ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE CONTRACT

Transcription

ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE CONTRACT
SPECIAL PROVISIONS
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
FROM EAST OF BLOY STREET TO WEST OF HARDING TERRACE
CONTRACT NO. 057009080
BRIDGE REPLACEMENT, PAVING, GRADING AND DRAINAGE
TOWNSHIP OF HILLSIDE, COUNTY OF UNION
FEDERAL PROJECT NO. FS--0040(168)
AUTHORIZATION OF CONTRACT
The Contract is authorized by the provisions of Title 27 of the Revised Statutes of New Jersey and supplements thereto,
and Title 23 of the United States Code - Highways.
SPECIFICATIONS TO BE USED
The 2007 Standard Specifications for Road and Bridge Construction, of the New Jersey Department of Transportation as
amended herein will govern the construction of this Project and the execution of the Contract.
These Special Provisions consist of the following:
Pages 1 to 81 inclusive.
General wage determinations issued under Davis-Bacon and related acts, published by US Department of Labor, may be
obtained from the Davis-Bacon web site at http://www.access.gpo.gov/davisbacon/nj.html under the appropriate county,
select the construction type heading: HIGHWAY.
Pay the prevailing wage rates determined by the United States Secretary of Labor and the New Jersey Department of
Labor. If the prevailing wage rate prescribed for any craft by the United States Secretary of Labor is not the same as the
prevailing wage rate prescribed for that craft by the New Jersey Department of Labor, pay the higher rate.
State wage rates may be obtained from the New Jersey Department of Labor & Workforce Development (Telephone:
609-292-2259) or by accessing the Department of Labor & Workforce Development’s web site at
http://lwd.dol.state.nj.us/labor/wagehour/wagehour_index.html The State wage rates in effect at the time of award are
part of this Contract, pursuant to Chapter 150, Laws of 1963 (NJSA 34:11-56.25, et seq.).
If an employee of the Contractor or subcontractor has been paid a rate of wages less than the prevailing wage, the
Department may suspend the Work, and declare the Contractor in default.
The following FHWA funded project Attachments that are located after Division 1000 in these Special Provisions:
1.
Required Contract Provisions, Federal-Aid Construction Contracts (Form FHWA-1273).
2.
Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order
11246).
3.
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order
11246).
4.
State of New Jersey Equal Employment Opportunity for Contracts Funded by FHWA.
5.
Disadvantaged Business Enterprise Utilization Attachment, FHWA Funded Contracts
5(A) The Incentive Program, Disadvantaged Business Enterprise Utilization Attachment for FHWA Funded
Contracts.
6.
Equal Employment Opportunity Special Provisions.
7.
Special Contract Provisions for Investigating, Reporting, and Resolving Employment Discrimination and
Sexual Harassment Complaints.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 1
8.
Specific Requirements for Consolidated Rail Corporation for Work on Its ROW. (Appendix No. 8)
(This appendix is attached as .pdf file.)
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 2
DIVISION 100 – GENERAL PROVISIONS
SECTION 101 – GENERAL INFORMATION
101.01 INTRODUCTION
THE FOLLOWING IS ADDED:
This Contract is funded in whole or in part with funding provided under the American Recovery and Reinvestment Act
of 2009 (ARRA). The Contractor is responsible for complying with the applicable provisions of the ARRA which are
incorporated herein by reference.
Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that each contract awarded using
ARRA funds must include a provision that provides the U.S. Comptroller General and his representatives with the
authority to:
1.
2.
to examine any records of the contractor or any of its subcontractors, or any State or local agency
administering such contract, that directly pertain to, and involve transactions relating to, the Contract or
subcontract.
to interview any officer or employee of the Contractor or any of its subcontractors, or of any State or local
government agency administering the contract, regarding such transactions.
Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under
Section 902 of the ARRA with respect to this contract, which is funded with funds made available under the
ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any
existing authority of the Comptroller General.
Section 1515(a) of the ARRA requires that the Inspector General has the authority to:
1.
2.
Examine records of the Contractor or its subcontractors
Interview the Contractor’s or its subcontractor’s employees or officers working on this Contract.
Nothing in this section is to be interpreted to limit or restrict the existing authority of the Inspector General.
