Start your 7-day free trial — unlock full access instantly.
← Back to Search
Lead Closed
This opportunity is no longer accepting submissions.
Bid Number: 25 - 05 - Addendum #1 - Pressure Mitgation Improvement Project For The City Of Hoboken
BID #: 25 - 05
ISSUED: 5/12/2025
DUE: 5/28/2025
VALUE: TBD
100
Rating
Risk Rank
Green Risk
AI-Powered Lead Insights
Executive Summary
The City of Hoboken is seeking bids for the Pressure Mitigation Improvement Project, bid number 25-05. This project involves improvements to the city's pressure mitigation system, specifically focusing on interconnection vaults and the integration of a SCADA (Supervisory Control and Data Acquisition) system. The work includes furnishing and installing new interconnection vaults, buried pipes and fittings, soil erosion and sediment control, and environmental restoration, along with maintenance and protection of traffic during construction. Addendum #1, issued on May 12, 2025, includes revisions to specifications and drawings, and an acknowledgement sheet that must be submitted with the bid. The deadline for submission is May 28, 2025.
Web Content
City of Hoboken alerts news Submit a concern Calendar & events Forms QUICK LINKS Climate Action Plan and Greenhouse Gas Inventories ResilienCity Park Water Main Replacement Program Waste Collection Parks Pay My Taxes Tax Assessor Library Farmers' Markets Emergency Notifications Pages Pages Home Home (Premium) Blog Post Blog Post (Premium) Subscribe Contact Sign In Sign up Update password Reset password Access Denied User account Utility Pages Start here Styleguide 404 Not found Password protected Licenses Changelog Browse More Templates Categories No items found. Covid resources Government Meet the Mayor City Clerk Municipal Boards City Council City Directory Public Library Meeting Documents Finances Holidays Municipal Code Legal Notices Employment Opportunities Education Departments Administration City Clerk Construction Code Municipal Court Department of Community Services Senior Services Constituent Services Division of Health Cultural Affairs Finance Taxation Community Development Division of Housing Rent Leveling and Stabilization Zoning Office Department of Infrastructure Engineering Public Safety Hoboken Fire Hoboken Police Office of Emergency Management Transportation & Parking all departments Residents Residents Home Page Business Business Home Page Quick Links No items found. COVID-19 RESOURCES FORMS ALERTS 311 CALENDAR & EVENTS NEWS CITY DIRECTORY Opportunities Home o Departments o Access Board Bid Number: 25 - 05 - Addendum #1 - PRESSURE MITGATION IMPROVEMENT PROJECT FOR THE CITY OF HOBOKEN Bid Number: 25 - 05 - Addendum #1 | Bid Description CITY OF HOBOKEN ADDENDUM TO BID DOCUMENTS Bid Number: 25 - 05 - PRESSURE MITGATION IMPROVEMENT PROJECT FOR THE CITY OF HOBOKEN This Addendum # 1, dated May 12, 2025, is issued to modify the above-mentioned Bid and is hereby made part of the Bid documents. Please attach this Addendum #1 to the original documents in your possession and ensure same is included in your proposal. The complete version of Addendum #1, which contains the following: 2 clarifications; changes to 3 specifications including revised Bid Form; addition of 1 specification; revisions to 11 drawings; addition of 3 drawings; Bid Acknowledgement Sheet; was sent to all vendors that received the complete bid package and will be provided to all vendors requesting the bid package starting today. The complete version of Addendum #1 is posted on the City of Hoboken website and may be obtained from the Purchasing Department, City Hall 2nd Floor, 94 Washington Street, Hoboken, N.J. 07030 during regular business hours Monday through Friday, 9:00am to 4:00pm. Telephone: (201) 420-2000 ext. 1401, or Email: purchasing@hobokennj.gov. There are no other changes to this Bid documents as part of this addendum. ATTEST: Date: May 13, 2023 _______________________ Jennifer Mastropietro, QPA Purchasing Agent Bid See Full Description Apply Online Apply Online timeline Due: 5/28/25 ← Back to Jobs, RFPs and RFQs Page CONTACT INFORMATION Hoboken City Hall 94 Washington St. Hoboken, NJ 07030 (201) 420-2000 (201) 420-2096 HELPFUL LINKS Online Payment Terms Services Departments News Events City Council Contact QUICK LINKS Knowledge Base Events City Council Contact Departments Residents DEPARTMENTS Administration Climate Action & Innovation Community Development / Planning Division of Health Finance Infrastructure Municipal Boards Public Safety Department Transportation and Parking Popular Knowledge Base Services News City Council Events hoboken mayor ravi Bhalla Privacy Policy Website Feedback
Document Text
--- Document: See Full Description ---
Page 1 of 2
City of Hoboken
Pressure Mitigation Interconnection Project
City Bid No. 25-05
Addendum No. 1
TO:
All Bidders of Record
Date Issued: May 12, 2025
This addendum shall be part of the Contract Documents as provided in the Agreement for the above-
referenced project. Acknowledge the receipt of this addendum on Page 00400-5 of the Bid
Documents for the project. Failure to do so may subject the bidder to disqualification.
In addition, please acknowledge the receipt of this addendum by completing the attached Bid 25-05
Addendum #1 Acknowledgement Sheet and emailing it to Gary Stuart at CDM Smith –
stuartgr@cdmsmith.com and also submit this acknowledgement form with the bid.
CLARIFICATIONS
1.
Please ensure that the Bid indicates the City Bid No. 25-05. Also, per Paragraph 8.9 in Specification
Section 00100, two hardcopies (1 original and 1 copy) and one electronic copy (on stick drive) are to
be submitted with the bid.
2.
Much of the changes to the specifications and drawings described below are associated with changing
the temporary pavement restoration shown in the original Bid Package to permanent pavement
restoration including mill and overlay, pavement striping, and traffic markings.
CHANGES TO SPECIFICATIONS
Section 00301 – Bid Form
Replace the Bid Form provided in the Bid Package with the attached revised Bid Form. Changes include
the following:
Deleted Items N-13 and H-13 and added new Items N-13A, N-13B, N-13C, H-13A, H-13B, and
H-13C for various asphalt mixes, including “if and where” pavement base repair (Items N-13C
and H-13C). Note that the City pavement mixes now match the County pavement mixes.
Added Items N-28, N-29, N-30, N-34, H-28, H-29, H-30, H-31, H-32, H-33, and H-34 for
various striping and traffic markings for each site, as applicable.
Added Item H-35 for bike lane restoration with thermoplastic cement for the Henderson Street
site.
Added Items N-36 and H-36 for traffic delineators with tuff base.
Added Items N-37 and H-37 for resetting castings.
Digitally signed
by David J
Tanzi
Date:
2025.05.12
17:42:04-04'00'
Page 2 of 2
Section 01025 – Measurement and Payment
Replace Measurement and Payment provided in the Bid Package with the attached revised Measurement
and Payment. Item changes and additions to the Bid Form have been incorporated into the Measurement
and Payment specification.
Section 02580 – Polymer Cement Surfacing
Add Section 02580 – Polymer Cement Surfacing.
Appendix E – SCADA Integrator Scope of Work
Replace the Appendix E provided in the Bid Package with the attached revised Appendix E. Note that this
work is included under several allowances in the bid form.
CHANGES TO DRAWINGS
Drawings RR-1, RR-2, RD-1, SESC-1, and SESC-2
Replace these drawings provided in the Bid Package with the attached revised drawings.
Drawings SP-1, SP-2, and SD-1
Add the attached Drawings SP-1, SP-2, and SD-1.
Drawing I-2
Replace the Drawing I-2 provided in the Bid Package with the attached revised Drawing I-2.
Drawings EI-1 through EI-5
Replace the Drawing EI-1 through EI-5 provided in the Bid Package with the attached revised Drawing
EI-1 through EI-5.
ATTACHMENTS
1.
Bid 25-05 Addendum #1 Acknowledgement Sheet
2.
Revised Section 00301 – Bid Form
3.
Revised Section 01025 – Measurement and Payment
4.
Specification Section 02580 – Polymer Cement Surfacing
5.
Revised Appendix E – SCADA Integrator Scope of Work
6.
Revised Drawings RR-1, RR-2, RD-1, SESC-1, and SESC-2
7.
New Drawings SP-1, SP-2, and SD-1
8.
Revised Drawing I-2
9.
Revised Drawings EI-1 through EI-5
10. Pre-Bid Conference Sign In Sheet
END OF ADDENDUM
City of Hoboken
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
BID – 25 - 05
Pressure Mitigation Interconnection Project
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
Addendum Number
Date
Acknowledge Receipt
(Initial)
Addendum # 1
5/12/25
______________
_____________
______________
No addenda were received:
Acknowledged for:
(Name of Bidder)
By:
Date:
(Signature of Authorized Representative)
Name:
Title/Position:
(Print or Type)
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 1
SECTION 00301
City of Hoboken
Pressure Mitigation Project
BID FORM
PROPOSAL OF:
Print or Type Name of Bidder
The undersigned declares that the only persons or parties interested in this Bid as principals are as stated;
that the Bid is made without any collusion with other persons, firms, or corporations; that he/she has
carefully examined all the Contract Documents as prepared by CDM Smith Inc., 110 Fieldcrest Avenue,
#8, 6th Floor, Edison, New Jersey, 08837 and dated November 2024 have been carefully examined; that the
undersigned is fully informed in regard to all conditions pertaining to the Work and the place where it is to
be done, and from them the undersigned makes this Bid. The prices set forth in this bid form shall cover all
expenses incurred in performing the Work required under the Contract Documents, of which this Bid Form
is a part.
If a Notice of Award accompanied by at least four (4) unsigned copies of the Agreement and all other
applicable Procurement Documents is delivered to the undersigned within sixty (60) calendar days, after
the actual date of the opening of the Bids, the undersigned will within ten (10) calendar days, excluding
Saturdays, Sundays, and legal holidays, after the date of receipt of such notification, execute and return all
copies of the Agreement and all other applicable Procurement Documents to OWNER. The premiums for
all Bonds required shall be paid by CONTRACTOR and shall be included in the Contract Price. The
undersigned further agrees that the Bid Security accompanying this Bid shall become the property of
OWNER if the Bidder fails to execute the Agreement as stated above.
The undersigned hereby agrees that the Contract Time shall commence on the date indicated in the Notice
to Proceed and shall complete all work within two hundred and ten (210) calendar days from Notice to
Proceed in accordance with the terms as stated in the Agreement and Section 01014 - Construction
Constraints and Sequence.
In accordance with the above understanding, the undersigned offers and agrees, if this Bid is accepted, to
enter into an Agreement with Owner to perform the Work, furnish all materials and complete the Work in
its entirety in accordance with the Contract Documents, for the prices listed as follows:
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 2
Newark Street Interconnection
Item
No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
N-1A
1 LS
Newark Street Interconnection Vault
Provide interconnection vault and all
associated equipment and system including
the following: excavation, bedding, and
backfill; control valves; interior piping and
fittings; precast vault and accessories; access
hatch; and electrical service and equipment,
conduit, wiring, and roadside cabinet.
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-1B
1 LS
Mobilization in accordance with N.J.A.C.
7:14-2.9.
