
$.
You are required by the Information for Bidders to execute the AGREEMENT and furnish
the required Contractor's Performance Bond and Payment Bond within ten calendar days from
the date of this Notice to you.
If you fail to execute said Agreement and to furnish said bonds within ten days from
the date of this Notice, said OWNER will be entitled to consider all your rights arising
out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your Bid
Bond. The OWNER will be entitled to such other rights as may be granted by the law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the
OWNER.
Dated this day of, 2020.
________________________________________
Township of East Amwell, Owner
By
Title
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD
is hereby acknowledged by ____________
______________________________________
this the _________________________day
of __________________________, 20 ___
_____________________________________
By___________________________________
Title________________________________
C-9
AGREEMENT
THIS AGREEMENT, made this day of , 20
between
THE _____________ OF __________________
_______________________________________
___________________, New Jersey _______
Hereinafter called the ”Owner” and
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
Hereinafter called the ”Contractor.”
WITNESSETHED:
THAT the said Contractor, for and in consideration of the payment hereinafter
specified and agreed to be made by the Owner, hereby covenants and agrees as follows:
1. To furnish to the Owner in strict accordance with its Bid Proposal and
Specifications for ___ Roadway Improvement Plan – MA-2023 Welisewitz Road Section 2
Township of East Amwell, Hunterdon County, New Jersey _____________________________
2. That the said Contractor shall make payment of all proper charges for labor and
material required in the aforementioned supplies and/or installations and agrees to
indemnify, defend and save harmless the Owner, its officers, employees, agents, and
servants as more fully set forth in Paragraph 5.11 of the General Provisions.
3. And the Contractor covenants and agrees in the performance of this contract to
comply with the requirements and provisions of all the Laws of the State of New Jersey
pertaining thereto and particularly to the provisions of N.J.S.A. 2A:44-143 to 147, and
N.J.S.A. 10:2-1 et seq. and the amendments and supplements thereto, if applicable, and the
amendments and supplements thereto, if applicable, and if the provisions thereof are not
complied with, this contract shall be voidable at the instance of the Owner.
C-10
4. Owner shall make payment for the work performed and/or quantity received upon
the unit prices and in accordance with any payment schedule set forth in the
specifications. It is further understood that the said unit prices are the flat net
prices after tax and all allowances have been deducted.
5. The said Owner reserves the right to order a greater or less quantity, not to
exceed twenty percent of any or all of the supplies and/or installations named in the said
offer or proposal than is stated therein, and it is distinctly agreed between the said
parties that the price quoted in the offer or proposal of the Contractor shall be regarded
as a standard of prices, and the total sum mentioned herein as the consideration of this
contract shall not be regarded as limiting the right of the said Owner to order such
greater or lesser quantity.
6. The “contract documents” as defined in the General Provisions, which includes
but is not limited to all specifications and instructions of the Owner, as well as the
Contractor’s bid proposal, are made a part of this agreement as though fully set forth
hereto. In case of any conflict between the provisions of this agreement and any of the
provisions of the specifications, the latter shall govern and control.
7. The Owner hereby convents and agrees with the said Contractor to pay the said
Contractor the sum mentioned in this agreement for said supplies, work, and/or
installations upon the full performance of all the terms of this agreement or in the
manner and at the times set forth in all of the specifications, instructions and proposal.
8. It is further understood and agreed that the acceptance of the final payment by
the Contractor shall be considered as a release in full of all claims against the Owner
out of or by reason of the work done and materials furnished under this agreement.
9. The said Contractor agrees not to assign or sublet any part of this contract
without the prior written consent of the said Owner and any breach of this covenant shall
authorize the Owner, by its said agent, to declare this contract null and void and to
refuse to make any further payment thereunder to the said Contractor.
10. The Contractor will pay prevailing wage rates as determined by the State of New
Jersey Department of Labor and Workforce Development pursuant to N.J.S.A. 34:11-56.25 et
seq. when said contract is for work defined in N.J.S.A. 34:11-56.26 et seq. as set forth
in the specifications.
11. During the performance of this agreement, the Contractor agrees to comply with
Affirmative Action Regulations issued pursuant to P.L. 1975, c. 127 as set forth in the
general provisions.
12. All notices required to be given hereunder shall be mailed or delivered in the
case of the Owner to _Township of East Amwell, 1070 Route 202/31, Ringoes, NJ 08551
attention Lind Giliberti, RMC/CMR, Township Clerk___ and in the case of the Contractor to
_____________________________________________________________________________________
C-10a
IN WITNESS WHEREOF, the Owner has caused these presents to be signed by the Mayor of
the Township of East Amwell, attested by its Clerk and its corporate seal hereunto
affixed; and the Contractor has caused these presents to be signed by its President and
attested by its Secretary, and its corporate seal hereunto affixed, the day and year first
above written.
THE ___________ OF ____________
By:____________________________
Mayor
Attest:
______________________________
Clerk
______________________________
(Company Name)
By:____________________________
(Signature and Title)
Witness:
_____________________________
C-10b
PAYMENT - PERFORMANCE BOND
KNOWN ALL MEN BY THESE PRESENTS: that
______________________________________________________________________________
(Name of Contractor)
______________________________________________________________________________
(Address of Contractor)
a ________________________________________ herein after called Principal, and
(Corporation, Partnership, or Individual)
______________________________________________________________________________
(Name of Surety)
______________________________________________________________________________
(Address of Surety)
herein after called surety, are held and firmly bound unto ___________________
_______________________________________________________________________________
(Name of Owner)
_______________________________________________________________________________
(Address of Owner)
herein after called Owner, in the penal sum of ________________________________
________________________________ DOLLARS, $(________________________) in lawful money of
the Unites States, for the payment of which sum well and truly to be made, we bind
ourselves, successors, and assigns, jointly and severally, firmly by these presents.
The condition of the above obligation is such that whereas, the above-named principal did
on the day of _________________, 20 ____, enter into a contract with the Owner, which said
contract is made a part of this the bond the same as though set forth herein;
Now, if the said principal shall well and faithfully do and perform the things agreed by
it to be done and performed according to the terms of said contract, and shall pay all
lawful claims of beneficiaries as defined by N.J.S. 2A:44-143 for labor performed or
materials, provisions, provender or other supplies or teams, fuels, oils, implements or
machinery furnished, used or consumed in the carrying forward, performing or completing of
said contract, we agreeing and assenting that this undertaking shall be for the benefit of
any beneficiary as defined in N.J.S. 2A:44-143 having a just claim, as well as for the
obligee herein; then this obligation shall be void; otherwise the same shall remain in
full force and effect; it being expressly understood and agreed that the liability of the
surety for any and all claims hereunder shall in no event exceed the penal amount of this
obligation as herein stated.
The said surety hereby stipulates and agrees that no modifications, omissions or additions
in or to the terms of the said contract or in or to the plans or specifications therefore
shall in anywise affect the obligation of said surety on its bond.
C-11
IN WITNESS WHEREOF, this instrument is executed in _____________________
(number)
counterparts, each one of which shall be deemed an original, this is the _____________ day
of _____________________________, 20____.
Attest:
_________________________
_________________________
(Principal) Secretary
Principal
(SEAL)
By_______________________(s)
_________________________ _________________________
Witness as to Principal
(Address)
_________________________
_________________________
(Address)
_________________________
Attest:
_________________________
By_______________________
(Surety) Secretary
Attorney-in-Fact
(SEAL)
_________________________
_________________________
_________________________
Witness as to Surety
(Address)
_________________________
(Address)
_________________________
C-11a
NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership,
all partners should execute bond.
IMPORTANT: Surety companies executing bonds, must appear on the Treasury Department's most
current list (Circular 570 as amended) and be authorized to transact business in the State
where the project is located.
C-11b
CONTRACTOR’S FINAL WAIVER AND RELEASE OF LIENS
_________________________________________ (Contractor) for itself, its successors and assigns, which/who has
provided materials, work services and/or equipment in connection with the construction of improvements (the
“Project”) to real property (“Property”) now owned by ____________________ (“Owner”) and located at
_________________________________ [insert block, lot and municipality] 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 Claim(s) and/or Notice(s) of Unpaid Balance
and Right to File Lien and the like (“Lien”) 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 attorneys 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:
ss.