THE FOLLOWING IS ADDED:
Section 7 of Executive Order No. 151, (E.O. 151). dated August 28, 2009 provides that:
"Since the funds supporting this contract, grant, or agreement are provided through the American Recovery and
Reinvestment Act of 2009 (ARRA), the subrecipient, contractor, subcontractor, local education agency, or vendor will
post any jobs that it creates or seeks to fill as a result of this contract, grant, or agreement. The subrecipient, contractor,
subcontractor, local education agency, or vendor will post jobs to the New Jersey State Job Bank by submitting a job
order using the form available at http://NJ.gov/JobCentralNJ, notwithstanding any other posting the subrecipient,
contractor, subcontractor, local education agency, or vendor might make. Any advertisements posted by the subrecipient,
contractor, subcontractor, local education agency, or vendor for positions pursuant to this contract, grant, or agreement
must indicate that the position is funded with ARRA funds."
Posting of the job opening is not required when:
a.
b.
c.
the employer intends to fill the opening with a present employee, a laid-off former employee, or a job
candidate from a previous recruitment;
a pre-existing, legally binding collective bargaining agreements provides otherwise; or
an exception has been granted to the Reporting Agency by the Department of Labor and Workforce
Development.
101.03 TERMS
THE FOLLOWING TERMS ARE CHANGED.
Completion.
(3) IS CHANGED TO:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 3
3.
the Contractor has satisfactorily executed and delivered to the RE all documents, including federal form
FHWA-47 “Contractor’s Statement of Materials and Labor” according to 23CFR 635, certifications, and
proofs of compliance required by the Contract Documents, it being understood that the satisfactory execution
and delivery of documents, certificates, and proofs of compliance is a requirement of the Contract.
Pavement structure. The combination of pavement, base courses, and when specified, a subbase course, placed on a
subgrade to support the traffic load and distribute it to the roadbed (see Figure 101-1). These various courses are defined
as follows:
1.
Pavement. One or more layers of specified material of designed thickness at the top of the pavement
structure.
2.
Base course. One or more layers of specified material of designed thickness placed on the subgrade or
subbase.
3.
Subbase. One or more layers of specified material of designed thickness placed on the subgrade.
101.04 INQUIRIES REGARDING THE PROJECT
1. Before Award of Contract.
THE FIRST PARAGRAPH IS CHANGED TO:
Submit inquiries and/or view other questions/answers by following the format prescribed on the project’s
electronic bidding web page.
2.
After Award of Contract.
North Region
Mr. Carl F. Kneidinger, Regional Construction Engineer
200 Stierli Court
Mt. Arlington, NJ 07856-1322
Telephone: 973-770-5025
SECTION 102 – BIDDING REQUIREMENTS AND CONDITIONS
102.02 BIDDER REGISTRATION AND DOWNLOADING OF THE PROPOSAL DOCUMENTS
THE LAST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
The Bidder shall not alter or in any way change the software.
102.03 REVISIONS BEFORE SUBMITTING A BID
THE SECOND PARAGRAPH IS CHANGED TO:
The Bidder shall acknowledge all addenda posted through the Department’s website. The addenda acknowledgement
folder is included in the Department’s electronic bidding file. The Department has the right to reject the bid if the Bidder
has not acknowledged all addenda posted.
102.04 EXAMINATION OF CONTRACT AND PROJECT LIMITS
1. Evaluation of Subsurface and Surface Conditions.
THE FOLLOWING IS ADDED:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 4
NEW JERSEY DEPARTMENT OF TRANSPORTATION
PAVEMENT CORE RECORD
PROJECT/ROUTE & SECTION:
Route 22 Liberty Avenue and Conrail Bridge
Jesus Kruz (Jersey Boring and Drilling Co., Inc.)
DRILLER:
Ragui Fahmy (PB Americas)
INSPECTOR:
COUNTY/TOWNSHIP:
Hillside, NJ
DATE STARTED: 6-16-2005
CORE
C-1
NUMBER
DATE COMPLETED: 6-16-2005
C-2
C-3
C-6
C-8
C-10
C-11
C-12
ROUTE
22
22
22
22
22
22
22
22
DIRECTION
(N, E, S, W)
MILE POST
(MP or
Station)
LANE NO.