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-2
Allowance
Allowance – Provide an allowance for
SCADA System in the amount of $100,000
Dollars and no Cents
$100,000.00
$100,000.00
3
BURIED PIPE
N-3A
10 LF
Furnish and Install 24-inch Diameter Ductile
Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-3B
20 LF
Furnish and Install 16-inch Diameter Ductile
Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-3C
20 LF
Furnish and Install 2-inch Diameter PVC
Drain Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 3
Newark Street Interconnection
4
BURIED DUCTILE IRON FITTINGS
N-4A
1 EA
Furnish and Install 24-inch Diameter Solid
Sleeve Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-4B
2 EA
Furnish and Install 16-inch Diameter Solid
Sleeve Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-4C
0 EA
Furnish and Install 24-inch by 16-inch
Diameter Tee for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-4D
1 EA
Furnish and Install 24-inch by 16-inch
Diameter Cross for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-4E
0 EA
Furnish and Install 24-inch by 16-inch
Diameter Reducer for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-4F
2 EA
Furnish and Install 16-inch Diameter 90-
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-4G
1 EA
Furnish and Install 24-inch Diameter 45 -
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 4
Newark Street Interconnection
N-4H
1 EA
Furnish and Install 24-inch Diameter 22½ -
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-4I
1 EA
Furnish and Install 24-inch Diameter 11¼ -
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-5
2 EA
Furnish and Install 16-inch Diameter Buried
Gate Valves and Boxes for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-6
20 CY
Excavate Utility Test Pits for the Unit Price
of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-7
25 CY
Perform Additional Excavation, Removal,
and Disposal of Unsuitable Material for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-8
75 CY
Provide Additional Structural Fill for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-9
35 CY
Excavate, Demolish, Remove, and Dispose
of Existing Concrete Structure for the Unit
Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 5
Newark Street Interconnection
N-10
1 LS
Perform Soil Erosion and Sediment Control
for the Lump Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-11
1 LS
Perform Environmental Restoration for the
Lump Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-12
1 LS
Maintain and Protect Traffic for the Lump
Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-13A
75 TON
Furnish and Install Hot Mix Asphalt, 25M64
for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-13B
555 SY
Furnish and Install Hot Mix Asphalt,
12.5M64 for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-13C
35 TON
Furnish and Install Hot Mix Asphalt, 25M64
if and where directed for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-14
100 SY
Furnish and Install DGA or Gravel Base
Course, 6-inches thick for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 6
Newark Street Interconnection
N-15
50 SY
Form, Furnish, and Install Concrete
Sidewalk, 6-inches Thick with
Reinforcement for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-16
40 LF
Form, Furnish, and Install Concrete Curb, 9-
inches by 18-inches for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-17
3 EACH
Furnish and Install Inlet Protection for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-18
Not used
Not used
Not used
Not used
N-19
Allowance
Allowance – Provide an allowance for Fuel
Price Adjustment in the amount of $1,000
Dollars and no Cents
$1,000.00
$1,000.00
N-20
Allowance
Allowance – Provide an allowance for
Asphalt Price Adjustment in the amount of
$1,000 Dollars and no Cents
$1,000.00
$1,000.00
N-21
Allowance
Allowance – Provide an allowance for Police
Traffic Directors in the amount of $150,000
Dollars and no Cents
$150,000.00
$150,000.00
N-22
Allowance
Allowance – Provide an allowance for
Concrete, Asphalt, and Soil Testing in the
amount of $5,000 Dollars and no Cents
$5,000.00
$5,000.00
N-23
Allowance
Allowance – Provide an allowance for
Utility Relocation in the amount of $25,000
Dollars and no Cents
$25,000.00
$25,000.00
N-24
Allowance
Contingency Allowance - Provide a
contingency allowance in the amount of
$25,000 Dollars and no Cents to be used
only as directed by the Engineer for the
Owner’s purposes
$25,000.00
$25,000.00
N-25
Allowance
Allowance – Provide an allowance to
Sample and Waste Classify Soils in the
amount of $1,500 and no Cents
$1,500.00
$1,500.00
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 7
Newark Street Interconnection
N-26
Allowance
Allowance – Provide an allowance for
Loading, Hauling, and Disposing Regulated
Material in the amount of $5,000 Dollars and
no Cents
$5,000.00
$5,000.00
N-27
Allowance
Allowance – Provide an allowance for
Loading, Hauling, and Disposing Hazardous
Material (Hazardous) in the amount of
$2,500 Dollars and no Cents
$2,500.00
$2,500.00
N-28
90 LF
Furnish and Install 2-feet Wide Solid Stripe
(White) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-29
345 LF
Furnish and Install 4-inch Wide Solid Stripe
(White) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-30
90 LF
Furnish and Install 4-inch Wide Solid Stripe
(Double Yellow) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-31
Not used
Not used
Not used
Not used
N-32
Not used
Not used
Not used
Not used
N-33
Not used
Not used
Not used
Not used
N-34
65 SF
Furnish and Install Traffic Markings (White)
for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
N-35
Not used
Not used
Not used
Not used
N-36
11 EA
Furnish and Install Delineators with Tuff
Curb for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 8
Newark Street Interconnection
N-37
4 EA
Reset Castings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 9
Henderson Street Interconnection
Item
No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
H-1A
1 LS
Henderson Street Interconnection Vault
Provide interconnection vault and all
associated equipment and system including
the following: excavation, bedding, and
backfill; flow meters; control valves; interior
piping and fittings; precast vault and
accessories; access hatch; and electrical
service and equipment, conduit, wiring, and
roadside cabinet.
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-1B
1 LS
Mobilization in accordance with N.J.A.C.
7:14-2.9.
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-2
Allowance
Allowance – Provide an allowance for
SCADA System in the amount of $125,000
Dollars and no Cents
$125,000.00
$125,000.00
3
BURIED PIPE
H-3A
30 LF
Furnish and Install 24-inch Diameter Ductile
Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-3B
60 LF
Furnish and Install 16-inch Diameter Ductile
Iron Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-3C
80 LF
Furnish and Install 2-inch Diameter PVC
Drain Pipe for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 10
Henderson Street Interconnection
4
BURIED DUCTILE IRON FITTINGS
H-4A
2 EA
Furnish and Install 24-inch Diameter Solid
Sleeve Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-4B
4 EA
Furnish and Install 16-inch Diameter Solid
Sleeve Couplings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-4C
2 EA
Furnish and Install 24-inch by 16-inch
Diameter Tee for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-4D
0 EA
Furnish and Install 24-inch by 16-inch
Diameter Cross for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-4E
2 EA
Furnish and Install 24-inch by 16-inch
Diameter Reducer for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-4F
2 EA
Furnish and Install 16-inch Diameter 90-
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-4G
1 EA
Furnish and Install 24-inch Diameter 45 -
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 11
Henderson Street Interconnection
H-4H
2 EA
Furnish and Install 24-inch Diameter 22½ -
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-4I
1 EA
Furnish and Install 24-inch Diameter 11 ¼ -
degree Bend Main Ductile Iron Pipe for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-5
4 EA
Furnish and Install 16-inch Diameter Buried
Gate Valves and Boxes for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-6
20 CY
Excavate Utility Test Pits for the Unit Price
of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-7
50 CY
Perform Additional Excavation, Removal,
and Disposal of Unsuitable Material for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-8
150 CY
Provide Additional Structural Fill for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-9
Not used
Not used
Not used
Not used
H-10
1 LS
Perform Soil Erosion and Sediment Control
for the Lump Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 12
Henderson Street Interconnection
H-11
1 LS
Perform Environmental Restoration for the
Lump Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-12
1 LS
Maintain and Protect Traffic for the Lump
Sum Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-13A
55 TON
Furnish and Install Hot Mix Asphalt, 25M64
for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-13B
875 SY
Furnish and Install Hot Mix Asphalt,
12.5M64 for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-13C
25 TON
Furnish and Install Hot Mix Asphalt, 25M64
if and where directed for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-14
150 SY
Furnish and Install DGA or Gravel Base
Course, 6-inches thick for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-15
70 SY
Form, Furnish, and Install Concrete
Sidewalk, 4-inches Thick with
Reinforcement for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 13
Henderson Street Interconnection
H-16
65 LF
Form, Furnish, and Install Concrete Curb, 6-
inches by 18-inches for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-17
4 EA
Furnish and Install Inlet Protection for the
Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-18
Allowance
Allowance – Provide an allowance for
providing pile support system for vault in the
amount of $50,000 Dollars and no Cents
$50,000.00
$50,000.00
H-19
Allowance
Allowance – Provide an allowance for Fuel
Price Adjustment in the amount of $2,000
Dollars and no Cents
$2,000.00
$2,000.00
H-20
Allowance
Allowance – Provide an allowance for
Asphalt Price Adjustment in the amount of
$2,000 Dollars and no Cents
$2,000.00
$2,000.00
H-21
Allowance
Allowance – Provide an allowance for Police
Traffic Directors in the amount of $240,000
Dollars and no Cents
$240,000.00
$240,000.00
H-22
Allowance
Allowance – Provide an allowance for
Concrete, Asphalt, and Soil Testing in the
amount of $5,000 Dollars and no Cents
$5,000.00
$5,000.00
H-23
Allowance
Allowance – Provide an allowance for
Utility Relocation in the amount of $25,000
Dollars and no Cents
$25,000.00
$25,000.00
H-24
Allowance
Contingency Allowance - Provide a
contingency allowance in the amount of
$50,000 Dollars and no Cents to be used
only as directed by the Engineer for the
Owner’s purposes
$50,000.00
$50,000.00
H-25
Allowance
Allowance – Provide an allowance to
Sample and Waste Classify Soils in the
amount of $2,500 and no Cents
$2,500.00
$2,500.00
H-26
Allowance
Allowance – Provide an allowance for
Loading, Hauling, and Disposing Regulated
Material in the amount of $10,000 Dollars
and no Cents
$10,000.00
$10,000.00
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 14
Henderson Street Interconnection
H-27
Allowance
Allowance – Provide an allowance for
Loading, Hauling, and Disposing Hazardous
Material (Hazardous) in the amount of
$5,000 Dollars and no Cents
$5,000.00
$5,000.00
H-28
135 LF
Furnish and Install 2-feet Wide Solid
Striping (White) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-29
535 LF
Furnish and Install 4-inch Wide Solid
Striping (White) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-30
125 LF
Furnish and Install 4-inch Wide Solid
Striping (Double Yellow) for the Unit Price
of:
____________________________________
___________Dollars and __________ Cents
H-31
170 LF
Furnish and Install 4-inch Wide Dashed
Striping (Yellow) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-32
110 LF
Furnish and Install 8-inch Wide Solid
Striping (White) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-33
45 LF
Furnish and Install 8-inch Wide Dashed
Striping (White) for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 15
Henderson Street Interconnection
H-34
185 SF
Furnish and Install Traffic Markings (White)
for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-35
1,335 SF
Furnish and Install Polymer Cement
Surfacing for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-36
33 EA
Furnish and Install Delineators with Tuff
Curb for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
H-37
4 EA
Reset Castings for the Unit Price of:
____________________________________
___________Dollars and __________ Cents
$___________
$__________
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 16
Systemwide (SCADA, Instrumentation, Monitoring)
Item
No.
Estimated
Quantity
Brief Description of Items with Unit Bid
Price in Words
Unit Bid Price
in Figures
Amount in
Figures
S-1
Allowance
Allowance – Provide an allowance for
SCADA Workstation and Remote
Monitoring Sites SCADA system complete
with PLCs, UPSs, instruments, software,
communication system, and startup in the
amount of $100,000 Dollars and no Cents
$100,000.00
$100,000.00
S-2
Allowance
Allowance – Provide an allowance for
SCADA Workstation and Remote
Monitoring Sites electrical installation
complete with conduits and wiring in the
amount of $50,000 Dollars and no Cents
$50,000.00
$50,000.00
S-3
Allowance
Allowance – Provide an allowance for
Remote Monitoring Sites plumbing
installation of pressure transmitters in the
amount of $10,000 Dollars and no Cents
$10,000.00
$10,000.00
Total Bid Price in Words (Newark Street Interconnection, Henderson Street Interconnection, and
Systemwide (SCADA, Instrumentation, Monitoring))
_____________________________________________________________________________________
Total Bid Price in Figures (Newark Street Interconnection, Henderson Street Interconnection, and
Systemwide (SCADA, Instrumentation, Monitoring))
$
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 17
The undersigned also agrees that extra work, if any, will be performed in accordance with Article 10 of
the Conditions of the Contract and will be paid for in accordance with Article 11 of the Conditions of the
Contract.
Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount
shown in words will govern.
The above prices shall include, but is not limited to; all labor, materials, bailing, shoring, removal, overhead,
profit, insurance and incidentals required to complete the Work.
BIDDER PRINCIPALS:
The first and last names in full and addresses of all persons and parties interested in the foregoing Bid as
principals are as follows:
(Give first and last names in full. In the case of a corporation, see Article 8.3 of the Instructions to
Bidders, in the case of a limited liability company [LLC], see Article 8.4 of the Instructions to Bidders, in
the case of a partnership, see Article 8.5 of the Instructions to Bidders.)
The all documents listed in Section 02002 – Bid Document Submission Checklist are attached to and
made a condition of this Bid.
The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other
elements of labor employed or to be employed on the work. The undersigned hereby certifies under the
penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with
any other person. As used in this section, the word "person" shall mean any natural person, joint venture,
partnership, corporation, or other business or legal entity. (Bidder shall sign this Bid Form in accordance
with the Instructions to Bidders, Sections 8.3, 8.4 or 8.5 as applicable. Corporate Bidders must provide a
certified copy of a Corporate Resolution authorizing the execution and submission of the Bid)
(an Individual)
The undersigned is (circle one):
(a Partnership)
(a Corporation)
© 2025 CDM Smith
All Rights Reserved
00301 (Rev) - 18
Bidder’s Name:
_________________________________________________
(Please print or type your name)
Bidder’s Address: _________________________________________________
(Please print or type address)
Signature:
_________________________________________________
Title:
_________________________________________________
Date:
___________________, 20___
Social Security Number
or Federal Identification
Number:
Corporate Seal:
(if corporation)
Notice of acceptance should be mailed, telegraphed, or delivered to the undersigned Bidder at the
following address:
(Name)
(Title)
(Address)
(City, State and Zip Code)
END OF SECTION
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 1
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.01
SCOPE
A.
This Section includes specification for the measurement and payment of the various
elements of the Work; with provisions applicable to lump sum prices, unit prices, and
allowances, if applicable.
B.
In the case of conflict between this Section and the measurement methods specified in the
individual technical Sections, the measurement methods in the technical specifications shall
govern.
C.
The Contractor shall receive no payment for any portion of the work until it is installed. The
only exception to this is payment for stored materials on site if the Contract provides for the
payment of stored materials. Partial payment may be requested for items partially installed.
D.
The Contractor is advised that various bid items shall also include any costs related to the
lack of material and equipment storage facilities on site. Please be advised that no
construction materials or equipment shall be stored on site overnight as part of the
construction sequencing for this project. The Contractor is advised to make accommodations
to either secure a private storage area/facility off-site or have material deliveries dropped off
daily and installed the same day. All equipment must also be removed from the site daily
unless written consent is obtained from the Hoboken Police Department. All mobilization
charges shall be covered under same.
1.02
RELATED WORK
A.
Schedule of Values is included in Section 01370.
B.
Application for Payment are included in Section 01026.
C.
Bid Form is included in Section 00301.
1.03
LUMP SUM ITEMS
A.
Lump Sum measurement will be for the entire item, unit of work, structure, or combination
thereof, as specified and as indicated in the Bid Form. Measurement and payment for all bid
items indicated as Lump Sum shall include the cost of all labor, materials and equipment
necessary to furnish, install, clean, test, and place each bid item into operation; including
permitting, general conditions, overhead and profit.
B.
Progress payments will be based on the Schedule of Values prepared by the Contractor and
approved by the Engineer and Owner before acceptance of the first Application for Payment.
C.