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 ________
C-12
TOWNSHIP OF EAST AMWELL HUNTERDON COUNTY WAGES
TOWNSHIP OF EAST AMWELL HUNTERDON COUNTY WAGES
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
TOWNSHIP OF EAST AMWELL
HUNTERDON COUNTY, NEW JERSEY
PREVAILING WAGE – HUNTERDON COUNTY WAGES
DOCUMENTATION ON FILE AT:
VAN CLEEF ENGINEERING ASSOCIATES
755 MEMORIAL PKWY, SUITE 110
PHILLIPSBURG, NEW JERSEY 08865
(For informational purposes only. Rates published at the time of signing of the contract will
govern)
TOWNSHIP OF EAST AMWELL STATEWIDE WAGES
TOWNSHIP OF EAST AMWELL STATEWIDE WAGES
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
TOWNSHIP OF EAST AMWELL
HUNTERDON COUNTY, NEW JERSEY
PREVAILING WAGE – STATEWIDE WAGES
DOCUMENTATION ON FILE AT:
VAN CLEEF ENGINEERING ASSOCIATES
755 MEMORIAL PKWY, SUITE 110
PHILLIPSBURG, NEW JERSEY 08865
(For informational purposes only. Rates published at the time of signing of the contract will
govern)
TOWNSHIP OF EAST AMWELL APPENDIX
TOWNSHIP OF EAST AMWELL APPENDIX
Appendix
ROADWAY IMPROVEMENT PLAN
MA-2023 WELISEWITZ ROAD SECTION 2
Township of East Amwell
Hunterdon County, New Jersey
TOWNSHIP OF EAST AMWELL APPENDIX
TOWNSHIP OF EAST AMWELL APPENDIX
THIS PAGE WAS INTENTIONALLY LEFT BLANK.
June 1, 2020
LISTED CONTRACTORS AND SUBCONTRACTORS
PURSUANT TO N.J.S.A 34:11-56.37 AND 34:11-56.38 OF THE PREVAILING WAGE ACT
NO PUBLIC WORKS CONTRACT MAY BE AWARDED TO ANY OF THE FOLLOWING CONTRACTORS AND
SUBCONTRACTORS OR TO ANY FIRM, CORPORATION OR PARTNERSHIP IN WHICH THEY HAVE AN INTEREST
UNTIL THE EXPIRATION DATE GIVEN.
DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT
PO BOX 389
TRENTON, NEW JERSEY 08625-0389
CONTRACTORS AND SUBCONTRACTORS
ADDRESS
EXPIRATION_DATE
A P Roofing & Siding, LLC
A. Perin Roofing & Siding, LLC
259 Main Street, Chester, NJ 07930
12/20/2020
Adelino Perin, President
12 Valley Place, Chester, NJ 07930
All American Demolition & Dismantling, LLC
All Merican Demolition & Dismantling LLC
9 Silver Spring Court, East Hanover, NJ 07936-2529
08/05/2021
Theodore Fiore Jr, Owner
9 Silver Spring Court, East Hanover, NJ 07936-2529
Alvarez Painting, LLC
907 Madison Ave., Apt 1L, Elizabeth, NJ 07201
08/20/2021
Elvin Alvarez, Owner
907 Madison Avenue, Elizabeth, NJ 07201
ANV Transport
1546 Wooded Acres Drive, Stroudsburg, PA 18360
12/18/2021
Adam Fernando, Owner
1546 Wooded Acres Drive, Stroudburg, PA 18360
Aracon Mechanical LLC
136 Ocean Ave, Monmouth Beach, NJ 07750-0775
09/18/2020
Alexander Arcadia, Principal
136 Ocean Avenue, Monmouth Beach, NJ 07750-0775
Aventus Construction Inc.
210 River Street Suite 21, Hackensack, NJ 07601
07/28/2022
Danko Tomasevic, Vice-President
24 Albert Street, Garfield, NJ 07026-2130
Stanislav Tolstunov, President
185 Prospect Avenue,, Unit 51, Hackensack, NJ 07601
Polina Tolstunov, President
20 Ave. at Port Imperial, West New York, NY 07093
Barbos HVAC, LLC
3 - C Brynwood Gardens, Apt 18, Old Bridge, NJ 08857
08/01/2021
Ihor Shcherbii, Owner
3-C Brynwood gardens, Apt 18, Old Bridge, NJ 08857
Beach Coast Builders LLC
TJN Development LLC
698 Northstream Dr., Toms River, NJ 08753
02/24/2022
Timothy J. Noon, Owner
698 Northstream Drive, Toms River, NJ 08753
BRASUSA CONSTRUCTION INC
3 Laila Ct, Monroe, NJ 08831-0883
04/17/2022
Fabricio Queiroz, President
3 Laila Ct, Monroe, NJ 08831-0883
Helayne Queiroz, Vice-President
3 Laila Ct, Monroe, NJ 08831-0883
Bravo General Contractors Inc
72 Charlotte Drive, Churchville, PA 18966
11/20/2020
John Hunsecker, Vice-President
72 Charlotte Drive, Churchville, PA 18966
Brian Parker, LLC
115 Ardmore Avenue, Haddonfield, NJ 08033
08/06/2020
Brian Parker, Owner
115 Ardmore Avenue, Haddonfield, NJ 08033
Page 1 of 9
CONTRACTORS AND SUBCONTRACTORS
ADDRESS
EXPIRATION_DATE
Brickhouse Construction Inc
BRICKHOUSE CONSTRUCTION INC
21 Pine Street, Suite 115, Rockaway, NJ 07866-0786
09/11/2022
Sonia Burke, President
3 Brandywine Court, Randolph, NJ 07869-0786
C C & C General Contractors
568 William St, East Orange, NJ 07017
02/19/2022
Claudy Antoine, Owner
568 William St., East Orange, NJ 07017
C&N Interiors, LLC
33 Edgewood Road, Boyertown, PA 19512
04/08/2022
Amber Laudenslager, Managing Member
33 Edgewood Road, Boyertown, PA 19512
CBC Enterprises LLC
424 Commerce Lane, West Berlin, NJ 08091
03/05/2021
Leo Baiocco, President
2383 Atco Avenue, Atco, NJ 08004
CK Petrasso Fabrication & Services Inc
1337 W Bensalem Ave, Bensalem, PA 19020
12/02/2022
Colleen Bolleen, Owner / Officer
1337 W. Bensalem Ave, Bensalem, PA 19020
Paul Petrasso, Vice-President
1337 W. bensalem Ave, Bensalem, PA 19020
Cleworth & Son, Inc.
3150 Highway 27, Kendall Park, NJ 08824
07/22/2021
Dorothy Cleworth, President
3150 Highway 27, Kendall Park, NJ 08824
Ernest Cleworth, Vice-President
5 Burnham Court, Kendall Park, NJ 08824
Clifford Pool Tile & Coping LLC
84 Tecumseh Trail, Medford Lakes, NJ 08055
08/16/2020
Clifford Alphonso, Owner
84 Tecumseh Trail, Medford Lakes, NJ 08055
Complete Wall Specialties Inc.
P.O. Box 36, Williams Bay, WI 53191
04/24/2022
Darryl Wooley, Owner
4703 Pebble Drive, Elkhorn, WI 53191
CT GENERAL CONTRACTORS LLC
216 Jeremiah Ave, Hamilton, NJ 08610
07/01/2022
Hector Tigreros, Owner
216 Jeremiah Ave, Hamilton, NJ 08610
Dan Seeman
1363 North Winchester Dr., Greenfield, IN 46140
03/26/2021
Dan Seeman, Owner
1363 North Winchester Dr., Greenfield, IN 46140
Dan's Tile and Marble LLC
Dan's Tile and Marble LLC
336 McClellaand Ave, Glassboro, NJ 08028
06/10/2021
Dan Jarrell, Owner / Officer
336 McClelland Ave, Glassboro, NJ 08028
Dawkins Plumbing & Construction LLC.
1057 Haddon Ave, Camden, NJ 08103
01/01/2021
Michael Dawkins, Manager
1057 Haddon Avenue, Camden, NJ 08103
DiClemente Contractors, Inc.
DiClemente Contractors, Inc.