(Left to
Right)
SHOULDER
(Inside or
Outside)
CORE
DIAMETER
(Inches)
TOTAL
CORE
DEPTH
(Inches)
CORE
DRILLED
TO
WB
WB
WB
EB
EB
EB
EB
EB
STA.
3018+51.20
STA.
3018+51.89
STA.
3021+45.80
STA.
3015+17.00
STA.
3020+44.52
STA.
3034+61.69
STA.
3038+50.38
STA.
3038+51.3
-
2
2
3
3
3
2
-
Inside
-
-
-
-
-
-
Inside
4
4
4
4
4
4
4
4
12.5
13.5
12.5
15.5
16.0
14.5
15.0
14.0
Base
Base
Base
Base
Base
Base
Base
Base
AC
AC
AC
AC
overlaying
PC
AC
overlaying
PC
AC
overlaying
PC
AC
overlaying
PC
AC
overlaying
PC
12.5
13.5
12.5
5.5
6.0
6.0
6.0
4.0
-
-
-
10.0
10.0
8.5
9.0
10.0
SURFACE
TYPE
(AC/PC)
AC
THICKNESS
(Inches)
PC
THICKNESS
(Inches)
* Lane 1 is the left lane in the direction of travel.
The pavement information shown herein was used by the Department for design and estimate purposes.
3.
Existing Plans and As-Builts.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 5
Existing Plans and As-builts used are as follows:
a. Route 29 (1927) Sections 3B, 1C, & 2C
b. Route 29 (1927) Sections 1D & 4E
c. Route U.S. 22 (1953) Section 14B
d. Route U.S. 22 (1953) Section 13E, 14R & 15F
SECTION 104 – SCOPE OF WORK
104.03.04 CONTRACTUAL NOTICE
THE SECOND PARAGRAPH IS CHANGED TO:
Immediately provide written notice to the RE of a circumstance that is believed to be a change to the Contract. If notice
is not provided on Contractual Notice (Form DC-161), include the following in the initial written notice:
1.
2.
3.
4.
5.
A statement that this is a notice of a change.
The date when the circumstances believed to be a change were discovered.
A detailed and specific statement describing the nature and circumstances of the change.
If the change will or could affect costs to the Department.
If the change will or could affect Contract Time as specified in 108.11.01.C.
In addition to the hard copy of the notice, email the notice to the RE. It is not necessary to attach listed documents to the
email.
SECTION 105 – CONTROL OF WORK
105.05 WORKING DRAWINGS
THE SECOND PARAGRAPH IS CHANGED TO:
Ensure that working drawing submissions also conform to the Department design manuals and other Department
standards for the proposed work. Ensure that working drawings are signed and sealed by a Professional Engineer. After
Award, the Department will provide additional formatting information, the number of copies required, and the
designated design unit to which the Contractor shall submit working drawings.
1. Certified Working Drawings.
THE LAST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
The Department will generally require 30 days for review and certification or rejection and return of certified
working drawings. Large submittals, such as steel working drawings, will require a longer periods.
105.07.01 WORKING IN THE VICINITY OF UTILITIES
A.
Initial Notice.
ELECTRIC Mr. Jack Zaccone
PSE&G ~ Electric Division
472 Weston Canal Road
Somerset, NJ 08873
Telephone: 732-764-3068
TELECOMMUNICATIONS
Mr. Frank Antisell
Verizon-NJ, Inc.
900 Clifton Ave.
Irvington, NJ 07111
Telephone: 973-649-3002
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 6
Mr. Chris Mumber
Sunesys, LLC
202 Titus Avenue
Warrington, PA 18976
Telephone: 267-927-2034
Fax: 267-927-2090
Cell: 267-718-0976
CABLE TV
Mr. Rich Gugulski
Comcast
800 Rahway Ave.
Union, NJ 07083
Telephone: 732-602-7444 ext. 2293
GAS
Mr.Gregory Balint
Elizabethtown Gas Company
520 Green Lane
Union, NJ 07083
Telephone: 908-289-5000
WATER
Mr. Mike Wolan
NJ American Water
1341 North Ave.
Plainfield, NJ 07061
Telephone: 908-431-3225
SEWER
Mr. Scott Anderson
Hillside Township Department of Public Works
Liberty & Hillside Ave.