In order for the Contractor to request progress payments against Lump Sum items,
Contractor shall provide a disaggregation or breakdown in sufficient measureable detail that
is acceptable to the Engineer.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 2
D.
Measurement
1.
Measurement shall be based on the estimated percent complete of each item of the
Schedule of Values, as determined by the Engineer.
E.
Payment
1.
Payment will be made at the price proportional to the completion percentages approved by
the Engineer.
1.04
ALLOWANCES
A.
Allowances, if any, specified in the Contract Documents and indicated in the Bid Form, are
considered provisional amounts to be used only if needed. Allowances are exclusive of work
indicated in the Contract Documents for which payment is included under other items in the
Bid Form. No work may be performed under an allowance without prior written approval of
the Owner.
B.
Any unused balance of the allowances shall revert to the Owner upon completion of the
project. Prior to final payment, the original amount provided for allowances shall be adjusted
to actual costs by deductive Change Order, adjusting the contract price, accordingly.
C.
The Contractor shall make no claim, nor receive any compensation, for anticipated profits,
loss of profit, damages, or any extra payment due to any unexpended portion of the
allowances.
D.
The Contractor is to include time for allowance work in the construction schedule. No
adjustment of Contract Time shall be allowed for any work performed under allowance
items.
E.
Allowance items shall be included in the Schedule of Values.
F.
Unless otherwise indicated in the specific measurement and payment provisions under
allowance items, the measurable and allowable costs for work performed under an
Allowance item shall be limited to the actual, demonstrable, and direct costs associated with
that Allowance item. Shipping and sales taxes are not allowable costs.
1.
No mark-up for overhead or profit shall be included for payment under an Allowance
account item. Overhead and profit shall be included in the contract bid or allocated across
other bid items.
1.05
UNIT PRICE ITEMS
A.
Quantity and measurement estimates stated in the Bid Form are estimates for bidding purposes
only. Actual payments shall be based on actual quantities installed, in-place, as measured
and/or verified by the Engineer.
B.
Unless otherwise provided in the General Conditions, the bid unit prices shall be in effect
throughout the contract duration, regardless of variances between the estimated quantities and
the actual installed quantities.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 3
C. The Contractor shall make no claim, nor receive any compensation, for anticipated profits, loss
of profit, damages, or any extra payment due to any difference between the amounts of work
actually completed, or materials or equipment furnished, and the estimated quantities.
D. Unless otherwise approved by the Owner, any unit quantities exceeded may not be invoiced
until the estimated quantity is increased by contract change order.
E.
Contractor shall assist Engineer by providing necessary equipment, workers, and survey
personnel as required to measure quantities.
F.
Measurement
1.
Measurement of quantities expressed as volume shall be based upon a neat plan line
projection to the work limits as determined by survey record drawings for each item with
no additional allowances for shrinkage, swelling or creep.
G.
Measurement of quantities expressed as area shall be based upon a horizontal, planimetric
projection to the work limits as determined by survey record drawings for each item with no
additional allowances for slopes.
H.
Measurement of linear items such as piping will be for quantities actually field installed to the
specified work limits, based upon surveyed stations recorded along the straight or curved
centerline of each respective item.
I.
Stipulated Sum/Price Measurement: Items shall be measured by weight, volume, area, or linear
means or combination, as appropriate, as a completed item or unit of the Work.
J.
Measurement for progress payment shall be made by, or approved by, the Engineer based on
the estimated effective quantity installed. The effective quantity installed represents the actual
units or quantities installed, adjusted for incomplete elements or components.
1.
Unless otherwise provided for in the Bid Form unit price items are all-inclusive of all
related work, direct and indirect, to provide a complete and functional item. For example,
underground pipe installation would include trenching, shoring, dewatering, bedding,
installation, backfill, testing, flushing, disinfection, and commissioning; including all labor,
materials and equipment necessary to furnish, install, clean, test, and place into operation;
including permitting, general conditions, overhead and profit.
2.
The final measurement shall be based on actual quantities, jointly measured by Contractor
and Engineer, complete, fully, tested and placed into service.
K. Payment
1.
Progress payments shall be in accordance with the contract documents based on estimated
effective quantities installed, paid at the bid unit price.
2.
The final payment for Work governed by unit prices shall be based on actual quantities,
fully installed, tested and accepted by the Engineer multiplied by the unit sum/price for the
Work, paid at the bid unit price.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 4
3.
Upon installation, the unit cost for the item will be paid less any prior payments for stored
material. Upon installation, an adjustment will be made in payment to account for the
quantity of materials actually installed in the work. Final payment will be subject to the
acceptance of the unit item following approval of final testing, if applicable. No payment
will be made for material in excess of what is actually installed in the work.
4.
Payment for unit price items will be made monthly until completion of each unit price item
based on quantity estimated by Contractor, and verified by the Engineer. Final payment
will be based on the actual quantity installed and as calculated from As-Built Drawings.
1.06
ALTERNATES
A.
Alternate: An amount proposed by bidders and stated on the Bid Form for certain work
defined in the Contract Documents that may be added to or deducted from the Base Bid
amount if the Owner decides to accept a corresponding change either in the amount of
construction to be completed or in the products, materials, equipment, systems or installation
methods described in the Contract Documents.
B.
The cost or credit for each alternate is the net addition to or deduction from the Contract
Sum to incorporate alternate into the Work. No other adjusments are made to the Contract
Sum.
C.
Coordination: Modify or adjust affected adjacent work as necessary to completely integrate
work of the alternate into the Project. Include as part of each alternate, miscellaneous
devices, accessory options, and similar items incidental to or required for a complete
installation whether or not indicated as part of the alternate.
D.
Execute accepted alternates under the same conditions as other work of the Contract.
E.
Schedule of Alternates:
1.
Restoration Bid Item Alternate – Reset Yellow Brick Pavement
1.07
PAYMENT
A.
Payment for each lump sum and unit price stated in the itemized bid shall constitute full
compensation for all required labor, products, tools, equipment, material, plant,
transportation, services and incidentals; erection, application or installation of an item of the
Work required to complete all work specified under that particular item including cleanup,
and all costs for doing related work as set forth in these Specifications and /or on the
Contract Drawings or implied in carrying out their intent.
B. The price bid for each lump sum and unit price item stated in the itemized bid shall be deemed to
include overhead and profit.
C. Relevant specification section references are provided to facilitate pricing. However, Contractor
shall, using his own judgment, determine which sections are relevant to each pay item prior to
submitting a comprehensive price that covers all Work identified in the Contract Documents.
D. Requests for payment shall be in accordance with the General Conditions.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 5
E.
Payment will be made to the limits as specified in the Contract Documents. If the constructed
limits are less than the specified limit, payment will be made at the prices given in the Schedule
of Prices to the actual limits of construction as shown on the As-built Drawings. Payment for
quantities that exceed the specified contract limits will only be made with the approval of the
Engineer and shall be at the unit rates given in the Schedule of Prices. Payment for quantities
that exceed the contract quantities will be made through an approved Change Order in
accordance with the General Conditions of the Contract.
F.
The Contractor shall receive no payment for any portion of the work until it is installed. The
only exception to this is payment for stored materials on site if the Contract provides for the
payment of materials adequately stored and protected until installation. Partial payment may be
requested for items partially installed.
G. Materials will be paid for as specified in the General Conditions. All such requests must have
material quantities verified by the Engineer prior to payment.
1.
Qualification for partial payment for materials delivered shall be in accordance with the
General Conditions.
1.08
VARIATIONS IN ESTIMATED QUANTITIES
A.
The quantities given in the Contract Documents are approximate only, and are given as a
basis for the uniform comparison of bids, and Owner does not expressly or by implication
warrant that the actual amount of work will correspond therewith.
B.
The Contractor must provide, for Unit Price Work, a proposed contract price determined on
the basis of estimated quantities required for each item. The estimated quantities of items
are not guaranteed and are solely for the purpose of comparing bids. Each such unit price
will be deemed to include an amount for overhead, profit and indirect costs for each
separately defined item.
C.
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the price of the items except as provided in
the General Conditions.
D.
If the actual Work requires more or fewer quantities than those indicated in the Bid Form,
provide the required quantities at the unit sum/prices given in the Schedule of Prices and in
accordance with the General Conditions of the Contract.
1.09
DEFECT ASSESSMENT
A.
Replace defective Work, or portions of defective Work, not conforming to specified
requirements.
B.
If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the
Engineer will direct a remedy in accordance with the requirements of Article 13 of the
General Conditions.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 6
1.10
AUTHORITY
A.
Measurement methods delineated in the individual specification sections are intended to
complement the criteria of this section. In the case of conflict between this Section and the
measurement methods specified in the individual technical Sections, the measurement
methods in the technical specifications shall govern.
B.
The Contractor shall take all measurements and compute quantities. The Engineer will
verify measurements and quantities.
C.
Assist by providing necessary equipment, workers, and survey personnel as required.
PART 2 PRODUCTS – NOT USED
PART 3 EXECUTION
3.01
INTERCONNECTION VAULTS (ITEMS N-1 & H-1)
A.
Measurement and payment of the lump sum price for this item shall be full compensation for
all costs associated with furnishing and installing the new interconnection vaults at each site.
Payment shall include, but is not limited to, pavement removal and disposal, sidewalk
removal and disposal, curb removal and disposal, excavation, excavation support, removing
and disposing of excavated material, dewatering, structural fill, precast vault with access
hatch, interior ladder, and lighting, sump pumps and associated interior piping, valves, and
fittings, interior ductile iron piping, valve, and fittings, wall sleeves, flow meters (Henderson
Street site only), pressure control valves, roadside cabinets, pads for roadside cabinets
(including reinforcing), conduits and wiring for both power and instrumentation and control,
electrical panels, grounding, electrical penetrations, coordination with power company,
power company fees, and electrical service equipment.
B.
This item shall also include mobilization, demobilization, insurance, bonds, shop drawings,
health & safety plan, environmental protection requirements, project meetings, project
closeout, utility locations, acquisition of permits, control of work, pest control, scheduling,
preparation and submittal of contract required work plans, claaning, disinfection, and testing
of the system, and final AutoCAD as-built survey.
C.
This also includes payment for all else required to complete this Project not specifically
included under another Bid Item.
3.02
SCADA SYSTEM (ITEMS N-2 & H-2)
A.
Measurement and payment under this item will be made in accordance with the Contract
provisions shall be full compensation to the Contractor for providing all labor, materials,
equipment, and incidentals required for the SCADA system at each respective site including,
but not limited to, PLCs, UPSs, instruments, software, and communication system, along
with shop drawings, testing, training, and startup.
3.03
BURIED PIPE (ITEMS N-3 & H-3)
A.
Measurement
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 7
1.
Buried pipe of the size and material specified on the bid form will be measured in place on
a linear foot basis. Measurement for length will be along the horizontal centerline of the
pipe, with deductions for valves or fittings. Measurement will be to the nearest tenth of a
foot. Measurement for payment does not signify that the water main is accepted.
2.
The Contractor shall assist the Engineer with making measurements.
B.
Payment
1.
Payment for furnishing new buried pipe of the material and size specified will be made for
the respective quantities as above determined, at the applicable contract price per linear foot
bid under this item.
2.
Payment for furnishing and installing buried pipe will be made for the quantity as above
determined at the contract price per each item in the Bid Form. Such price and payment
shall be full compensation for furnishing all labor, site preparation, equipment, and
materials for measurement for trench excavation (excluding rock and boulder excavation)
including: furnishing, installing and removing sheeting and steel decking, where required;
sawcutting, removal and disposal of existing pavement including top, binder, base, and
subbase courses; removing and disposing of excavated material; dewatering; thrust block
furnishment and installation; concrete piers; cleaning and grubbing; maintainence and
protection of traffic supporting existing utilities within the excavation; transporting and
installing new buried pipe; laying and jointing the pipe, including specified joint restraints;
insulation where required; bedding; placement of ¾” DGA; backfilling; compaction;
polywrapping the pipe (if applicable); temporary pavement; restoring the trench surface to
grade; removal and replacement of all vegetated (non-paved) surfaces disturbed by the
excavation; cleaning, disinfection and testing of the pipe; furnishing and installing any
geotextile filter fabric; daily pavement marking restoration and all else in connection
therewith and incidental thereto for which separate payment is not provided under other
Items in the Bid Form.
3.
Payment for furnishing and installing buried pipe for potable water use shall also include
payment for disinfection and testing of the newly-installed pipe. Payment shall fully
reimburse the Contractor for all labor, materials, equipment, and incidentals required for
sampling; cleaning; flushing; pressure testing; disinfection; de-chlorination and disposal of
all water; testing of chlorine levels in discharge water; and all else in connection therewith
and incidental thereto for which separate payment is not provided under other Items.
Cleaning, disinfection, and testing shall be for the entire transmission main and
appurtenances installed.
4.
Payment for furnishing and installing the PVC drainage pipe shall include all work
associated with connections to the new inconnection vaults and to the storm catch basins.
3.04
DUCTILE IRON FITTINGS (ITEMS N-4 & H-4)
A.
Measurement
1.
Ductile iron fittings (tees, bends, reducers, solid sleeves, end caps, etc.) will be measured
for payment as the number of each at sizes actually furnished and installed in the completed
project and accepted by the Engineer.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 8
B.
Payment
1.
Payment for installing new ductile iron fittings of the class and size specified will be made
for the respective quantities quantity as above determined at the applicable contract price
each under this Items in the Bid Form.
2.