1515 10th Street, Fort Lee, NJ 07024
12/27/2020
Gail Maiello, President
1515 10th Street, Fort Lee, NJ 07024
Discovery Floor Covering LLC
658 Pennsylvania Ave.,, Apt. 4, Elizabeth, NJ 07201
02/05/2021
Segundo Gallegos, Owner
528 Linden Ave, Suite 2, Elizabeth, NJ 07202
Arianna Rengito Miranda, Owner
658 Pennsylvania Ave, Apt 4, Elizabeth, NJ 07201
Dobtol Construction, L.L.C.
Dobtol Construction, L.L.C.
210 River Street, Ste 21, Hackensack, NJ 07601
07/28/2022
Stanislav Tolstunov, President
20th Avenue, at Port Imperial, West New York, NJ 07093
Dos Santos & Son Metal Fabrication LLC
40 Smith St, Elizabeth, NJ 07201
03/11/2023
Nicanor Dos Santos, Owner
40 Smith Street, Elizabeth, NJ 07020
Julio Dos Santos, President
, ,
Duke Electric LLC
Duke Electric LLC
600 Rt 33 West, Millstone, NJ 08535
05/02/2021
Craig Dutka, Member
17 Old Church Road, Monroe Township, NJ 08831-0883
Eileen Dutka, Member
17 Old Church Road, Monroe Township, NJ 08831-0883
EDM Contracting, Inc
270 Crescent Place, Yonkers, NY 10704
10/01/2020
John Makris, Jr., President
270 Crescent Place, Yonkers, NY 10704
EDP Painting Company
7 Wilson Avenue West, East Hanover, NJ 07936
03/27/2021
Page 2 of 9
CONTRACTORS AND SUBCONTRACTORS
ADDRESS
EXPIRATION_DATE
Efficient Electric LLC
Efficient Electric LLC
c/o Malachi Velez, 6 Hampton Court, Jersey City, NJ 07302
02/05/2021
Malachi Velez, Member
6 Hampton Court, Jersey City, NJ 07302
Emjack Construction
84 Diamond St, Brooklyn, NY 11222
07/25/2022
Jaroslaw Suchcicki, Vice-President
272 Nassau avenue, Brooklyn, NY 11222
Emil Kiszko, President
4192 Sir Andrew Circle, Doylestown, PA 18902
Empire Construction
560 Mountain Ave, North Caldwell, NJ 07006
09/06/2020
Louis Malfitano, Owner
560 Mountain Ave, North Caldwell, NJ 07006
Excellent Fence
35 Center Avenue, Leonardo, NJ 07737
02/28/2022
Matt Periera, President
35 Center Avenue, Leonardo, NJ 07737
Fine Wall Corporation
Fine Wall Corporation
1404 Oak Tree Road, Suite 204, Iselin, NJ 08830
02/28/2022
Mrudula Shah, President
10 Boxwood Court, Edison, NJ 08820
Umakant N. Shah, Vice-President
10 Boxwood Court, Edison, NJ 08820
Ronak Shah, Member
10 Boxwood Court, Edison, NJ 08820
GKR Construction Corp
471 Beach Rd., Staten Island, NY 10312
02/28/2022
Richard Brown, Owner
471 Beach Road, Staten Island, NY 10312
GSS Industries, LLC
P.O Box 625, Farmingdale, NJ 07727
09/23/2021
Gary Smith, President
1001 Cedar Lane, Brielle, NJ 08730
Hernandez Drywall Construction, Inc.
421 N. Warrick Road, Magnolia, NJ 08049
09/24/2020
Oscar Hernandez, President
421 N. warrick Road, Magnolia, NJ 08049
Infinity Flooring
Infinity Performance Inc.
7002 N. Park Ave., Indianapolis, IN 46220
01/08/2021
George Atkinson, President
6735 N. Meridian St., Indianapolis, IN 46260
International Cabling Systems
2571 Arthur Kill Road, Staten Island, NY 10309
05/15/2022
Anthony Nunez, Owner
363 Abingdon Avenue, Staten Island, NY 10308
Nercido Nunez, President
4394 Victory Blvd, Staten Island, NY 10314
JAJ Construction LLC
3 Little John Road, Morris Plains, NJ 07950
03/07/2022
Stuart Erling, Vice-President
3 Little John Road, Morris Plains, NJ 07950
Andrew Erling, Manager
1017 Jefferson Street, Apt. 302, Hoboken, NJ 07030
Jersey Heavy Drywall
107 Jefferson Street, Passaic, NJ 07055
07/04/2020
Ruben Gonzalez, Owner
107 Jefferson Street, Passaic, NJ 07055
John Jackson Masonry & Construction
1133 W. America Rd., Camden, NJ 08104
09/03/2021
John Jackson, CEO
1771 Norris St., Camden, NJ 08101
JTG Construction Inc.
JTG Construction Inc.
188 Jefferson Street, Suite 387, Newark, NJ 07105
05/14/2022
Ana Pimenta, President
41 Hamilton Avenue, Kearny, NJ 07032
KBD Construction LLC
KBD Construction LLC
118 B Donor Avenue, Elmwood Park, NJ 07407
07/08/2021
Dusan Budinoski, President
118 B Donor Avenue, Elmwood Park, NJ 07407
Kalinka Budinoski, Owner
118 B Donor Avenue, Elmwood Park, NJ 07407
KMD Excavating, LLC
KMD Excavating, LLC
3 N Alward Avenue, Basking Ridge, NJ 07920
02/17/2023
John Desmelyk, President
3 N. Alward Ave, Basking Ridge, NJ 07920
Kosakowski Plumbing & Heating Inc.
27 Center Avenue, Morristown, NJ 07960
07/12/2020
Edward Kosakowski, Owner
27 Center Avenue, Morristown, NJ 07960
L & N General Contractors LLC
529 Forest Court, Williamstown, NJ 08094
08/13/2021
Sammie Nelson, Member
529 Forest Ct., Williamstown, NJ 08094
Page 3 of 9
CONTRACTORS AND SUBCONTRACTORS
ADDRESS
EXPIRATION_DATE
Lab Construction Inc.
Lab Construction Inc.
607 Jackson Road, Williamstown, NJ 08094
06/14/2020
Lee Barnes, President
607 Jackson Road, Williamstown, NJ 08094
Lane Mechanical Heating and Cooling LLC
339 Broadway,, Suite B, Long Branch, NJ 07740
08/25/2022
Louis Malvasi, Managing Member
158 Whispering Pines Driv, Lincroft, NJ 07738
LCC CONSTRUCTION LIMITED LIABILITY
COMPANY
LCC CONSTRUCTION, LLC
27 Clayton Ave., Monroe, NJ 08831
09/06/2021
Liliane Costa, Owner
27 Clayton Ave, Monroe, NJ 08831
M.A.C. Installation LLC
305 10th Ave, Roselle, NJ 07203
07/05/2021
Iberico Goncalves, Owner
305 E. 10th Ave, Roselle, NJ 07203
Manny Pereira Contracting
PO Box 746, Waretown, NJ 08758
02/24/2022
Manny Periera, President
P.O. Box 545, Waretown, NJ 08758
Manto Mechanical
74 Morton Street, Bridgewater, NJ 08807
11/18/2021
Mantas Ambrazavicius, Owner
74 Morton Street, Bridgewater, NJ 08807
Marrero Glass and Metal Inc
Po Box 547, Chalfont, PA 18914
09/16/2021
Jaime Marrero, President
60 Falcon Drive, Chalfont, PA 18914-1891
Maddalena Marrero, Treasurer
60 Falcon Drive, Chalfont, PA 18914
Matrix Management Const. LLC
2 New Castle Lane, Willingboro, NJ 08046
11/28/2020
Kenneth Hicks, Owner
2 New CAstle Lane, Willingboro, NJ 08046
McGarrigle's Carpet, LLC
1500 Carlene Street, Langhorne, PA 19047
07/05/2020
David McGarrigle, Owner
1500 Carlene St., Langhorne, PA 19047
Mirror and Glass Depot LLC
8555 Tonnelle Avenue, Ste-202, North Bergen, NJ 07047
05/02/2021
Sandra Agudelo, Owner
30 Madison Street, East Rutherford, NJ 07073
Mosner Custom Building
738 Adeline St., Trenton, NJ 08611
02/28/2022
Tim Mosner, Owner
2 Waltham Ct, Hamilton, NJ 08690
Mugrose Construction, Inc.