Hillside, NJ 07205
Telephone: 973-926-1110
Fax: 973-926-1165
FIRE DEPARTMENT
Dominick Naples
Telephone: 908-352-1700
Email: [email protected]
HILSIDE TOWNSHIP POLICE DEPARTMENT
Robert Quinlan, Chief
1409 Liberty Ave.
Hillside, NJ 07205
Telephone: 973-926-5800
UNION COUNTY POLICE DEPARTMENT
Daniel Vaniska, Chief
300 North Ave.
Westfield, NJ 07090
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 7
Telephone: 908-654-9800
Fax: 908-654-9872
TRAFFIC SIGNALS
Mr. Angelo Paparella
Union County Traffic Bureau
10 Elizabethtonw Plaza
Elizabeth, NJ 07207
Telephone: 908-789-6023
RAILROAD
Mr. J. Leo McGlynn
Conrail Construction & Design
1000 Howard Blvd., 4th fl.
Mt. Laurel, NJ 08054
Telephone: 856-231-2450
B.
Locating Existing Facilities.
2.
Bureau of Traffic Operations, North Region (TOCN)
670 River Drive
Elmwood Park, NJ 07407-1347
Telephone: 201-797-3575
3.
Bureau of Electrical Maintenance, North Region
200 Stierli Court
Mt. Arlington, NJ 07856-1322
Telephone: 973-770-5065
FOR WEIGH IN MOTION AND TRAFFIC VOLUME SYSTEMS CONTACT:
Bureau of Transportation Data Development
PO Box 600
Trenton, NJ 08625
609-530-3522
FOR ROAD WEATHER INFORMATION SYSTEMS CONTACT:
Bureau of Maintenance Engineering & Support - Electrical Section
PO Box 600
Trenton, NJ 08625
609-530-5728
C.
Protection of Utilities.
Conrail Train Schedule
Location
Liberty Avenue
Speed
No. of Passages Per Day
Type
10 MPH
Four
Unscheduled
Freight
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 8
THE SECOND PARAGRAPH IS CHANGED TO:
Protect and support existing Department electrical and ITS facilities and ensure that there is no interruption of
service. Use hand tools only while working within two feet of the fiber optic network. At least 30 days before
beginning the work, submit a plan to the RE for approval showing the method of support and protection.
THE FOLLOWING IS ADDED TO THE SIXTH PARAGRAPH
Access within railroad right-of-way is restricted. Comply with the railroad’s permit requirements for working
within the railroad right-of-way. Coordinate the work with the railroad’s access and safety restrictions.
105.07.02 WORK PERFORMED BY UTILITIES
Company Name & Address
PSE&G ~ Electric Division
Verizon of NJ
Comcast
Sunesys, LLC
Hillside Township DPW
Elizabethtown Gas
Conrail
Contact Person
Number of Day Advance Notice
Mr. Jack Zaccone
Mr. Frank Antisell
Mr. Rich Gugulski
Mr. Chris Mumber
Mr. Scott Anderson
Mr.Gregory Balint
Mr. James Orlando
30 Business Days
40 Business Days
15 Business Days
15 Business Days
10 Business Days
10 Business Days
9 Months (relocation of railroad
control cabinet)
General Notes:
The State’s Resident Engineer will provide the companies with the notices called for in the schedules.
Utility schedules are based on the project traffic control and staging plans for each utility mobilization. Utility
service demands, field and weather conditions may alter these schedules. Contractor changes to the traffic
control and staging plan requires reestablishing utility schedules.
Where joint facilities are existing or proposed, the PSE&G shall coordinate its work with the joint owners.
Existing facilities can only be removed after the relocated facilities have been constructed and are in operation.
Distances, stations, offsets, lengths, or units, on the utility plans are approximate (plus or minus).
The utility shall have the right to enter into the construction area for inspection and construction of their facility.
Should the State’s Contractor cause damages to existing utility facilities or other infrastructure as a result of the
construction, the State's Contractor shall be responsible to repair said facility to the satisfaction of the owner.
General Utility Staging Notes
There are various items of construction slated to be performed prior to the award of this contract. These items are
listed for information only. Should some or all of this work not be performed by the award of this contract, the
State’s Contractor will be apprised at the Pre-construction meeting and additional coordination will be
required. For bid purposes the Contractor shall assume all preconstruction utility relocation work has been
performed as outlined and depicted on plan.