Payment for furnishing and installing ductile iron fittings will be made for the quantity as
above determined at the contract price per each bid in the Bid Form. Such price and
payment shall be full compensation for furnishing all labor, site preparation, equipment,
and materials for measurement for excavation (excluding rock and boulder excavation)
including furnishing, installing and removing sheeting and steel decking, where required;
furnishing and installing thrust blocks; removing and disposing of excavated material;
dewatering and drainage; transporting and installing the fitting, furnishing and installing
sufficient restraint for the fitting; insulation where required; bedding; polywrapping the
fittings; backfilling; compaction; temporary pavement; replacement of vegetated surfaces
disturbed by the excavation; cleaning, disinfection and testing of the fittings; and all else in
connection therewith and incidental thereto for which separate payment is not provided
under other Items.
3.05
VALVES, BOXES, AND APPURTENANCES (ITEMS N-5 & H-5)
A.
Measurement
1.
Valves, boxes, and appurtenances shall be measured as the number of each at sizes actually
installed in the completed project and accepted by the Engineer in accordance with the
Plans and Specifications or as directed by the Engineer.
B.
Payment
1.
Payment shall include furnishing and installing buried gate valves and insertion valves,
with boxes with lids, and extension stems to the size listed in the Bid Form.
2.
Payment for furnishing and installing buried gate valves shall include transporting and
installing buried valves, boxes, covers and valve extension stems. Such price and payment
shall be full compensation for furnishing all labor, site preparation, equipment, and
materials for excavation (excluding rock and boulder excavation) including furnishing,
installing and removing sheeting and steel decking, where required; furnishing and
installing thrust blocks; removing and disposing of excavated material; dewatering and
drainage; supporting existing utilities within the excavation; transporting and installing
valve, valve box, and extension stem material; and furnishing and installing fittings with
necessary joint restraints; insulation where required; including furnishing and placing
screened gravel where required, setting, jointing, furnishing and installing concrete support
blocks; backfilling, providing concrete pad (where box is located off road), temporary
pavement, thrust blocks, cleaning, chlorinating, testing, and all work required for or
incidental to the satisfactory completion of the Items for which separate payment is not
provided under other items in the Bid Form.
3.06
UTILITY TEST PITS (ITEMS N-6 & H-6)
A.
Measurement and Payment
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 9
1.
Test pits for the purpose of locating underground utilities are specified under Section
02015. Test pits shall be made where shown on the Drawings and as directed by the
Engineer. The measured quantity of excavation for test pits will be the actual number of
cubic yards removed, as determined by the Engineer. Test pits shall be paid at the unit price
bid in the Bid Form for the above determined quantity and shall be full compensation for
furnishing all labor, equipment and materials for saw cutting of existing bituminous and
concrete surfaces, excavation (excluding rock and boulder excavation) including
furnishing, installing and removing sheeting and steel decking, where required; removing
and disposing of excavated material; dewatering and drainage; recording the materials, size,
depth and planimetric location of the existing water main and adjacent utilities, particularly
gas utilities relative to three surrounding benchmarks (i.e. face of curb, utility pole, etc.)
and providing this information immediately to the Engineer; backfilling with appropriate
material; compaction; replacement of all curb, gutter, sidewalk and vegetated surfaces
disturbed by the excavation unless otherwise directed by the Engineer; and all else in
connection therewith and incidental thereto for which separate payment is not provided
under other Items.
3.07
ADDITIONAL EXCAVATION, REMOVAL, AND DISPOSAL OF UNSUITABLE
MATERIAL (ITEMS N-7 & H-7)
A. Measurement
1.
Removal and disposal of unsuitable fill shall be measured as the number of cubic yards of
unsuitable fill to be removed within the limits as directed by the Engineer. This item is for
unstuitable material over and above the exacation limits shown on the plans and described in
the specifications.
B.
Payment
1.
Payment for removal of unsuitable fill, will be made for the quantity determined above at
the appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for excavation, transporation, proper disposal, and disposal fees of material which have been
removed and all else incidental thereto for which payment is not provided under other items
in the Bid Form. This item is for unstuitable material over and above the exacation limits
shown on the plans and described in the specifications.
3.08
ADDITONAL STRUCTURAL FILL (ITEMS N-8 & H-8)
A. Measurement
1.
Additional structural fill shall be measured as the number of cubic yards of structural fill
material placed within the excavation as measured installed, as shown in the drawings or as
directed by the Engineer. This item is for additional structural over and above the the fill
limits shown on the plans and described in the specifications.
B. Payment
1.
Payment for additional structural fill will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for furnishing and installing additional fill, including hauling, placement, compaction, and
all else incidental thereto for which payment is not provided under other items in the Bid
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 10
Form. This item is for additional structural over and above the the fill limits shown on the
plans and described in the specifications.
3.09
EXCAVATE, DEMOLISH, REMOVE AND DISPOSE OF EXISTING CONCRETE
STRUCTURE (ITEM N-9)
A.
Measurement
1.
When concrete structure is encountered, the material shall be uncovered and the Engineer
notified. The Engineer will take cross sections of the concrete structure surface. If the
Contractor fails to uncover the concrete structure and notify the Engineer to allow ample time
for cross-sectioning the undisturbed material, the Contractor shall have no right-of-claim to
any classification other than that allowed by the Engineer. Removal of old concrete
foundations, structures, and rock, if any, shall be classified under this item.
2.
Measurements of concrete structure excavation will extend below the bottom of the pipe or
structure as shown on the plan. Excavation widths will be as indicated in the Contract
Documents.
3.
Boulders of more than 2 cubic yards in volume when encountered in earth or trench
excavation will be measured for payment under this item.
4.
The quantity of concrete structure to be paid for will be the number of cubic yards of concrete
structure measured in place, as directed by the Engineer, within the limits herein specified.
B. Payment
1.
Payment for concrete structure excavation will be made for the quantities as above
determined, measured in cubic yards, at the unit price bid in the Bid Form, which price and
payment will be full compensation for excavation or otherwise excavating (exposing),
breaking (demolishing), removing, and disposing of , and all work incidental thereto, for
which payment is not provided under other items.
3.10
SOIL EROSION AND SEDIMENT CONTROL (ITEMS N-10 & H-10)
A. Measurement
1. Soil erosion and sediment control at the locations shown on the Drawings, as specified and as
required by permits, shall be measured as a single item.
B. Payment:
1.
Payment for soil erosion and sediment control shall be made at the contract lump sum price
and shall include all labor, materials, equipment, erosion control devices, maintenance,
removal of all erosion control devices, restoration, and all other items incidental to the
performance of this work.
3.11
ENVIRONMENTAL RESTORATION (ITEMS N-11 & H-11)
A. Measurement
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 11
1.
Environmental restoration as specified in Section 01110, shall be measured as a single
item.
B.
Payment
1.
Payment of the lump sum established in the Schedule of Prices shall be full compensation
for all labor, materials, and equipment required to do all the work specified in Section
01110 and as shown on the Drawings, including the planting of any new trees. Payment
shall fully reimburse the Contractor for cooperating with and meeting all the requirements
of the Governing Regulatory Agencies relative to construction as shown on the Drawings
and as specified and as may be required or necessary to complete the Work.
3.12
MAINTENANCE AND PROTECTION OF TRAFFIC (ITEMS N-12 & H-12)
A.
Payment for maintenance and protection of traffic shall be made at the lump sum price bid in
the Proposal. This price shall include the fixed signs and traffic control devices for day and
night work, Traffic Control Coordinator, and all labor, equipment, and materials necessary
for erecting and maintaining the signs and traffic control devices, relocating traffic control
devices, protection or replacement of traffic signalization equipment, and all else necessary
therefore and incidental thereto.
3.13
HOT MIX ASPHALTS (ITEMS N-13A, N-13B, N-13C, H-13A, H-13B, AND H-13C)
A. Measurement
1.
Measurement for Hot Mix Asphalts will be on a per square basis for surface course (2 inches
thick) and per ton basis for base course, and shall include all labor to properly place and
transport hot mix asphalt. Measurement for pavement repair for which payment will be made
will be the actual pavement area within the repair limits shown on the plans, as measured in
square yards or tons.
2.
Items N-13C and H-13C are “if and where” items as directed by the Owner or Engineer.
B. Payment
1.
Payment for the bituminous concrete surface course (Hot Mix Asphalt) will be made for the
quantity of pavement in square yards (surface course) or tons (base course) as measured
above at the unit price bid for each thickness class in the Bid Form. These prices shall be
considered compensation for all labor, materials and equipment used to pave all streets
disturbed during construction, in accordance with the plans, specifications, and details.
Included in these prices shall be all costs for leveling courses, cleaning and broom sweeping,
tack coats, adjustments of manhole castings and other structures, removal of core samples,
replacement of pavement stripes and markings and all else necessary and incidental to the
work described herein. The Engineer will use yield calculations to verify in place pavement
thickess, and the Contractor will be paid accordingly.
3.14
DGA OR GRAVEL BASE COURSE (ITEMS N-14 & H-14)
A. Measurement
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 12
1.
DGA or gravel base course shall be measured as the number of cubic yards of DGA or gravel
base course material placed within the trench as measured installed, as shown in the drawings
or as directed by the Engineer.
B. Payment
2.
Payment for DGA or gravel base course will be made for the quantity determined above at
the appropriate unit price bid in the Bid Form. Price and payment shall be full
compensation for furnishing and installing DGA or gravel base course, including hauling,
placement, compaction, and all else incidental thereto for which payment is not provided
under other items in the Bid Form.
3.15
CONCRETE SIDEWALK WITH STEEL REINFORCING, 6” THICK (ITEM N-15) AND
4” THICK (ITEM H-15)
A. Measurement
1.
The quantity of concrete sidewalk for which payment will be made will be the square yardage
of actual concrete slab formed, furnish, completed and approved in accordance with the Plans
or as directed by the Engineer. Concrete sidewalk at the Newark Street site shall be 6” thick
and the concrete sidewalk at the Henderson Street site shall be 4” thick.
B. Payment
1.
Payment for the quantity shall be made for the square yardage as measured at the unit price as
listed in the Bid Form. These prices shall be considered compensation for all labor, materials,
and equipment used to form, transport, place, and cure concrete sidewalk in accordance with
the plans, specificiations, and details. Included in this price shall be leveling, forming, placing
and tying steel reinforcing, finishing, testing, curing, and all else necessary and incidental to
the work described herein.
3.16
CONCRETE CURBING (ITEMS N-16 & H-16)
A. Measurement
1.
The quantity of curbing (6” by 18” or 9” by 18”) for which payment will be made will be the
linear footage of complete curb-line actually installed in accordance with the Plans or as
directed by the Engineer.
B. Payment
1.
Payment for the quantity shall be made for the linear footage as measured at the unit price as
listed in the Bid Form. These prices shall be considered compensation for all labor, materials,
and equipment used to form, transport, place, and cure concrete curbing in accordance with
the plans, specificiations, and details. Included in this price shall be leveling, forming, placing
and tying steel reinforcing, finishing, testing, curing, and all else necessary and incidental to
the work described herein. No additional payment will be made for installing in areas where
hand forming may be necessary or when depressed curb forming is required.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 13
3.17
INLET PROTECTION (ITEMS N-17 & H-17)
A.
Measurement
1.
The quantity of inlet protection for which payment will be made, shall be each inlet to
which protection is furnished and installed upon per the details on the Drawings, and in the
specifications, or as ordered by the Engineer.
B.
Payment
1.
Payment for inlet protection shall be any work completed in place and approved by the
Engineer, will be made for the quantity determined above at the appropriate unit price bid
in the Bid Form. Price and payment shall be full compensation for furnishing and
installation of all inlet protection, including labor, materials, and all else incidental thereto
for which payment is not provided under other items in the Bid Form.
3.18
PILE SUPPORT SYSTEM - ALLOWANCE (ITEM H-18)
A.
Measurement and payment for providing a pile support system at the Henderson Street site
shall be the payment of all costs related to drilling piles to appropriate depth, installing a
concrete pad (pile cap) including reinforcement, and attaching the interconnection vault to
the pipe cap concrete pad. Payment will be made in accordance with the Contract provisions
for this item and shall be full compensation to the Contractor for providing all labor,
materials, equipment, and incidentals required as directed by the Engineer.
3.19
FUEL AND ASPHALT PRICE ADJUSTMENT – ALLOWANCE (ITEMS N-19 & H-19
AND N-20 & H-20)
A.
The Owner will measure and make payment for Fuel and Asphalt Price Adjustment on a
lump sum basis.
B.
With the adjustments:
1.
The Owner has provided in the proposal a maximum lump sum allowance for the price
adjustment that the owner has found to be reasonable and has funds available to pay.
2.
The maximum increased payment the Owner will make due to a net increase in costs of
items subject to price adjustment is the lump sum amount established in the proposal.
3.
The maximum reduction in payment that the Owner will make due to a net decrease in
costs of items subject to price adjustment is not constrained by the Lump Sum amount
established in the proposal.
4.
Final payment for the price adjustment items in the Proposal will be an additional amount
equal to the lesser of the actual net increase in costs or the Proposal Lump Sum amount or,
if there is a net decrease in costs, will be a reduction (credit) equal to the net decrease in
costs.
5.
Adjustments due to decreases in costs will always be made; however, no adjustment due to
increases in cost will be made for the portion of work items completed after the contract
completion date set forth in the Agreement unless an extension time is approved.
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 14
6.
Prior to each progress payment, the Contractor will provide, in form acceptable and for
review and approval by the Engineer, a proposed calculation of required price adjustments
for the items constructed during the period.
7.
NO FUEL ADJUSTMENT WILL BE MADE IN ANY MONTH WHERE THE FUEL
PRICE INDEX HAS CHANGED LESS THAN 5% FROM THE BASIC FUEL PRICE.
3.20
POLICE TRAFFIC DIRECTORS - ALLOWANCE (ITEMS N-21 & H-21)
A.