195 Fairfield Avenue, Suite 2C, West Caldwell, NJ 07006
12/04/2022
Jeffrey Mazur, President
28 Broadlawn Dr., Livingston, NJ 07039
NJA Services LLC
60 Palisade Ave.,, Suite103, Garfield, NJ 07026
11/13/2021
Boguslaw Rzadkowski, Owner
300 Mount Prospect Ave, Clifton, NJ 07012
On-Site Contractors NJ, LLC
230 Locust Ave., Garwood, NJ 07090
02/28/2022
Judy Fumero, Member
230 Locust Avenue, Garwood, NJ 07027
Paint-Pro, Inc.
P.O. Box 1288, East Windsor, NJ 08520
08/21/2020
George Demetriades, President
125 Heritage St., Robbinsville, NJ 08691
Patrick Concrete Constructors Inc.
2455 State Route 21, Canandaigua, NY 14424
06/13/2020
John Bell, President
2455 State Route 21, Canandaigua, NY 14424
Paul Kochiss, LLC
41 Little Punkup Rd, Oxford, CT 06478
07/31/2021
Paul Kochiss, Managing Member
41 Little Punkup Rd, Oxford, CT 06478
Perna Construction LLC
730 9th Street, Hammonton, NJ 08037-0803
05/29/2022
Robert Perna Sr, Managing Member
730 9th Street, Hammonton, NJ 08037-0803
PFC Services LLC
174 Lighthouse Cove Loop, Carolina Shores, NC 28467
11/18/2021
Michael Alexeev, President
174 Lighthouse Cove Loop, Carolina Shores, NC 28467
Pin Tribal Construction, LLC
50 Drift Avenue, Lawrence, NJ 08648
01/29/2021
Mark W. Holmes Sr., President
50 Drift Avenue, Lawrence, NJ 08648
PL&J Construction Corp.
73 Chestnut St., West Orange, NJ 07052
11/28/2020
Luis Palaguachi, Owner
73 Chestnut Street, West Orange, NJ 07052
Page 4 of 9
CONTRACTORS AND SUBCONTRACTORS
ADDRESS
EXPIRATION_DATE
Premier Builders, Inc.
1015 Big Oak Road, Yardley, PA 19067
09/24/2021
Christopher Escher, President
1015 Big Oak Road, Yardley, PA 19067
Donna Escher, Secretary
1015 Big Oak Road, Yardley, PA 19067
R Edge Erector Co Inc
R Edge Erector Co Inc
PO Box 573, Pinnacle, NC 27043
12/11/2021
Robert Edge, President
607 S. Main St, Kin g, NC 27043
Residential Concrete Services, LLC
281 Blue Anchor Road, Sicklerville, NJ 08081
02/24/2023
Paul Matz, Owner
281 Blue Anchor Road, Sicklerville, NJ 08081
Rian Seeman
12433 Pineneddle Drive, Indianapolis, IN 46236
03/26/2021
Rian Seeman, Owner
12433 Pineneddle Drive, Indianapolis, IN 46236
Richard Werley
601 Poplar St., Catasauqua, PA 18045
07/31/2021
Richard Werley, Owner
601 Poplar St., Catasauqua, PA 18032
Ricky Plumbing LLC
Ricky Plumbing LLC
1792 Margarets Walk Road, Fleming Island, FL 32033
09/17/2020
Enrique Trabal, Managing Member
1792 Margarets Walk Road, Fleming Island, FL 32003
Rink Systems, Inc.
1103 Hershey Street, Albert Lea, MN 56007
08/26/2021
Steven Overgaard, Vice-President
3033 Bridge Avenue, Albert Lea, MN 56007
Stacey Overgaard, President
410 Hammer Road, Albert Lea, MN 56007
RW Assembly & Install LLC
110 Stevens Avenue, Cedar Grove, NJ 07009
07/12/2020
Richard Weling, Managing Member
110 Stevens Avenue, Cedar Grove, NJ 07009
S H Stevens
5043 Ridge Ave, Egg Harbor, NJ 08234
09/26/2022
Scott Stevens, Owner
5043 Ridge Ave, Egg HArbor Twp, NJ 08234
S&J Floor Covering
10 Ealey St, Glassboro, NJ 08028
04/23/2021
Shawn Dougherty, Owner
10 Ealey Street, Glassboro, NJ 08028
S. Moyer Enterprises
6271 W. Basalt Cove, West Jordan, UT 84081
03/26/2021
Steve Moyer, Owner
6271 W. Basalt Cove, West Jordan, UT 84081
SCA Technologies, LLC
3579 Route 46, Apt 52b, Parsippany, NJ 07054
03/26/2021
Scott Ahart, Member
3579 Route 46, Apt 52 b, Parsippany, NJ 07054
Solution Construction LLC
Solution Construction LLC
540 Lincoln Ave #S-22, Morrisville, PA 19067
07/22/2022
Roberto Gonzalaz, Owner
640 Lincoln Ave, Apt B-22, Morrisville, PA 19067
Somerset Electrical Services
48 Junction Rd., Flemington, NJ 08822
02/05/2021
Ralph Epright, Owner
48 Junction Rd., Flemington, NJ 08822
Souza Development
1144 Dana Ave, Bensalem, PA 19020
02/15/2022
Elias Souza, Owner
1144 Dana Ave, Bensalem, PA 19020
Luiz Costa, Vice-President
500 Myrtle Ave., Horsham, PA 19044
Spectrum of Floors, LLC
3700 William Penn Highway, Easton, PA 18045
07/31/2021
Donna DeBenedetto, President
65 Crest Blvd., Easton, PA 18045
William Koch, Vice-President
225 Applewood Dr., Easton, PA 18045
TDJ METAL PANEL INSTALLERS LLC
913 East 7th Street, Plainfield, NJ 07062
01/30/2022
Trey Johnson, Member
913 East 7th Street, Plainfield, NJ 07062
Troy Johnson, Managing Member
913 East 7th Street, Plainfield, NJ 07062
Team Revolution LLC dba Superior Landscaping
6 Warren Dr. Unit D, Vernon, NJ 07462
05/30/2021
William Hattrich, Owner
1 Zinnia Dr., Glenwood, NJ 07462
Total Flooring LLC
14 Kennedy Drive, Flanders, NJ 07836
01/06/2022
Christopher Lockman, President
14 Kennedy Drive, Flanders, NJ 07836
Page 5 of 9
CONTRACTORS AND SUBCONTRACTORS
ADDRESS
EXPIRATION_DATE
Tropical Landscaping LLC
3 Christopher Street, Sayerville, NJ 08872
10/23/2020
Marcos De Oliveira, Managing Member
3 Christopher Street, Sayerville, NJ 08872
Ultra Construction LLC
Ultra Construction Limited Liability Company
PO Box 1843, Toms River, NJ 08755
12/14/2020
Suzanne Zimmermann, Member
2303 Owen Court, Toms River, NJ 08755
Christopher Zimmermann, Manager
2303 Owen Court, Toms River, NJ 08755
Unique Concrete LLC
29 Twin Oaks Dr, Bridgeton, NJ 08302
11/19/2022
Rudolph Reid, Owner
29 Twin Oaks Dr, Bridgeton, NJ 08302-0830
Vision Construction Group, Inc.
Vision Construction Group, Inc.
10 Liberty Street, Edison, NJ 08837
08/27/2020
Andrew Bello, President
2341 Achilles Street, Port Charlotte, FL 33980
Gerard Chiusolo, Member
674 Edgewood Place, North Brunswick, NJ 08902
Warren Contractors LLC
85 Tracey Station Road, Manalapan, NJ 07726
06/14/2020
Joseph Zawada, Manager
211 Brewers Bridge Road, Jackson, NJ 08527
WATER PROOF PROPERTIES, LLC
825 Grove Street, Elizabeth, NJ 07202
01/08/2023
Melida A. Bermeo Crespo, Member
825 Grove St, Elizabeth, NJ 07202
Whittendale Excavating Corp.