Measurement and payment for police traffic directors shall be the direct payment of costs
related to police traffic directors on site for traffic duties. The Contractor will be required to
submit copies of invoices showing the hours and pay rates for each officer. The Contractor
cannot add profit, administrative, overhead or any other fees to the hourly rate billed by the
municipality. The payment for police traffic directors will be made from the allowance. The
Contractor shall contact the Office of Outside Employment (OEP) to assign police traffic
directors at (201) 420-2000 extension 1303 or OEP@hoboken.nj.gov.
3.21
CONCRETE, ASPHALT AND SOIL TESTING - ALLOWANCE (ITEMS N-22 & H-22)
A.
Measurement and payment for concrete, asphalt, and soil testing shall be the direct payment
of costs related to concrete, asphalt, and soil testing in accordance with Section 01410. The
Contractor will be required to submit copies of invoices showing a breakdown of the tests
performed including description of test, material and parameters tested, number of tests, unit
prices, location(s) of test, and any other pertinent information . The Contractor cannot add
profit, administrative, overhead or any other fees, and payment will be made from the
allowance.
3.22
UTILITY RELOCATION - ALLOWANCE (ITEMS N-23 & H-23)
A.
Measurement and payment for utility relocation shall be the direct payment of costs related
to the relocation of existing active utilities if necessary. The Contractor will be required to
submit copies of invoices showing the charges from the utility. The Contractor cannot add
profit, administrative, overhead or any other fees. The payment for utility relocation will be
made from the allowance.
3.23
CONTINGENCY ALLOWANCE (ITEMS N-24 & H-24)
A.
Work for this Bid Item shall be as directed by the Engineer for the Owner’s purposes. The
Allowance amount shall be as indicated on the Bid Form. Payment will be made in
accordance with the Contract provisions for this item and shall be full compensation to the
Contractor for providing all labor, materials, equipment, and incidentals required as directed
by the Engineer.
3.24
SAMPLE AND WASTE CLASSIFY SOILS ALLOWANCE (ITEMS N-25 & H-25)
A.
Measurement and Payment
1.
This item will be paid on a per location basis. This item includes but is not limited to
necessary sampling, testing, classification, and disposal of all excavated material, field
sampling and laboratory analysis, and submittal of NJDEP forms, preparation and obtaining
permits and paying fees for classifying excavated materials per NJDEP requirements. The
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 15
sample shall be acquired at the required in the field. The sample shall be tested for all the
parameters required by the Contractor’s selected disposal site. Any additional sampling
required by the disposal facility will be at the contractor’s expense.
3.25
LOADING, HAULING, AND DISPOSING OF REGULATED MATERIAL ALLOWANCE
(ITEMS N-26 & H-26) & LOADING, HAULING, AND DISPOSING OF HAZARDOUS
MATERIAL ALLOWANCE (ITEMS N-27 & H-27)
A.
Measurement and Payment
1.
Payment for quantities for these bid items shall be made under the allowance provided in
the Bid Form. The Contractor shall provide a unit price per ton after completion of the
sampling, testing, and classification of the excavated material. The price shall include
labor, equipment, material, excavation, staging, hauling, disposal at a proper disposal
facility, all else necessary and incidental thereto the work of soil disposal. The unit price
shall be based on the actual direct cost for the work indicated. A breakdown of the cost
shall be provided to the Engineer for review and approval.
3.26
SCADA WORK STATION AND REMOTE MONITORING SITES SCADA
ALLOWANCE (ITEM S-1)
A.
Measurement and payment under this item will be made in accordance with the Contract
provisions shall be full compensation to the Contractor for providing all labor, materials,
equipment, and incidentals required for the SCADA component of a systemwide SCADA
system including, but not limited to, PLCs, UPSs, instruments, software, and communication
system, along with shop drawings, testing, training, and startup.
3.27
SCADA WORK STATION AND REMOTE MONITORING SITES ELECTRICAL
ALLOWANCE (ITEM S-2)
A.
Measurement and payment under this item will be made in accordance with the Contract
provisions shall be full compensation to the Contractor for providing all labor, materials,
equipment, and incidentals required for the electrical component of a systemwide SCADA
system including, but not limited to, power, conduits, and wiring.
3.28
SCADA WORK STATION AND REMOTE MONITORING SITES PLUMBING
ALLOWANCE (ITEM S-2)
A.
Measurement and payment under this item will be made in accordance with the Contract
provisions shall be full compensation to the Contractor for providing all labor, materials,
equipment, and incidentals required for the plumbing component of a systemwide SCADA
system including, but not limited to, installation of pressure transmitters.
3.29
TRAFFIC STRIPING, 2-FEET SOLID WHITE (ITEMS N-28 & H-28)
A.
Measurement
1.
Traffic Striping shall be measured as the number of linear feet of 2-feet wide solid white
long-life thermoplastic traffic striping properly placed on asphalt or concrete pavement.
B.
Payment
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 16
1.
Payment for Traffic Striping will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for properly placing long-life thermoplastic traffic striping on asphalt or concrete
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.30
TRAFFIC STRIPING, 4-INCH SOLID WHITE (ITEMS N-29 & H-29)
A.
Measurement
1.
Traffic Striping shall be measured as the number of linear feet of 4-inch wide solid white
long-life thermoplastic traffic striping properly placed on asphalt or concrete pavement.
B.
Payment
1.
Payment for Traffic Striping will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for properly placing long-life thermoplastic traffic striping on asphalt or concrete
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.31
TRAFFIC STRIPING, 4-INCH SOLID DOUBLE YELLOW (ITEMS N-30 & H-30)
A.
Measurement
1.
Traffic Striping shall be measured as the number of linear feet of 4-inch wide solid double
yellow long-life thermoplastic traffic striping properly placed on asphalt or concrete
pavement.
B.
Payment
2.
Payment for Traffic Striping will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for properly placing long-life thermoplastic traffic striping on asphalt or concrete
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.32
TRAFFIC STRIPING, 4-INCH DASHED YELLOW (ITEM H-31)
A.
Measurement
1.
Traffic Striping shall be measured as the number of linear feet of 4-inch wide dashed
yellow long-life thermoplastic traffic striping properly placed on asphalt or concrete
pavement.
B.
Payment
3.
Payment for Traffic Striping will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for properly placing long-life thermoplastic traffic striping on asphalt or concrete
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 17
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.33
TRAFFIC STRIPING, 8-INCH SOLID WHITE (ITEM H-32)
A.
Measurement
1.
Traffic Striping shall be measured as the number of linear feet of 8-inch wide solid white
long-life thermoplastic traffic striping properly placed on asphalt or concrete pavement.
B.
Payment
4.
Payment for Traffic Striping will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for properly placing long-life thermoplastic traffic striping on asphalt or concrete
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.34
TRAFFIC STRIPING, 8-INCH DASHED WHITE (ITEM H-33)
A.
Measurement
1.
Traffic Striping shall be measured as the number of linear feet of 8-inch wide dashed white
long-life thermoplastic traffic striping properly placed on asphalt or concrete pavement.
B.
Payment
5.
Payment for Traffic Striping will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for properly placing long-life thermoplastic traffic striping on asphalt or concrete
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.35
TRAFFIC MARKINGS (ITEMS N-34 & H-34)
A.
Measurement
1.
Traffic Markings shall be measured as the number of long-life thermoplastic traffic
markings properly placed on asphalt or concrete pavement.
B.
Payment
1.
Payment for Traffic Markings will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for properly placing long-life thermoplastic traffic markings on asphalt or concrete
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.36
POLYMER CEMENT SURFACTING (ITEM H-35)
A.
Measurement
© 2025 CDM Smith
All Rights Reserved
01025 (Rev) - 18
1.
Polymer cement surfacing shall be measured as the square feet of properly placed polymer
cement surfacing on asphalt or concrete pavement as shown on the Drawings or as
ordering by the Engineer.
B.
Payment
1.
Payment for Polymer Cement Surfacing will be made for the quantity determined above at
the appropriate unit price bid in the Bid Form. Price and payment shall be full
compensation for properly placing polymer cement surfacing on asphalt or concrete
pavement, and all else incidental thereto for which payment is not provided under other
items in the Bid Form.
3.37
DELINEATORS WITH TUFF CURB (ITEMS N-36 & H-36)
A.
Measurement
1.
The quantity of traffic delineators with tuff curb for which payment will be made, shall be
each delineator is furnished and installed upon per the details on the Drawings, and in the
specifications, or as ordered by the Engineer.
B.
Payment
1.
Payment for traffic delineators with tuff curb shall be any work completed in place and
approved by the Engineer, will be made for the quantity determined above at the
appropriate unit price bid in the Bid Form. Price and payment shall be full compensation
for furnishing and installation of traffic delineators with tuff curb including channelizer
post, curb system, and high intensity reflective sheeting, and including labor, materials, and
all else incidental thereto for which payment is not provided under other items in the Bid
Form.
3.38
RESET CASTING (ITEMS N-37 & H-37)
A.
Measurement
1.
The quantity of castings to be reset, for which payment will be made, shall be each
casting reset per the details on the Drawings, and in the specifications.
B.
Payment
1.
Payment for resetting casting shall be any work completed in place and approved by
the Engineer, will be made for the quantity determined above at the appropriate unit
price bid in the Bid Form. Price and payment shall be full compensation for resetting
and leveling manhole castings, including labor, materials, and all else incidental
thereto for which payment is not provided under other items in the Bid Form.
END OF SECTION
02580 - 1
SECTION 02580
POLYMER CEMENT SURFACING
PART 1 - GENERAL
1.01
WORK INCLUDED
A.
This work consists of installing a polymer cement surface system (PCSS) (colored or base
color) on a prepared substrate in accordance with these specifications and with the plans
established by the engineer. The resulting surface may be patterned or monolithic as
required by the design plans. The work shall be performed utilizing the products, processes,
equipment, and certifications of Endurablend™ Systems, or an approved equal. Approved
equal materials shall have proven in‐place history over asphalt and/or concrete and should
meet all the material properties and be installed in accordance with this specification.
1.02
RELATED WORK
A.
Section 02511 – Permanent Pavement Repair
1.03
REFERENCES
A.
New Jersey Department of Transportation, Standard Specifications for Road and Bridge
Construction, latest revision.
1.04
SUBMITTALS
A.
Proposed Pavement Mix Designs
PART 2 - PRODUCTS
2.01
All materials shall be in conformance with the Standard Specifications for Road and Bridge
Construction of the N.J. Department of Transportation, latest edition.
2.02
The PCSS material used shall be the Endurablend™ System or an approved equal. Material
submitted for pre‐approval as an equivalent product shall meet the requirements of this section.
Polymer Cement Material Properties
Description
Test Method
Value
Compressive Strength, (at 28 days) 2” Cube 1
ASTM C‐109
> 3,100 PSI
Tensile Strength 1
ASTM C‐190
> 700 PSI
Bond Strength with Asphalt 1, 2
ASTM C‐1583
> 250 PSI
Bond Strength with Concrete 1
ASTM C‐1583‐13
> 250 PSI
02580 - 2
Skid Resistance (at 60km/hr)
ASTM E‐1911
ASTM E‐274
> 40
> 40
Length Change 1
ASTM C‐157
< 0.024%
Solar Reflectivity Index 3, 4
ASTM C‐1549
ASTM E‐1980
> 0.29
Flexibility 5
½” Thick Beam under Static
Load – Max. Deflection
½”
2.03
Any chemical admixtures and/or color pigments used, the dosage rates and the conditions for use
in the PCSS shall be approved by the manufacturer.
2.04
The material shall be delivered to site in weatherproof containers and stored in a covered and
ventilated location.
2.05
The equipment to be used shall be approved by the manufacturer or an approved installer. The
installer shall demonstrate that the equipment shall be capable of handling materials, performing
the work, maintaining proper material temperature, maintaining the minimum level of required
productivity, and producing a product of the specified quality and be maintained in good
mechanical condition. The contractor shall also provide sufficient equipment to enable the
prosecution of the work in accordance with the project schedule and completion of the work in the
specified time.
2.06
The equipment shall be capable of handling and transferring the dry materials and liquids to the
approved mixer without causing spillage, segregation, or contamination.
PART 3 - EXECUTION
3.01
Weather Limitations
A. PCSS shall only be placed when all of the following conditions are met:
1.
The pavement surface is dry.
2.
Ambient and substrate temperatures are 50° F (10° C) and rising and expected to remain
above 50° F (10° C) for 6 hours.
3.
There is no forecast of temperatures below 35° F (2° C) within 24 hours from the time of
placement.
4.
The weather is not foggy or rainy. When rain appears imminent, all placement operations
shall cease and the work shall not be resumed until the threat of rain has passed.
B. Cold Weather Requirements
1.
When the ambient temperature is below 50° F (10° C), but will remain above 40° F (5°
C) during paving and the substrate temperatures are 50° F (10° C) and rising, the PCSS
02580 - 3
can be placed only when manufacturer approved accelerators are added to the mix and
approval of the Engineer is obtained.
C.
Hot Weather Requirements
1.
Care should be taken when placing the PCSS when the substrate temperature exceeds
130° F (50° C). Application temperatures of the substrate above 130° F (50° C) should
be closely monitored for performance during the course of application. Any observable
defects occurring as a result of extreme temperature should be cause for immediate
halting of placement operations.
2.
Where the ambient paving air temperature is going to exceed 90° F (32° C) then the use
of cold water and ice should be considered for the blending operation. Where the
provision of cold water or replacing the part of the water requirement with ice is not
possible, then the use of a retarder should be used with the mix.
3.02
Surface Preparation
A.