Whittendale Excavating Corp.
1490 Glen Avenue, Moorestown, NJ 08057
05/07/2021
Timothy Whittendale, Vice-President
201 Cambridge Drive, Cinnaminson, NJ 08077
Roland J. Whittendale, Vice-President
309 Fairview Avenue, Moorestown, NJ 08057
Diane Whittendale, President
1490 Glen Ave., Moorestown, NJ 08057
Ashley Whittendale, Partner
737 Haverford Avenue, Maple Shade, NJ 08052
Matthew Whittendale, Partner
112 Homestead Court, Moorestown, NJ 08057
Woerner Plumbing & Heating
3 Coppermine Village, Flemington, NJ 08822
04/23/2021
Joseph Woerner, Owner
3 Coppermine Village, Flemington, NJ
Woodworkers Corporation
105 Rome Street, Newark, NJ 07105
07/05/2021
Renata Moro, President
305 E. 10th Ave, Roselle, NJ 07203
YP Construction Inc.
1582 Route 27, Edison, NJ 08817
06/29/2020
Yun Ping Zheng, President
1582 Route 27, Edison, NJ 08817
Page 6 of 9
LIST OF DEBARRED OWNERS/OFFICERS
6/1/2020
Address
Owners/ Officers
Company Name
30 Madison Street, East Rutherford, NJ 07073
Mirror and Glass Depot LLC
Sandra Agudelo, Owner
3579 Route 46, Apt 52 b, Parsippany, NJ 07054
SCA Technologies, LLC
Scott Ahart, Member
174 Lighthouse Cove Loop, Carolina Shores, NC 28467
PFC Services LLC
Michael Alexeev, President
84 Tecumseh Trail, Medford Lakes, NJ 08055
Clifford Pool Tile & Coping LLC
Clifford Alphonso, Owner
907 Madison Avenue, Elizabeth, NJ 07201
Alvarez Painting, LLC
Elvin Alvarez, Owner
74 Morton Street, Bridgewater, NJ 08807
Manto Mechanical
Mantas Ambrazavicius, Owner
568 William St., East Orange, NJ 07017
C C & C General Contractors
Claudy Antoine, Owner
136 Ocean Avenue, Monmouth Beach, NJ 07750-0775
Aracon Mechanical LLC
Alexander Arcadia, Principal
6735 N. Meridian St., Indianapolis, IN 46260
Infinity Flooring
Infinity Performance Inc.
George Atkinson, President
2383 Atco Avenue, Atco, NJ 08004
CBC Enterprises LLC
Leo Baiocco, President
607 Jackson Road, Williamstown, NJ 08094
Lab Construction Inc.
Lab Construction Inc.
Lee Barnes, President
2455 State Route 21, Canandaigua, NY 14424
Patrick Concrete Constructors Inc.
John Bell, President
2341 Achilles Street, Port Charlotte, FL 33980
Vision Construction Group, Inc.
Vision Construction Group, Inc.
Andrew Bello, President
825 Grove St, Elizabeth, NJ 07202
WATER PROOF PROPERTIES, LLC
Melida A. Bermeo Crespo, Member
1337 W. Bensalem Ave, Bensalem, PA 19020
CK Petrasso Fabrication & Services Inc
Colleen Bolleen, Owner / Officer
471 Beach Road, Staten Island, NY 10312
GKR Construction Corp
Richard Brown, Owner
118 B Donor Avenue, Elmwood Park, NJ 07407
KBD Construction LLC
KBD Construction LLC
Dusan Budinoski, President
118 B Donor Avenue, Elmwood Park, NJ 07407
KBD Construction LLC
KBD Construction LLC
Kalinka Budinoski, Owner
3 Brandywine Court, Randolph, NJ 07869-0786
Brickhouse Construction Inc
BRICKHOUSE CONSTRUCTION INC
Sonia Burke, President
674 Edgewood Place, North Brunswick, NJ 08902
Vision Construction Group, Inc.
Vision Construction Group, Inc.
Gerard Chiusolo, Member
3150 Highway 27, Kendall Park, NJ 08824
Cleworth & Son, Inc.
Dorothy Cleworth, President
5 Burnham Court, Kendall Park, NJ 08824
Cleworth & Son, Inc.
Ernest Cleworth, Vice-President
27 Clayton Ave, Monroe, NJ 08831
LCC CONSTRUCTION LIMITED LIABILITY
COMPANY
LCC CONSTRUCTION, LLC
Liliane Costa, Owner
500 Myrtle Ave., Horsham, PA 19044
Souza Development
Luiz Costa, Vice-President
1057 Haddon Avenue, Camden, NJ 08103
Dawkins Plumbing & Construction LLC.
Michael Dawkins, Manager
3 Christopher Street, Sayerville, NJ 08872
Tropical Landscaping LLC
Marcos De Oliveira, Managing Member
65 Crest Blvd., Easton, PA 18045
Spectrum of Floors, LLC
Donna DeBenedetto, President
125 Heritage St., Robbinsville, NJ 08691
Paint-Pro, Inc.
George Demetriades, President
3 N. Alward Ave, Basking Ridge, NJ 07920
KMD Excavating, LLC
KMD Excavating, LLC
John Desmelyk, President
, ,
Dos Santos & Son Metal Fabrication LLC
Julio Dos Santos, President
40 Smith Street, Elizabeth, NJ 07020
Dos Santos & Son Metal Fabrication LLC
Nicanor Dos Santos, Owner
10 Ealey Street, Glassboro, NJ 08028
S&J Floor Covering
Shawn Dougherty, Owner
17 Old Church Road, Monroe Township, NJ 08831-0883
Duke Electric LLC
Duke Electric LLC
Eileen Dutka, Member
17 Old Church Road, Monroe Township, NJ 08831-0883
Duke Electric LLC
Duke Electric LLC
Craig Dutka, Member
607 S. Main St, Kin g, NC 27043
R Edge Erector Co Inc
R Edge Erector Co Inc
Robert Edge, President
48 Junction Rd., Flemington, NJ 08822
Somerset Electrical Services
Ralph Epright, Owner
1017 Jefferson Street, Apt. 302, Hoboken, NJ 07030
JAJ Construction LLC
Andrew Erling, Manager
3 Little John Road, Morris Plains, NJ 07950
JAJ Construction LLC
Stuart Erling, Vice-President
1015 Big Oak Road, Yardley, PA 19067
Premier Builders, Inc.
Christopher Escher, President
1015 Big Oak Road, Yardley, PA 19067
Premier Builders, Inc.
Donna Escher, Secretary
1546 Wooded Acres Drive, Stroudburg, PA 18360
ANV Transport
Adam Fernando, Owner
Page 7 of 9
Address
Owners/ Officers
Company Name
9 Silver Spring Court, East Hanover, NJ 07936-2529
All American Demolition & Dismantling, LLC
All Merican Demolition & Dismantling LLC
Theodore Fiore Jr, Owner
230 Locust Avenue, Garwood, NJ 07027
On-Site Contractors NJ, LLC
Judy Fumero, Member
528 Linden Ave, Suite 2, Elizabeth, NJ 07202
Discovery Floor Covering LLC
Segundo Gallegos, Owner
305 E. 10th Ave, Roselle, NJ 07203
M.A.C. Installation LLC
Iberico Goncalves, Owner
640 Lincoln Ave, Apt B-22, Morrisville, PA 19067
Solution Construction LLC
Solution Construction LLC
Roberto Gonzalaz, Owner
107 Jefferson Street, Passaic, NJ 07055
Jersey Heavy Drywall
Ruben Gonzalez, Owner
1 Zinnia Dr., Glenwood, NJ 07462
Team Revolution LLC dba Superior Landscaping
William Hattrich, Owner
421 N. warrick Road, Magnolia, NJ 08049
Hernandez Drywall Construction, Inc.
Oscar Hernandez, President
2 New CAstle Lane, Willingboro, NJ 08046
Matrix Management Const. LLC
Kenneth Hicks, Owner
50 Drift Avenue, Lawrence, NJ 08648
Pin Tribal Construction, LLC
Mark W. Holmes Sr., President
72 Charlotte Drive, Churchville, PA 18966
Bravo General Contractors Inc
John Hunsecker, Vice-President
1771 Norris St., Camden, NJ 08101
John Jackson Masonry & Construction
John Jackson, CEO
336 McClelland Ave, Glassboro, NJ 08028
Dan's Tile and Marble LLC
Dan's Tile and Marble LLC
Dan Jarrell, Owner / Officer
913 East 7th Street, Plainfield, NJ 07062
TDJ METAL PANEL INSTALLERS LLC
Trey Johnson, Member
913 East 7th Street, Plainfield, NJ 07062
TDJ METAL PANEL INSTALLERS LLC
Troy Johnson, Managing Member
4192 Sir Andrew Circle, Doylestown, PA 18902
Emjack Construction
Emil Kiszko, President
225 Applewood Dr., Easton, PA 18045
Spectrum of Floors, LLC
William Koch, Vice-President
41 Little Punkup Rd, Oxford, CT 06478
Paul Kochiss, LLC
Paul Kochiss, Managing Member
27 Center Avenue, Morristown, NJ 07960
Kosakowski Plumbing & Heating Inc.
Edward Kosakowski, Owner
33 Edgewood Road, Boyertown, PA 19512
C&N Interiors, LLC
Amber Laudenslager, Managing Member
14 Kennedy Drive, Flanders, NJ 07836
Total Flooring LLC
Christopher Lockman, President
1515 10th Street, Fort Lee, NJ 07024
DiClemente Contractors, Inc.
DiClemente Contractors, Inc.
Gail Maiello, President
270 Crescent Place, Yonkers, NY 10704
EDM Contracting, Inc
John Makris, Jr., President
560 Mountain Ave, North Caldwell, NJ 07006
Empire Construction
Louis Malfitano, Owner
158 Whispering Pines Driv, Lincroft, NJ 07738
Lane Mechanical Heating and Cooling LLC
Louis Malvasi, Managing Member
60 Falcon Drive, Chalfont, PA 18914
Marrero Glass and Metal Inc
Maddalena Marrero, Treasurer
60 Falcon Drive, Chalfont, PA 18914-1891
Marrero Glass and Metal Inc
Jaime Marrero, President
281 Blue Anchor Road, Sicklerville, NJ 08081
Residential Concrete Services, LLC
Paul Matz, Owner
28 Broadlawn Dr., Livingston, NJ 07039
Mugrose Construction, Inc.
Jeffrey Mazur, President
1500 Carlene St., Langhorne, PA 19047
McGarrigle's Carpet, LLC
David McGarrigle, Owner
305 E. 10th Ave, Roselle, NJ 07203
Woodworkers Corporation
Renata Moro, President
2 Waltham Ct, Hamilton, NJ 08690
Mosner Custom Building
Tim Mosner, Owner
6271 W. Basalt Cove, West Jordan, UT 84081
S. Moyer Enterprises
Steve Moyer, Owner
529 Forest Ct., Williamstown, NJ 08094
L & N General Contractors LLC
Sammie Nelson, Member
698 Northstream Drive, Toms River, NJ 08753
Beach Coast Builders LLC
TJN Development LLC
Timothy J. Noon, Owner
363 Abingdon Avenue, Staten Island, NY 10308
International Cabling Systems
Anthony Nunez, Owner
4394 Victory Blvd, Staten Island, NY 10314
International Cabling Systems
Nercido Nunez, President
410 Hammer Road, Albert Lea, MN 56007
Rink Systems, Inc.
Stacey Overgaard, President
3033 Bridge Avenue, Albert Lea, MN 56007
Rink Systems, Inc.
Steven Overgaard, Vice-President
73 Chestnut Street, West Orange, NJ 07052
PL&J Construction Corp.
Luis Palaguachi, Owner
115 Ardmore Avenue, Haddonfield, NJ 08033
Brian Parker, LLC
Brian Parker, Owner
35 Center Avenue, Leonardo, NJ 07737
Excellent Fence
Matt Periera, President
P.O. Box 545, Waretown, NJ 08758
Manny Pereira Contracting
Manny Periera, President
12 Valley Place, Chester, NJ 07930
A P Roofing & Siding, LLC
A. Perin Roofing & Siding, LLC
Adelino Perin, President
730 9th Street, Hammonton, NJ 08037-0803
Perna Construction LLC
Robert Perna Sr, Managing Member
1337 W. bensalem Ave, Bensalem, PA 19020
CK Petrasso Fabrication & Services Inc
Paul Petrasso, Vice-President
41 Hamilton Avenue, Kearny, NJ 07032
JTG Construction Inc.
JTG Construction Inc.
Ana Pimenta, President
Page 8 of 9
Address
Owners/ Officers
Company Name
3 Laila Ct, Monroe, NJ 08831-0883
BRASUSA CONSTRUCTION INC
Helayne Queiroz, Vice-President
3 Laila Ct, Monroe, NJ 08831-0883
BRASUSA CONSTRUCTION INC
Fabricio Queiroz, President
29 Twin Oaks Dr, Bridgeton, NJ 08302-0830
Unique Concrete LLC
Rudolph Reid, Owner
658 Pennsylvania Ave, Apt 4, Elizabeth, NJ 07201
Discovery Floor Covering LLC
Arianna Rengito Miranda, Owner
300 Mount Prospect Ave, Clifton, NJ 07012
NJA Services LLC
Boguslaw Rzadkowski, Owner
12433 Pineneddle Drive, Indianapolis, IN 46236
Rian Seeman
Rian Seeman, Owner
1363 North Winchester Dr., Greenfield, IN 46140
Dan Seeman
Dan Seeman, Owner
10 Boxwood Court, Edison, NJ 08820
Fine Wall Corporation
Fine Wall Corporation
Mrudula Shah, President
10 Boxwood Court, Edison, NJ 08820
Fine Wall Corporation
Fine Wall Corporation
Ronak Shah, Member
10 Boxwood Court, Edison, NJ 08820
Fine Wall Corporation
Fine Wall Corporation
Umakant N. Shah, Vice-President
3-C Brynwood gardens, Apt 18, Old Bridge, NJ 08857
Barbos HVAC, LLC
Ihor Shcherbii, Owner
1001 Cedar Lane, Brielle, NJ 08730
GSS Industries, LLC
Gary Smith, President
1144 Dana Ave, Bensalem, PA 19020
Souza Development
Elias Souza, Owner
5043 Ridge Ave, Egg HArbor Twp, NJ 08234
S H Stevens
Scott Stevens, Owner
272 Nassau avenue, Brooklyn, NY 11222
Emjack Construction
Jaroslaw Suchcicki, Vice-President
216 Jeremiah Ave, Hamilton, NJ 08610
CT GENERAL CONTRACTORS LLC
Hector Tigreros, Owner
185 Prospect Avenue,, Unit 51, Hackensack, NJ 07601
Aventus Construction Inc.
Stanislav Tolstunov, President
20th Avenue, at Port Imperial, West New York, NJ 07093
Dobtol Construction, L.L.C.
Dobtol Construction, L.L.C.
Stanislav Tolstunov, President
20 Ave. at Port Imperial, West New York, NY 07093
Aventus Construction Inc.
Polina Tolstunov, President
24 Albert Street, Garfield, NJ 07026-2130
Aventus Construction Inc.
Danko Tomasevic, Vice-President
1792 Margarets Walk Road, Fleming Island, FL 32003
Ricky Plumbing LLC
Ricky Plumbing LLC
Enrique Trabal, Managing Member
6 Hampton Court, Jersey City, NJ 07302
Efficient Electric LLC
Efficient Electric LLC
Malachi Velez, Member
110 Stevens Avenue, Cedar Grove, NJ 07009
RW Assembly & Install LLC
Richard Weling, Managing Member
601 Poplar St., Catasauqua, PA 18032
Richard Werley
Richard Werley, Owner
309 Fairview Avenue, Moorestown, NJ 08057
Whittendale Excavating Corp.
Whittendale Excavating Corp.
Roland J. Whittendale, Vice-President
737 Haverford Avenue, Maple Shade, NJ 08052
Whittendale Excavating Corp.
Whittendale Excavating Corp.
Ashley Whittendale, Partner
112 Homestead Court, Moorestown, NJ 08057
Whittendale Excavating Corp.