The substrate that is to receive the PCSS system shall be cleaned of sand, dirt, dust, rock, or
any other debris that could prevent proper adhesion. Cleaning shall be accomplished by
power broom, scraping, blowing, washing, or other approved methods necessary to assure
bonding between the PCSS surface course and the substrate. PCSS operations shall not be
started until the surface is in a condition as recommended by the manufacturer.
3.03
Damaged Substrate
A.
All substrate receiving PCSS shall be free of potholes, spalling, or other areas of structural
deterioration. If identified in the plans, or directed by the Engineer, all such areas shall be
excavated to a depth where the substrate is structurally sound and repaired with an
approved pothole repair method. Structurally deficient areas not identified for repair in the
plans shall be reported to the Engineer.
3.04
Mixing
A.
The measuring and mixing operation shall be capable of producing a consistent
homogeneous mix sufficient to maintain the production levels required for the work. The
water and dry blend shall be charged into the mixer and blended to the desired consistency
while maintaining effective temperatures to prevent flashing of the mix. Hand mixing in
pails is not permissible.
3.05
Placing
A.
PCSS shall be uniformly deposited on the substrate by roto‐stator spray equipment. The
spray apparatus shall be a device approved by the manufacturer and have the capability of
mixing the materials at a rate to insure continuous spray operations. With the stencil design,
the base coat may be applied with a squeegee.
3.06
Stenciled Pavement
02580 - 4
A.
This design requires a base coat of the material to be applied by squeegee or spray on top
of asphalt or concrete pavement. Concrete pavement may require shot blasting to roughen
the surface to ensure proper bonding. The base coat provides a grout line color plus seals
the surface. Once the base coat has cured, apply the specified stencil pattern and spray the
top coat. Remove stencil when the top coat has reached the proper consistency and allow
coating to cure. Cure to traffic time is approximately 2 hours at 70 degrees. The total cured
thickness should be between 1/8” and 3/16”.
B.
The stencils should be a plastic or paper pattern consistent with the design of the
crosswalks.
3.07
Non-Patterned Application
A.
This design uses a colored or base color coating without a decorative pattern. Apply the
material to the asphalt or concrete pavement using roto‐stator spray apparatus. Concrete
pavement may require shot blasting to roughen the surface to ensure proper bonding. A
smooth or textured surface can be created. A textured surface is achieved by adding
aggregate to the mix or distributing a fine aggregate to the surface after application as
specified in the plans. Cure to traffic time is approximately 2 hours at 70 degrees. The total
cured thickness should be between 1/8” and 3/16”.
3.08
Curing and Opening to Traffic
A.
Care shall be taken by the contractor to protect the PCSS surface course from traffic until
the area is sufficiently cured. Curing time will vary depending on ambient and surface
temperatures. The PCSS shall not be opened to traffic until it has reached sufficient
compressive strength that the surface will not be damaged by vehicular traffic and the area
has been approved for opening by a representative of the manufacturer, the installer, or the
Engineer.
END OF SECTION
Hoboken Pressure Mitigation Project
SCADA Integrator Scope of Work
A. SCOPE OF SERVICES
This document shall cover the System Integrator’s scope of work related to the Hoboken
Pressure Mitigation Project.
Task 1 – SCADA System
General Description:
The System Integrator shall provide a new SCADA system and commission a cellular virtual
private network (VPN) connecting the Newark St, Henderson St, Weehawken, Hoboken DPW,
and Hoboken FD sites to the Veolia office utilizing cellular modems on a Verizon VPN class
service network. Each remote site will be outfitted with a control panel containing an Allen-
Bradley MicroLogix 870 PLC along with a Mission RTU and all required components,
connectivity and programming. The new Henderson St location will have 2 such systems, one for
the Hoboken private network and one for the JCMUA private network.
GE Proficy iFIX SCADA software will be provided in the Veolia office. The SCADA software
will run on a PC and communicate via Ethernet with a local data concentrator comprised of an
Allen Bradley MicroLogix 870 PLC. The data concentrator PLC will receive pressure values
from the remote sites. The SCADA system will display system pressures and flows from the
remote stations and allow for operator manual commands to be sent to the interconnection valve
controllers over the cellular VPN network.
A control algorithm shall be programmed to maintain acceptable pressure in the system. Refer to
Task 3 below for programming requirements.
Detailed Hardware and Software Requirements:
Provide the following SCADA hardware and software materials. All sites shall include network
testing, panel drawings, instrumentation terminations, startup and training.
SCADA Server and Data Concentrator at Veolia’s Office:
Dell Optiplex Micro PC w/ 24 in. monitor, keyboard and mouse
Desktop 120VAC, 1000 KVA UPS
SCADA Server License (GE Proficy iFIX 300 tag minimum with Proficy Historian)
Data Concentrator Programmable Logic Controller (PLC) (Allen-Bradley MicroLogix
870 PLC - 2080-L70E-24QWBK, or equal).
Communication Panel
o
Shall be powered from the desktop UPS
o
NEMA 12 Enclosure
o
8-port Managed Ethernet Switch (Phoenix Contact, or equal)
o
Cellular Modem (Sierra Wireless RV50X, or equal)
2
Henderson Street SCADA Cabinets:
Two (2) enclosures, each with including the following:
o
NEMA 12, 1-Door, painted steel construction, front access only, LED light
fixture. Panel shall have a lockable handle with 3-point latching system. The
following components shall be included:
PLC (Allen-Bradley MicroLogix 870 PLC - 2080-L70E-24QWBK, or
equal). I/O expansion modules and power supply as required to satisfy the
system input and output requirements. Provide a minimum of 20%
additional spare of each I/O type required. Refer to P&IDs for I/O
requirements.
Mission Communications MyDro 850 RTU with FlatPak Enclosure.
Include the following:
I/O expansion modules as needed to accommodate the required I/O
plus 20% spare of each I/O type.
Cellular radio
Antenna – 3db omni-directional with all required cabling and
mounting hardware
One year of managed service. Shall be registered to the Owner as
directed during construction
o
5 days of startup service by a Mission Communications
representative.
Redundant 24VDC power supplies.
750VA minimum uninterruptible power supply (UPS).
Cellular Modem (Sierra Wireless RV50X, or equal)
Cellular antenna surge suppressor
Panel intrusion door switch
4G LTE network omni-directional mobile broadband MIMO antenna
compatible with all major cellular service providers. Minimum gain of
3dBi at the 700 MHz band. Antenna shall be installed on the top exterior
of the control panel.
Nameplate shall be provided that identifies the panel.
Control panel shall be completely fabricated with all internal panel devices
wired at the System Integrator’s facility.
10” Operator Interface Terminal shall be mounted on the front door of the Hoboken
SCADA cabinet (PanelView Plus 7 series, or equal).
8-port Managed Ethernet Switch shall be mounted within the Hoboken SCADA cabinet
(Phoenix Contact, or equal)
The System Integrator shall wire I/O signals directly to each PLC enclosure at each remote site.
Signal splitters (Acromag or equal) shall be provided as indicated on the P&IDs.
Newark Street and Weehawken SCADA Cabinets:
Newark Street and Weehawken sites shall each be provided with the following as indicated on
the control system architecture drawing I-2.
NEMA 12, 1-Door, painted steel construction, front access only, LED light fixture. Panel
shall have a lockable handle with 3-point latching system. The following components
shall be installed within the control panel:
3
o
PLC (Allen-Bradley MicroLogix 870 PLC - 2080-L70E-24QWBK, or equal). I/O
expansion modules and power supply as required to satisfy the system input and
output requirements. Provide a minimum of 20% additional spare of each I/O type
required. Refer to P&IDs for I/O requirements.
o
10” Operator Interface Terminal shall be mounted on the front door of the
SCADA cabinet (PanelView Plus 7 series, or equal).
o
Mission Communications MyDro 850 RTU with FlatPak Enclosure. Include the
following:
I/O expansion modules as needed to accommodate the required I/O plus
20% spare of each I/O type.
Cellular radio
Antenna – 3db omni-directional with all required cabling and mounting
hardware
One year of managed service. Shall be registered to the Owner as directed
during construction
5 days of startup service by a Mission Communications representative.
o
8-port Managed Ethernet Switch (Phoenix Contact, or equal)
o
Redundant 24VDC power supplies.
o
750VA minimum uninterruptible power supply (UPS).
o
Cellular Modem (Sierra Wireless RV50X, or equal)
o
Cellular antenna surge suppressor
o
Panel intrusion door switch
4G LTE network omni-directional mobile broadband MIMO antenna compatible with all
major cellular service providers. Minimum gain of 3dBi at the 700 MHz band. Antenna
shall be installed on the top exterior of the control panel.
Control panel shall be completely fabricated with all internal panel devices wired at the
System Integrator’s facility.
Nameplate shall be provided that identifies the panel.
The System Integrator shall wire I/O signals directly to each PLC enclosure at each remote site.
Signal splitters (Acromag or equal) shall be provided as indicated on the P&IDs.
Department of Public Works and Hoboken Fire Department RTU Panels:
NEMA 4X, 1-Door, stainless steel construction, front access only, LED light fixture.
Panel shall have a lockable handle with 3-point latching system. The following
components shall be installed within the control panel:
o
PLC (Allen-Bradley MicroLogix 870 PLC - 2080-L70E-24QWBK, or equal). I/O
expansion modules and power supply as required to satisfy the system input and
output requirements. Provide a minimum of 20% additional spare of each I/O type
required. Refer to P&IDs for I/O requirements.
o
Mission Communications MyDro 850 RTU with FlatPak Enclosure. Include the
following:
I/O expansion modules as needed to accommodate the required I/O plus
20% spare od each I/O type.
Cellular radio
Antenna – 3db omni-directional with all required cabling and mounting
hardware
4
One year of managed service. Shall be registered to the Owner as directed
during construction
5 days of startup service by a Mission Communications representative.
o
8-port Managed Ethernet Switch (Phoenix Contact, or equal)
o
Redundant 24VDC power supplies.
o
500VA minimum uninterruptible power supply (UPS).
o
Cellular Modem (Sierra Wireless RV50X, or equal)
o
Cellular antenna surge suppressor
o
Panel intrusion door switch
4G LTE network omni-directional mobile broadband antenna compatible with all major
cellular service providers. Minimum gain of 3dBi at the 700 MHz band. Antenna shall be
installed on the top exterior of the control panel.
Control panel shall be completely fabricated with all internal panel devices wired at the
System Integrator’s facility.
Nameplate shall be provided that identifies the panel.
The System Integrator shall wire I/O signals directly to each PLC enclosure at each remote site.
Signal splitters (Acromag or equal) shall be provided as indicated on the P&IDs.
Panel Sizing and Installation:
At Henderson Street, the electrical contractor will provide a pedestal cabinet in which the
two SCADA cabinets will be mounted. Dimensions of the Henderson Street SCADA
cabinets shall not exceed 36” H x 30” W x 12” D.
At Newark Street, the electrical contractor will provide a pedestal cabinet in which the
Newark Street SCADA cabinet (PLC-NWK enclosure) will be mounted. Dimensions of
the Henderson Street SCADA cabinet shall not exceed 36” H x 30” W x 12” D.
At Weehawken, the electrical contractor will provide a pedestal cabinet in which the
Weehawken SCADA cabinet (PLC-WHK enclosure) will be mounted. Dimensions of the
Weehawken SCADA cabinet shall not exceed 36” H x 30” W x 12” D.
For the DPW Public Works RTU Panel (PLrC-DPW) the minimum dimensions shall be
dimensions shall be 24” H x 18” W x 10” D, and the dimensions shall not exceed 30” H x
24” W x 12” D.
For the Hoboken Fire Department RTU Panel (PLC-HFD) the minimum dimensions shall
be dimensions shall be 24” H x 18” W x 10” D, and the dimensions shall not exceed 30”
H x 24” W x 12” D.
Spare Equipment
Provide the following spare equipment (per panel):
I/O Cards: Provide one (1) spare for each unique I/O module type installed.
Relays and Sockets: Provide two (2) spares for each type installed.
Fuses and circuit breakers: Ten (10) fuses and two (2) circuit breakers for each type and
5
size installed.
Light bulbs and pilot lights: Three (3) spare lights for each color installed.
Selector switches/pushbuttons: One (1) spare of each type installed including contact
blocks.
Ethernet Cables: Two (2) spare cables for each type installed.
Task 2 – Instrumentation
Provide the instruments listed below, refer to the Instrument List and Process Instrumentation
Guidelines in Appendix A and B, respectively, for additional information:
Henderson Street Interconnection:
o
Two (2) electromagnetic flowmeters
o
Four (4) pressure indicating transmitters
o
One (1) high level float switch
o
Two (2) pedestal cabinet door intrusion switches (one for each door)
Newark Street Interconnection
o
Four (4) pressure indicating transmitters
o
One (1) high level float switch
o
Two (2) pedestal cabinet door intrusion switches (one for each door)
DPW Station
o
One (1) pressure indicating transmitter
HFD Station
o
One (1) pressure indicating transmitter
System Integrator shall furnish all mounting hardware required for pipe stand, surface, or other
mounting.
Spare Instruments
Provide the following spare instruments:
TBD
Task 3 –Programming Services
System Integrator shall perform the following programming services:
New OIT graphics for each interconnection site shall be created and tested. These
graphics shall reside on the OIT mounted on each SCADA cabinet.
New HMI graphic displays shall be created and tested for each interconnection site and
remote station. The graphics shall reside on the new SCADA Standards and Guidelines.