Whittendale Excavating Corp.
Matthew Whittendale, Partner
1490 Glen Ave., Moorestown, NJ 08057
Whittendale Excavating Corp.
Whittendale Excavating Corp.
Diane Whittendale, President
201 Cambridge Drive, Cinnaminson, NJ 08077
Whittendale Excavating Corp.
Whittendale Excavating Corp.
Timothy Whittendale, Vice-President
3 Coppermine Village, Flemington, NJ
Woerner Plumbing & Heating
Joseph Woerner, Owner
4703 Pebble Drive, Elkhorn, WI 53191
Complete Wall Specialties Inc.
Darryl Wooley, Owner
211 Brewers Bridge Road, Jackson, NJ 08527
Warren Contractors LLC
Joseph Zawada, Manager
1582 Route 27, Edison, NJ 08817
YP Construction Inc.
Yun Ping Zheng, President
2303 Owen Court, Toms River, NJ 08755
Ultra Construction LLC
Ultra Construction Limited Liability Company
Suzanne Zimmermann, Member
2303 Owen Court, Toms River, NJ 08755
Ultra Construction LLC
Ultra Construction Limited Liability Company
Christopher Zimmermann, Manager
Page 9 of 9
--- Document: https://eastamwelltownship.com/DocumentCenter/View/3455/3921002-Full-Set-2024-08-14 ---
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
END PROJECT
WELISEWITZ RD STA. 73+65
PROJECT LIMITS
WELISEWITZ ROAD - SECTION 2
START PROJECT
WELISEWITZ ROAD - SEC 2
SECTION 2 STA. 40+00
8
1
P:\Projects\3900 East Amwell Township\3921 Capital Improvements\3921.002 Welisewitz Road - Section 2\ConstructionPlans\YRG Edit\23EA102 TITLE-GEN NOTES SEC 2-draft.dwg
rgoduco
8/15/2024 1:51:33 PM
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
6/12/2024
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
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
ENGINEERING WITH FOCUS
DATE: JUNE 12, 2024
LAST REVISED: AUGUST 14, 2024
500
1000
2000
1 INCH = 1000 FT
GRAPHIC SCALE
0
8
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
ROBERT S. O'BRIEN
2
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
FOR
TYPICAL SECTION & NOTES
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
3192.002
RSO
N.T.S.
JUNE 12, 2024
6/12/2024
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
P:\Projects\3900 East Amwell Township\3921 Capital Improvements\3921.002 Welisewitz Road - Section 2\ConstructionPlans\YRG Edit\23EA102 TITLE-GEN NOTES SEC 2-draft.dwg
rgoduco
8/15/2024 1:56:57 PM
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
YRG
RSO
CIDER MILL ROAD
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
W
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
WELISEWITZ ROAD
(R.O.W.VARIES PER TAX MAP)
LOT 7.10
BLOCK 23
(50'W.
R.O.W.)
MATCH LINE STA. 47+00
PROJECT LIMIT SECTION 1
PROJECT LIMIT SECTION 2
STATION 40+00
MATCH LINE STA. 47+00
MATCH LINE STA. 54+00
8
3
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
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
P:\Projects\3900 East Amwell Township\3921 Capital Improvements\3921.002 Welisewitz Road - Section 2\ConstructionPlans\YRG Edit\23EA102 CONST PLAN SEC 2-draft.dwg
rgoduco
8/15/2024 2:00:03 PM
NJ SPCS NAD'83
NJ SPCS NAD'83
FOR
CONSTRUCTION PLAN - 1
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
DATE
DESCRIPTION
AUTH
REV
3192.002
RSO
YRG
RSO
1" = 30'
JUNE 12, 2024
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
6/12/2024
WELISEWITZ ROAD
(R.O.W. VARIES PER TAX MAP)
WELISEWITZ ROAD
(R.O.W. VARIES PER TAX MAP)
SF
SF
WELISEWITZ ROAD
(R.O.W. VARIES PER TAX MAP)
MATCH LINE STA. 54+00
MATCH LINE STA. 61+00
MATCH LINE STA. 61+00
MATCH LINE STA. 68+50
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
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 = 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
3192.002
RSO
YRG
RSO
1" = 30'
JUNE 12, 2024
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
6/12/2024
FOR
CONSTRUCTION PLAN - 2
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
8
4
NJ SPCS NAD'83
NJ SPCS NAD'83
WERTSVILLE ROAD
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
OHW
WELISEWITZ ROAD
(R.O.W. VARIES PER TAX MAP)
PROJECT LIMIT SECTION 2
STATION 33+65
MATCH LINE STA. 68+50
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
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 = 30 FT
GRAPHIC SCALE
0
15
30
60
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
3192.002
RSO
YRG
RSO
AS SHOWN
JUNE 12, 2024
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
6/12/2024
FOR
CONSTRUCTION PLAN - 3
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
8
5
NJ SPCS NAD'83
UPHILL DRIVEWAY REPAIR
N.T.S.
DOWNHILL DRIVEWAY REPAIR
N.T.S.
HOT MIX ASPHALT BASE REPAIR DETAIL
N.T.S.
8
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
ROBERT S. O'BRIEN
6
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
FOR
CONSTRUCTION DETAILS
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
3192.002
RSO
N.T.S.
JUNE 12, 2024
6/12/2024
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
P:\Projects\3900 East Amwell Township\3921 Capital Improvements\3921.002 Welisewitz Road - Section 2\ConstructionPlans\YRG Edit\23EA102 CONST DETAILS SEC 2-draft.dwg
rgoduco
8/15/2024 2:05:13 PM
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
YRG
RSO
BICYCLE SAFE GRATE (CAST IRON)
B
A
A
C
B
C
1"
1"
2 3/8"
1"
2 1/2"
3 7/8"
4 3/8"
3 7/8"
4 3/8"
4 3/8"
2 1/2"
1 3/8"
1'-9 3/4"
3/4"
1 1/2"
4 3/8"
3'-113/4"
11/4"
4 3/8"
3/4"
5/8"
DUMP NO WASTE DRAINS TO WATERWAYS
DUMP NO WASTE DRAINS TO WATERWAYS
DIMENSIONS, WEIGHTS AND
OTHER CRITERIA ARE FOR
CLASS 35B CAST IRON ONLY.
N.T.S.
BREAKAWAY STEEL "U" POST DETAILS
N.T.S.
24"
LENGTH
(SEE
PLAN SHEET)
2' MIN.
2' MIN.
+ Pipe Dia.
RIPRAP CHANNEL PROTECTION TREATMENT
N.T.S.
RESET CASTING DETAIL
N.T.S.
NOTE: BRIDGE CROSSING
POSTED WEIGHT LIMIT 10 TONS
POSTED CLEARANCE 10'-6".
NARROW WIDTH CLEARANCE AND
SHARP GRADE CHANGE AT PLATFORM.
NO CONSTRUCTION ACCESS
THROUGH CIDER MILL ROAD
BREAKAWAY
BARRICADE TYPE III
R11-4
M4-10R
BREAKAWAY
BARRICADE TYPE III
R11-2
MAINTAIN ONE LANE
OF TWO-WAY
TRAFFIC AT
ALL TIMES
SIGN A
W20-1B
M4-9N
WELISEWITZ ROAD
SIGN A
M4-9X
M4-8A
W20-1C
M4-9N
WELISEWITZ ROAD
M4-9L
M4-9N
WELISEWITZ ROAD
M4-9R
M4-9N
WELISEWITZ ROAD
SIGN A
M4-9X
M4-9N
WELISEWITZ ROAD
M4-9X
M4-9N
WELISEWITZ ROAD
M4-9X
WORK AREA
WORK AREA
W20-1A
M4-9N
WELISEWITZ ROAD
W20-1F
BREAKAWAY
BARRICADE TYPE III
W8-8 & W8-9a
500.0000
W20-1B
M4-9N
WELISEWITZ ROAD
W20-1C
M4-9N
WELISEWITZ ROAD
W20-1A
M4-9N
WELISEWITZ ROAD
W20-1F
W20-1B
M4-9N
WELISEWITZ ROAD
W20-1C
M4-9N
WELISEWITZ ROAD
W20-1A
M4-9N
WELISEWITZ ROAD
W20-1F
R11-4
M4-9N
WELISEWITZ ROAD
END OF PROJECT
Section 2, Sta. 73+65
START OF PROJECT
Section 2, Sta. 40+00
Neshanic River
Neshanic River
Unnamed Tributary
Neshanic River
Back Brook
Tributary
Unnamed
Neshanic River
Tributary
Unnamed
Unnamed Tributary
Neshanic River
Unnamed Tributary
Unnamed Tributary
Back Brook
Neshanic River
Back Brook
Unnamed Tributary
Neshanic River
Back Brook
Swale to
Drainage
Neshanic River
Tributary
Unnamed
Neshanic River
Tributary
Unnamed
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
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
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
3192.002
RSO
YRG
RSO
1" = 300'
JUNE 12, 2024
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
6/12/2024
TRAFFIC CONTROL PLAN
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
8
7
FOR
1 INCH = 300 FT
GRAPHIC SCALE
0
150
300
600
8
JOB NO.