Instrumentation programming shall be consistent with the VW-JCMUA existing
programming standards for both PLC and HMI, including high and low analog alarm
levels, alarming setpoint adjustments, and calibration mode functionality, where
6
applicable. Alarms shall be generated at the OIT and HMI.
The following signals shall be monitored for the Henderson St. Interconnection Meter &
Pressure Control Valve Vault (to PLC-HND):
o
I-3
Interconnection Vault Sump High Level (DI)
Pedestal Cabinet Door 1 Intrusion (DI)
Pedestal Cabinet Door 2 Intrusion (DI)
Transmission Main No. 1 Upstream Pressure (AI)
Transmission Main No. 1 Downstream Pressure (AI)
Transmission Main No. 2 Upstream Pressure (AI)
Transmission Main No. 2 Downstream Pressure (AI)
Transmission Main No. 1 Flow (AI)
Transmission Main No. 2 Flow (AI)
Transmission Main No. 1 Control Valve Position (AI)
Transmission Main No. 2 Control Valve Position (AI)
The following signals shall be monitored for the Newark St. Interconnection Pressure
Control Valve Vault (to PLC-NWK):
o
I-4
Interconnection Vault Sump High Level (DI)
Pedestal Cabinet Door 1 Intrusion (DI)
Pedestal Cabinet Door 2 Intrusion (DI)
Transmission Main No. 1 Upstream Pressure (AI)
Transmission Main No. 1 Downstream Pressure (AI)
Transmission Main No. 2 Upstream Pressure (AI)
Transmission Main No. 2 Downstream Pressure (AI)
Transmission Main No. 1 Control Valve Position (AI)
Transmission Main No. 2 Control Valve Position (AI)
The following signals shall be monitored from the existing Newark St. Interconnection
Meter Station RTU (to PLC-NWK):
o
I-4
Transmission Main No. 1 Flow (AI)
Transmission Main No. 2 Flow (AI)
The following signals shall be monitored from the existing Veolia Water New Jersey
Weehawken RTU (to PLC-WHK):
o
I-5
Inlet Pressure (AI)
Flow (AI)
The following signals shall be monitored for the DPW Station (to PLC-DPW):
o
I-5
Pressure (AI)
The following signals shall be monitored for the HFD Station (to PLC-HFD):
o
I-5
7
Pressure (AI)
The System Integrator shall be responsible for programming the automatic control
strategy for the pressure control valves as specified herein:
PRESSURE CONTROL SYSTEM
General:
The transmission main pressure control system, consisting of two pressure control valves
at both the Henderson Street and Newark Street interconnections. Valves shall be
programmed to reduce pressure as described in the control descriptions below. Automatic
control shall be provided to initiate pressure control sequence. DPW, HFD, and
Weehawken remote sites shall be setup for remote monitoring of pressure and/or flow as
specified above.
Control:
Local (Valve Control Panel Display):
Local:
When the valve is being controlled in “Local” mode, the valve can be opened or
closed or set to maintain a local target downstream pressure setpoint via the
display panel on the valve controller panel.
Remote:
When the valve is being controlled in “Remote”, control of the valve shall be
transferred to the SCADA PLC/OIT/HMI.
SCADA PLC/OIT/HMI:
Manual Control:
The control valve can be opened and closed by the operator at the OIT/HMI.
Automatic Control:
All automatic control logic shall reside in the local PLCs at Henderson Street and
and Newark Street such that if communications are lost, the site can continue to
operate. The main PLC at Veolia office shall serve as a data concentrator to
receive data and send commands and setpoints from/to the remote sites.
Either PLC-HND (Henderson St.) or PLC-NWK (Newark St.) shall be able to act
as the primary site that dictates system operation depending on where throttling
functionality is required. If throttling functionality is required at Henderson St.,
8
PLC-HND shall act as the primary site and PLC-NWK shall act as the secondary
site. If throttling functionality is required at Newark St., PLC-NWK shall act as
the primary site and PLC-HND shall act as the secondary site. Primary and
secondary interconnection shall be operator selectable from either the OIT or
HMI. Both sites shall not be allowed to throttle valves at the same time, therefore
one PLC shall always act as primary (master) controller that dictates system
operation. In addition, when switching primary and secondary interconnections,
the new primary interconnection shall open before the new secondary
interconnection is allowed to close. At no time shall the PLCs allow both
interconnections to be closed at the same time.
While the PLC at each site will provide instructions (i.e., valve open, valve close,
valve maintain local downstream target pressure setpoint and what the local
downstream target pressure setpoint value is) to the local valve controller, the
local valve controller shall be solely responsible for opening/closing/throttling the
control valves. The local valve controller shall be programmed by the valve
supplier and shall be programmed in order to operate the control valves in a
manner that will not cause any transient pressure conditions.
Normal Operation:
One interconnection (typically Newark St.) will be active with both
control valves open, and one interconnection (typically Henderson St.)
will be standby with both control valves closed. The site with the standby
control valves would only open if local pressure drops below an operator
selectable local pressure setpoint.
Pressure Control Mode:
The pressure control mode shall be able to be initiated either manually
from either the local valve control or the HMI/OIT or automatically when
the pressure in Northern Hoboken is above the operator-adjustable high-
high pressure setpoint. Upon initiation of this mode, the PLC system shall
enter into a control feedback loop as described below:
If remote pressure is above the operator-adjustable remote high-
high pressure setpoint, the system shall then utilize a downstream
local pressure target setpoint.
o
If remote pressure remains above the operator-adjustable
remote high-high pressure setpoint, the control system shall
trim the downstream local target pressure setpoint.
o
If remote pressure remains below the operator-adjustable
high-high remote pressure setpoint, the control system shall
increase the downstream local target pressure setpoint.
9
Task 4 – Submittal Requirements
System Integrator shall submit the following materials to the Engineer for approval during
construction:
Control Panel Hardware Submittal, including:
o
Descriptive literature, bulletins, catalog cutsheets, and drawings for panel
equipment.
o
Complete bill of materials for the equipment.
o
Panel layout drawings and wiring diagrams, including:
Interior and exterior panel elevation drawings to scale.
Nameplate schedule
Conduit access locations
Panel construction details
Cabinet assembly and layout drawings to scale. Assembly drawing shall
include a bill of material on the drawing with each panel component
clearly defined. Bill of material shall be cross-referenced to the assembly
drawing so that a non-technical person can readily identify all components
of the assembly by manufacturer and model number.
UPS calculations shall be supplied indicating the UPS is sized to power all
panel components plus 20% spare capacity for a minimum duration of 14
minutes.
Submit evidence that all control panels shall be constructed in
conformance with UL 508 and bear the UL seal confirming the
construction. Specify if UL compliance and seal application shall be
accomplished at the fabrication location or by field inspection by UL
inspectors. Costs associated with obtaining the UL seal and any
inspections shall be borne by the System Integrator.
Instrumentation Submittal, including:
o
Complete documentation of all field instruments using ISA-TR20.00.01-2007
(updated 2007) data sheet formats. Submit a complete Bill of Materials (BOM) or
Index that lists all instrumentation equipment.
o
Submit separate data sheets for each instrument type including:
Product item name and manufacturer’s complete model number
Location of device
Input/Output characteristics
Range, size, and gradations in engineering units.
Include construction details, material descriptions, dimensions of
individual components and profiles.
Indicate which instruments will be provided with certified calibration data
as part of O&M Manual.
Include rated capacities, operating characteristics, electrical
characteristics, and furnished specialties and accessories.
Indicate which instruments will be provided with manufacturer’s
maintenance services.
10
Testing Submittals
o
Submit project specific system audit, I/O status, and automatic control strategy
signoff forms to be used during factory and field testing to organize and track
each loop’s inspection, adjustment, calibration, configuration, and testing status
and sign off.
Separate forms for factory and field testing can be used, or they can be
combined, at the discretion of the System Integrator.
Submit testing forms prior to the start of testing.
o
Submit detailed test procedures to be followed that demonstrate that the system
meets and functions as specified.
Test documents shall be structured in an orderly and easy to follow
manner to facilitate an efficient and comprehensive test.
Test procedures shall indicate all pre-testing setup requirements, all
required test equipment, and simulation techniques to be used.
Test procedures shall be structured in a cause-and-effect manner where the
inputs are indicated, and the outputs are recorded.
Test procedures shall include the demonstration and validation under
normal operating conditions and under various failure scenarios.
Testing may not start until all Testing Submittals have been approved.
o
Upon completion of each required test, document and test by submitting a copy of
the signed off testing status forms. Testing shall not be considered complete until
the signed-off forms have been submitted and approved.
Training Submittal
o
The training plan submittal shall include:
Details of each course, including definitions, objectives, and target
audience of each course.
Schedule of training courses included proposed dates, duration, and
locations of each class.
Project specific training manuals to be used during training.
Operations and Maintenance (O&M) Manual Submittal
o
The operations and maintenance manuals shall, at a minimum, contain the
following information:
Table of contents
Instrument and equipment lists including tag numbers, descriptions,
manufacturer, model number, serial number, range, span, location,
manufacturer phone number, local supplier name, local supplier phone
number, completion year replacement cost, and any other pertinent data.
Equipment Operations and Maintenance Information, including:
ISA-TR20.00.01-2001(updated in 2004-2006) data sheets for each
field instrument.
Vendor O&M documentation for each device or piece of
equipment. All portions of the Vendor documentation that do not
apply shall be neatly and clearly lined out or crossed out.
Include instrumentation calibration forms.
11
As-Built Drawings
Complete as-built drawings, including all termination points on all
equipment the system is connected to, including terminal points of
equipment not supplied by the System Integrator.
o
One (1) hard copy of the O&M manual and one (1) electronic copy of the O&M
manual shall be provided to the Owner.
12
Appendix A – Instrument List
Instruments shall be furnished per the requirements of the following field instrument list.
Item
No.
Tag
Qty
Description
Function
Type
Size
Sheet
Range
1
FE/FIT-
115
1
Flow Indicating
Transmitter
Henderson St.
Transmission Main No. 1
Flow
Magnetic
Sensor/Level
Transmitter
16”
I-3
0-11,000
GPM
2
FE/FIT-
165
1
Flow Indicating
Transmitter
Henderson St.
Transmission Main No. 2
Flow
Magnetic
Sensor/Level
Transmitter
16”
I-3
0-11,000
GPM
3
PIT-110
1
Pressure
Transmitter
Henderson St.
Transmission Main No. 1
Upstream Pressure
N/A
N/A
I-3
0-150
PSI
4
PIT-130
1
Pressure
Transmitter
Henderson St.
Transmission Main No. 1
Downstream Pressure
N/A
N/A
I-3
0-150
PSI
5
PIT-160
1
Pressure
Transmitter
Henderson St.
Transmission Main No. 2
Upstream Pressure
N/A
N/A
I-3
0-150
PSI
6
PIT-180
1
Pressure
Transmitter
Henderson St.
Transmission Main No. 2
Upstream Pressure
N/A
N/A
I-3
0-150
PSI
7
LSH-190
1
Float Level
Switch
Henderson St. Vault
Sump High Level
N/A
N/A
I-3
N/A
8
PIT-210
1
Pressure
Transmitter
Newark St. Transmission
Main No. 1 Upstream
Pressure
N/A
N/A
I-4
0-150
PSI
9
PIT-230
1
Pressure
Transmitter
Newark St. Transmission
Main No. 1 Downstream
Pressure
N/A
N/A
I-4
0-150
PSI
10
PIT-260
1
Pressure
Transmitter
Newark St. Transmission
Main No. 2 Upstream
Pressure
N/A
N/A
I-4
0-150
PSI
11
PIT-280
1
Pressure
Transmitter
Newark St. Transmission
Main No. 2 Upstream
Pressure
N/A
N/A
I-4
0-150
PSI
12
LSH-190
1
Float Level
Switch
Newark St. Vault Sump
High Level
N/A
N/A
I-4
N/A
13
PIT-310
1
Pressure
Transmitter
DPW Station Pressure
N/A
N/A
I-5
0-150
PSI
14
PIT-410
1
Pressure
Transmitter
HFD Station Pressure
N/A
N/A
I-5
0-150
PSI
13
Appendix B – Process Instrumentation Guidelines
1.0 FLOW INSTRUMENTATION
A.
Furnish sensors, field preamplifiers, signal conditioners, offset and span adjustments,
amplifiers, transducers, transmitters, control devices, interconnecting cables, and unit
conversions and algorithms as required for application.
1.1 MAGNETIC FLOW METERS
A.
Manufacturers:
1.
Manufacturers and their products are subject to compliance with requirements.
Provide one of the following:
a.
To be consistent with the City's other interconnection flow monitoring
equipment, the flow meter equipment must be Endress+Hauser Proline
Promag W400.
B.
General:
1.
Low-frequency, electromagnetic induction-type bidirectional flow meter,
producing a linear signal directly proportional to flow rate, consisting of flow tube,
signal cable, and transmitter
C.
Type:
1.
Between-flange mounting.
2.
Comply with AWWA M33.
D.
Performance and Design Criteria:
1.
Process Fluid: Potable Water
2.
Flow Rate Range: Refer to Appendix A
3.
Accuracy: Plus or minus 0.5 percent of actual flow rate over a 30:1 range, within
velocity limits of 0.1 to 10 ft/sec
4.
Size: As shown on Drawings and Appendix A
5.
Body Material: Carbon steel
6.
Liner: Polyurethane or rubber
7.
Gaskets: Rubber or neoprene
8.
Flanges: ANSI 150lb or DIN PN 16
9.
Flange Material: Stainless-steel
10.
Environmental: For meters with remote mounted transmitters, meters below grade
to be suitable for submergence for up to 48 hours to a depth of 30 feet. Meters above
grade to be NEMA 4X (IP65).