CHECKED BY:
DRAWN BY:
DESIGNED BY:
SCALE:
DATE:
8
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
P:\Projects\3900 East Amwell Township\3921 Capital Improvements\3921.002 Welisewitz Road - Section 2\ConstructionPlans\YRG Edit\23EA102-Sec2- TRAFFIC CONTROL PLAN-draft.dwg
rgoduco
8/15/2024 2:06:38 PM
RECOMMENDED TAPER LENGTH AND SPACING
FOR CHANNELIZING TAPERS
RECOMMENDED
SPACING ALONG
TANGENTS
REGULATORY
APPROACH
SPEED OF
TRAFFIC
MILES/HOUR
25
30
35
40
45
50
55
60
65
MINIMUM
TAPER RATIO
IN LENGTH
PER FOOT OF
WIDTH
10.5:1
15:1
20.5:1
27:1
45:1
50:1
55:1
60:1
65:1
MINIMUM TAPER
LENGTH L - FOR
LANE WIDTHS
10'
105
150
205
270
450
500
550
600
650
11'
115
165
225
300
495
550
605
660
715
12'
125
180
245
325
540
600
660
720
780
25
30
35
40
45
50
55
60
65
50
60
70
80
90
100
110
120
130
MAXIMUM DEVICE
(B) SPACING
ALONG TAPERS IN
FEET
MAXIMUM DEVICE (D)
SPACING ALONG
TANGENTS IN FEET
1.
1.
2.
3.
4.
5.
STEEL POSTS IN ACCORDANCE WITH THE STANDARD
DETAIL FOR U-POST SIGN SUPPORT.
GENERAL NOTES:
BACKING MATERIAL
TEMPORARY SIGN SUPPORTS
WOOD POSTS TO HAVE A UNIFORM CROSS-SECTION AND NOT TO EXCEED
THE FOLLOWING DIMENSIONS FOR:
USE WELL SEASONED LUMBER FOR SIGN SUPPORTS, FREE OF SPLITS,
KNOTS AND WARPS, OR OF STEEL COMPONENTS.
1.
DIMENSIONS, COLORS AND DETAILS OF VARIOUS SIZE SIGNS,
AND ACCESSORY PANELS TO FOLLOW STANDARDS IN THE
CURRENT "STANDARD HIGHWAY SIGN PUBLICATION" AND
THE CURRENT "MANUAL ON UNIFORM TRAFFIC CONTROL
DEVICES FOR STREETS AND HIGHWAYS".
THREE POSTS = 3" x 5" OR 4" x 4"
TEMPORARY SIGN SUPPORTS NOT MEETING THIS CRITERIA TO BE SHIELDED
BY A LONGITUDINAL BARRIER OR CRASH CUSHIONS.
USE ALUMINUM FLAT SHEET OF ALLOY AND TEMPER 5052-H38 OR
6061-T6:
A.
0.10" THICK FOR ALL CONSTRUCTION SIGNS EXCEPT SIGNS
SHOWN MOUNTED ON BREAKAWAY BARRICADES.
B.
0.024" THICK FOR ALL CONSTRUCTION SIGNS SHOWN
MOUNTED ON BREAKAWAY BARRICADES.
SINGLE POST = 4" x 6"
TWO POSTS = 3" x 6" OR 4" x 5"
4" X 6" WOOD POSTS TO BE MODIFIED BY DRILLING 1
1
2
INCH DIAMETER HOLES 4 INCHES AND 18 INCHES ABOVE THE
GROUND LINE AND PERPENDICULAR TO THE ROADWAY CENTERLINE.
NO BRACING IS PERMITTED. VERTICAL CLEARANCES FOR SIGNS
MOUNTED ON WOOD SUPPORTS TO BE 7 FOOT MINIMUM. EMBEDMENT
DEPTH FOR THE WOOD POST NOT TO EXCEED 3.5 FEET.
3.
MAINTENANCE AND PROTECTION OF TRAFFIC SHALL BE
IN ACCORDANCE WITH THE CURRENT "MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES FOR STREETS AND HIGHWAYS".
7.
LOCATE A W1-6 (ARROW) SIGN MOUNTED ON A BREAKAWAY BARRICADE AND
CENTERED ON THE CLOSED WIDTH 100 FEET BEYOND EACH INTERSECTION
OR MAIN ACCESS POINT WITHIN THE AREA OF A LANE OR SHOULDER
CLOSURE.
9.
USE CONSTRUCTION SIGNS W8-9A (SYMBOL FOR UNEVEN PAVEMENT) AND
W8-15 (GROOVED PAVEMENT) WHEN SUCH PAVEMENT CONDITIONS EXIST.
8.
PLACE CONSTRUCTION SIGNS R11-4 (ROAD CLOSED TO THRU TRAFFIC) AT
THE INTERSECTING STREETS WHICH ARE CLOSED TO TRAFFIC BECAUSE OF
CONSTRUCTION.
2.
LETTERS AND NUMERALS SHALL CONFORM TO THE CURRENT MANUAL,
"STANDARD ALPHABETS FOR HIGHWAY SIGNS" U.S. DEPARTMENT OF
TRANSPORTATION, FEDERAL HIGHWAY ADMINISTRATION.
4.
ADVANCE WARNING SIGNS, DISTANCES, AND TAPER LENGTHS MAY BE
EXTENDED, AT DIRECTION OF THE ENGINEER, TO ADJUST FOR REDUCED
VISIBILITY DUE TO HORIZONTAL AND VERTICAL CURVATURE OF THE
ROADWAY.
5.
ENSURE PRIOR TO ANY ROAD CONSTRUCTION TRAFFIC CONTROL SIGNS
AND DEVICES ARE IN PLACE. DO NOT PLACE TRAFFIC CONTROL DEVICES
FOR LANE CLOSURE WITHOUT ACTUAL LANE CLOSURES AND REMOVE
IMMEDIATELY UPON REMOVAL OF THE CLOSURES.
6.
CONSTRUCTION SIGN W99-2 (GIVE US A BRAKE) SHALL BE LOCATED 200
FEET IN ADVANCE OF PROJECT LIMITS.
6.
USE WOOD POST ONLY ON TEMPORARY SIGN SUPPORTS.
3192.002
RSO
YRG
RSO
N.T.S.
JUNE 12, 2024
ROBERT S. O'BRIEN
NEW JERSEY PROFESSIONAL ENGINEER LICENSE NUMBER 24GE04197200
6/12/2024
TRAFFIC CONTROL NOTES & DETAILS
WELISEWITZ ROAD IMPROVEMENTS
SECTION 2
EAST AMWELL TOWNSHIP
HUNTERDON COUNTY, NEW JERSEY
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
"...The successful bidder to whom the contract is awarded shall, within ten (10) days of the date
of the award of the contract, deliver to the Owner a payment-performance bond in an amount
equal to one hundred percent (100%) of the contract price and guaranteed by a qualified
surety on a payment-performance bond which is of the form contained in these specifications
in the section "Contractor's Proposal"...."
liquidated damages
Evidence Detected
"...when the award of
the contract shall have been annulled, due to failure of the bidder to whom award shall have
been made to execute and deliver the contract and performance bond, the certified check of
such bidder shall be forfeited and become the property of the Owner, not as a penalty, but as
liquidated damages...."
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