E.
Electrodes:
1.
Type 316L stainless-steel
14
2.
Standard type, flush with inner surface of insulating liner.
F.
Accessories:
1.
Provide manufacturer cable between transmitter and receiver.
2.
Furnish stainless-steel grounding rings, wires and gaskets as recommended by the
manufacturer. All materials must be suitable for the process and surrounding pipe.
1.2 TRANSMITTER:
A.
Manufacturer: Same manufacturer as meter.
B.
Transmitter Output:
1.
4-20 mA DC analog signal.
C.
Display:
1.
Touch-screen programming, functioning through enclosure window without
opening enclosure.
2.
Size: Four lines by 16 characters.
3.
Type: Backlit digital display.
4.
User-selectable engineering units.
5.
Readout of diagnostic error messages.
D.
Control Power:
1.
120VAC, single phase, 60 Hz.
2.
Provide local transformers as required.
E.
Mounting:
1.
Remote.
2.
Remote mounting locations less than 4 feet above grade: Provide stainless-steel
mounting posts.
F.
Required Accessories:
1.
A fully configurable and locally viewable totalizer integral to the transmitter.
2.
Current signal output simulation.
3.
Empty pipe detection.
4.
Self-diagnostics.
5.
Signal Cable: Provided by flow meter manufacturer.
6.
Automatic zero adjust.
7.
Provide bi-directional flow indication and transmission by means of a relay output.
15
2.0 PRESSURE TRANSMITTER
A.
Manufacturers:
1.
Manufacturers and their products are subject to compliance with requirements.
Provide one of the following:
a.
Endress Hauser
b.
Rosemount 3051CG.
c.
Siemens Sitrans P DS III
d.
Or Equal.
B.
Type: Microprocessor based, intelligent type.
C.
Function/Performance:
1.
Measuring Range: As shown in the instrument schedule in Appendix A.
2.
Accuracy: 0.075 percent of span.
3.
Operating Temperature: -4 to 176 degrees F.
4.
Temperature Effect: Combined temperature effects less than 0.2 percent of
maximum span per 82 degrees F temperature change.
5.
Output Signal: 4 to 20 mA DC linear with pressure, with HART protocol.
6.
Output: Zero adjustable over the range of the instrument calibrated span is
greater than the minimum calibrated span.
7.
Stability: 0.05 percent of upper range limit for 1 year.
8.
Response Time: Less than 1 ms.
9.
Display: Digital indicator displaying pressure in the engineering units indicated
on the Drawings or in the instrument device schedule.
10.
Diagnostics:
a.
Self-diagnostics with transmitter failure driving output to above or below
out of range limits.
b.
Simulation capability for inputs and loop outputs.
c.
Test terminals available to ease connection for test equipment without
opening the loop.
d.
Registers to record minimum and maximum pressure and temperatures
transmitter has been exposed to be available.
11.
Over Range Protection: Provide positive over range protection to 150 percent of
the maximum pressure of the system being monitored
16
D.
Physical:
1.
Power Supply: 24 VDC loop power.
2.
Enclosure:
a.
NEMA 4X (IP66)
3.
Process Wetted Parts:
a.
Isolating diaphragm and other wetted metal parts: Type 316L stainless-
steel.
b.
Gaskets and O-rings: Teflon.
4.
Sensor Fill Fluid (except for ozone/oxygen service): Silicone.
E.
Accessories Required:
1.
Shutoff Cocks.
3.0 FLOAT SWITCH
A.
Manufacturers:
1.
Manufacturers and their products are subject to compliance with requirements.
Provide one of the following:
a.
Contegra FS 90.
b.
MDI Inc.
c.
Siemens Water Technologies Model 9G-EF.
d.
Or Equal
B.
Type: Mercury free ball float switch.
C.
Function/Performance:
a.
Differential: Less than 8-inch.
b.
Type of Switch: SPDT snap switch
c.
Switch Rating: 1A at 120 VAC or 100 VA @ 120 VAC.
D.
Physical:
1.
Type 316 stainless steel, Teflon or non-stick coating, minimum 5 in diameter.
2.
Totally encapsulated switch.
3.
Heavy-duty cable, PVC or equivalent jacketed integral to float.
E.
Accessories Required:
1.
Provide stainless steel hardware.
2.
Lead wire to be a waterproof cable of sufficient length so that no splice or junction
box is required in the vault.
17
3.
Provide cast-aluminum weatherproof junction box outside the sump pit with
terminals for all floats and tapped as required for conduit connections.
4.
Provide mounting equipment
END OF SECTION
4
4
5
5
5
5
4
4
5
5
5
5
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
RR-1
ROADWAY RESTORATION
NEWARK ST AT HARRISON ST PLAN
N
PLAN
© 2025
Digitally signed
by Jaclyn J Flor
Date:
2025.05.08
08:56:25 -04'00'
4
4
4
5
5
5
6
4
4
4
5
5
5
6
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
RR-2
ROADWAY RESTORATION
HENDERSON ST AT NEWARK ST PLAN
N
PLAN
© 2025
Digitally
signed by
Jaclyn J Flor
Date:
2025.05.08
08:57:17
-04'00'
DETAIL
B
DETAIL
A
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
RD-1
ROADWAY RESTORATION DETAILS
© 2025
NOTE: 1) IN AREAS WHERE EXISTING PAVEMENT IS TO REMAIN, A 2' WIDE PAVEMENT
7)
ALL CONCRETE SURFACES SHALL BE TREATED WITH A CONCRETE CURING AND
SEALING COMPOUND.
6)
TOP OF CURB SHALL NOT BE SET HIGHER THAN ADJACENT EXISTING OR
PROPOSED SIDEWALK UNDER ANY CONDITION.
5)
4" THICK, COARSE AGGREGATE SIZE NO. 57 SHALL BE CONSTRUCTED UNDERNEATH
PROPOSED CURB IN WET FIELD CONDITIONS AS DIRECTED BY ENGINEER.
4)
FULL CURB DEPTH SHALL BE MAINTAINED AT DROP CURBS.
3)
FOR 8" CURB FACE, CURB DEPTH SHALL BE INCREASED TO 20".
2)
SPRINKLER HEADS TO BE RESET AND/OR RELOCATED, IF REQUIRED. COST TO BE
INCLUDED IN THE CURB ITEM. IF TOPSOILING, 4" THICK, FERTILIZING AND SEEDING,
TYPE A-3 AND STRAW MULCHING ARE SEPARATE PAY ITEMS, THEY
- SAWCUT
- CONCRETE CURING AND SEALING COMPOUND
- EXCAVATION, UNCLASSIFIED
- BACKFILL MATERIAL
- COMPACTED SUBGRADE
- DENSE-GRADED AGGREGATE BASE COURSE
- HOT MIX ASPHALT 19M64 BASE COURSE - REMOVAL OF MONOLITHIC
CONCRETE CURB AND GUTTER (IF REQUIRED)
REPAIR STRIP SHALL BE CONSTRUCTED ALONG PROPOSED CURB. THE FOLLOWING ITEMS
OF WORK WITHIN THE REPAIR STRIP ARE INCLUDED UNDER 6" x 18" CONCRETE VERTICAL
CURB:
DETAIL
C
DETAIL
D
DETAIL
E
DETAIL
F
DETAIL
G
HEIGHT AS SPECIFIED
FRAME & GRATE
CURB
HEIGHT AS SPECIFIED
FRAME & GRATE
CURB
DETAIL
H
Digitally
signed by
Jaclyn J Flor
Date:
2025.05.08
08:58:03
-04'00'
4
4
5
5
5
5
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
SP-1
STRIPING PLAN
NEWARK ST AT HARRISON ST PLAN
N
PLAN
© 2025
Digitally
signed by
Jaclyn J
Flor
Date:
2025.05.08
08:58:36
-04'00'
4
4
4
5
5
5
6
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
SP-2
STRIPING PLAN
HENDERSON ST AT NEWARK ST PLAN
N
PLAN
© 2025
Digitally
signed by
Jaclyn J
Flor
Date:
2025.05.08
08:58:59
-04'00'
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
SD-1
STRIPING DETAILS
© 2025
DETAIL
A
DETAIL
C
DETAIL
B
Digitally
signed by
Jaclyn J Flor
Date:
2025.05.08
08:59:22
-04'00'
4
4
5
5
5
5
4
4
5
5
5
5
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
N
PLAN
© 2019
SESC-1
SOIL EROSION AND SEDIMENT CONTROL
NEWARK ST AT HARRISON ST PLAN
Digitally
signed by
Jaclyn J Flor
Date:
2025.05.08
08:59:47
-04'00'
4
4
4
5
5
5
6
4
4
4
5
5
5
6
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO: 24-11
CJP
CJP
JJF
JJF
MPK
E N G E N U I T Y
INFRASTRUCTURE
N
PLAN
© 2019
SESC-2
SOIL EROSION AND SEDIMENT CONTROL
HENDERSON ST AT NEWARK ST PLAN
Digitally
signed by
Jaclyn J Flor
Date:
2025.05.08
09:00:13
-04'00'
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
I-2
CONTROL SYSTEM ARCHITECTURE
DETAIL
A
SECTION
1
EI-1
ELECTRICAL
LEGEND AND ABBREVIATIONS I
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
EI-2
ELECTRICAL INSTRUMENTATION
NEWARK ST AT HARRISON ST
SITE PLAN
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
PLAN
N
DIAGRAM
PLAN
N
UNDERGROUND RACEWAY SCHEDULE
CONDUIT NUMBER
FROM
TO
RACEWAY SIZE
CONDUCTORS
REMARKS
QTY
WIRE SIZE
NEWARK ST
ELECTRICAL
PEDESTAL CABINET
PRESSURE
CONTROL VALVE
VAULT
2"
14
#14
DIGITAL SIGNALS FOR PRESSURE CONTROL VALVE VAULT
2
#14G
S1
NEWARK ST
ELECTRICAL
PEDESTAL CABINET
PRESSURE
CONTROL VALVE
VAULT
2"
10
2/C#16 SH
ANALOG SIGNALS FOR PRESSURE CONTROL VALVE VAULT
S2
NEWARK ST
ELECTRICAL
PEDESTAL CABINET
JCMUA METER
STATION BUILDING
RTU
2"
6
2/C#16 SH
ANALOG SIGNALS FOR JCMUA METER STATION BUILDING RTU
SECTION
3
SECTION
2
SECTION
1
EI-3
ELECTRICAL INSTRUMENTATION
HENDERSON ST AT NEWARK ST
SITE PLAN
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
N
PLAN
PLAN
N
UNDERGROUND RACEWAY SCHEDULE
CONDUIT NUMBER
FROM
TO
RACEWAY SIZE
CONDUCTORS
REMARKS
QTY
WIRE SIZE
HENDERSON ST
ELECTRICAL
PEDESTAL CABINET
PRESSURE
CONTROL VALVE
VAULT
2"
14
#14
DIGITAL SIGNALS FOR METER/PRESSURE CONTROL VALVE VAULT
2
#14G
S1
HENDERSON ST
ELECTRICAL
PEDESTAL CABINET
PRESSURE
CONTROL VALVE
VAULT
2"
14
2/C#16 SH
ANALOG SIGNALS FOR METER/PRESSURE CONTROL VALVE VAULT
V1
FITS AT
HENDERSON ST
ELECTRICAL
PEDESTAL CABINET
PRESSURE
CONTROL VALVE
VAULT
2"
(2) VENDOR SUPPLIED CABLES
EXACT CONDUIT SIZE TO BE VERIFIED PRIOR TO INSTALLATION WITH
VENDOR CABLES/CONNECTORS
SECTION
2
SECTION
1
DIAGRAM
EI-4
ELECTRICAL INSTRUMENTATION
WEEHAWKEN, DPW, AND HFD
CONNECTIONS
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
DIAGRAM
DIAGRAM
DIAGRAM
DETAIL
A
EI-5
ELECTRICAL INSTRUMENTATION
DETAILS
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
110 Fieldcrest Avenue, #8, 6th Floor
Edison, NJ 08837
Tel: (732) 225-7000
COA No. 24GA28020200
CITY OF HOBOKEN, NEW JERSEY
PRESSURE MITIGATION PROJECT
CONTRACT NO. 24-11
DETAIL
C
DETAIL
B
DETAIL
A
DETAIL
E
DETAIL
E
--- Document: Online Payment Terms ---
A Fair and Welcoming Community
For all online payments, you will be redirected to a SeamlessDocs Form, which utilizes
Spreedly.com. The City of Hoboken uses Spreedly as a secure, PCI Compliant, means of processing
electronic payments. All online merchants must meet PCI standards in order to accept credit cards. The City
has a no-refund policy for electronic transactions.
Sincerely,
Caleb D. Stratton, AICP, PP, CFM
Assistant Business Administrator and Chief Resilience Officer
94 Washington Street
Hoboken, New Jersey 07030
OFFICE OF THE BUSINESS ADMINISTRATOR
DEPARTMENT OF ADMINISTRATION
CITY HALL
94 WASHINGTON STREET
HOBOKEN, NEW JERSEY 07030
(201) 420-2000 EXT. 1100
RAVINDER S. BHALLA
MAYOR
CALEB STRATTON, AICP, PP, CFM
ASSISTANT BUSINESS ADMINISTRATOR
JASON R. FREEMAN,
DIRECTOR OF OPERATIONS
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
No Flags Found
liquidated damages
No Flags Found
Quick Actions
Contacts
Jennifer Mastropietro, QPA
Purchasing Agent · Purchasing Department
hidden@email.com
Unlock(***) ***-****
UnlockExplore More
Timeline
First Discovered
Apr 2, 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