The State’s Contractor is responsible for the coordination of all utility work within the project limits.
The State’s Contractor is to ensure that all utility facilities are in service prior to beginning any construction that
would impact existing facilities.
The State’s Contractor shall take note that Verizon shall be maintaining their underground cables. Verizon shall
design and construct a temporary system to support the facility in place in order to maintain their facilities
while construction commences to the proposed bridge footings.
The State’s Contractor shall take note that PSE&G shall be maintaining their underground cables. In order to
maintain their facilities while construction commences to the proposed bridge footings, the State’s contractor
shall support PSE&G’s duct bank. Means and methods of support shall be provided to PSE&G for their
approval prior to performing any work.
Hillside Township Sewer
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 9
Work Performed By the State’s Contractor:
Construct 2 doghouse manholes at stations 19+08 and 20+72, and 2 new manholes at stations 19+35 and 20+57.
Install 173 feet of 8” ductile iron sewer pipe.
Schedule:
The construction of the main shall be included in the state contractor's overall construction operations. The utility
authority requires 2 weeks notification to schedule inspectors.
Comcast
Work Performed by the State’s Contractor Prior to or During Stage I
Construct pole risers and one 4” RNMC from pole 3526 to pole P53301 at Sta. 20+83 left.
Schedule:
The construction of the duct shall be included in the state contractor's overall construction operations.
The Utility requires 3 weeks notification prior to the commencement of work on their facility and be coordinated
with installation of the sanitary sewer and Sunesys conduit.
Work Performed by Comcast During Stage 1
Install 215 feet of new underground facilities from riser pole #3526 to riser pole P53301 at Sta. 20+83 left and splice
in 90 feet of new aerial facility from pole #P53301 to #421.
Comcast shall remove the old aerial facility.
Schedule:
Comcast requires 3 weeks notification and 1 week to install its cable and 1 day to remove the old aerial facility.
Sunesys, LLC
Work Performed by the State’s Contractor Prior to or During Stage I
Construct pole risers and one 4” RNMC from pole 3526 to riser pole 53301 at Sta. 20+83 left.
Schedule:
The construction of the riser and duct shall be included in the state contractor's overall construction operations and
be coordinated with installation of the sanitary sewer and Comcast conduit.
The Utility requires 3 weeks notification prior to the commencement of work on their facility.
Work Performed By Sunesys During Stage 1
Install 215 feet of new underground facilities from riser pole #3526 to riser pole P53301 at Sta. 20+83 left and splice
in 90 feet of new aerial facility from pole #P53301 to #421.
Sunesys shall remove the old aerial facility.
Schedule:
Sunesys requires 3 weeks notification and 1 week to install its cable and 1 day to remove the old aerial facility.
General Notes:
Where joint facilities are proposed, the utility shall coordinate its work with the joint owners
PSE&G (Electric)
Work To Be Performed By the Utility Company Prior To Stage 1
Install 2 electrical vaults at Liberty Ave. Sta. 17+58, left and 24+18, right and install 2-5” PVC ducts from the vaults
to poles 60606, 60461, 60762 and new pole at Sta. 17+22, left.
Install a 48” casing pipe within the railroad ROW.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 10
Construct 12-5” concrete encased duct bank from Liberty Ave. Sta. 17+65, left and 24+11, right between the new
vaults.
Install new poles, guys and appurtenances at Liberty Ave. Sta 17+22, left (with a raiser), Railroad Sta. 11+48, right,
11+92, right, 11+96, left, and replacement poles for poles 60465, 60464, 60463, 60462, 60461 and P2033U. Install
guy poles at Liberty Ave. Sta. 18+55, 104 feet left and 21+18, 37 feet right.
Install 52; of 2-5” PVC conduit from existing manhole #15 to the new pole @ Railroad Sta. 11+62, left. Install new
26 KV facility from manhole #15 to pole at Railroad Sta. 11+62, left, to pole 11+90, right.
Install 1-13KV and 1-26KV facility from riser poles at Liberty Ave. Sta. 17+22 left and pole 60768, to the new
vaults and in the ducts between the new vaults and to riser poles 60606 and 60461.
Transfer existing aerial facilities to new poles 60465, 60464, 60463, 60462, 60461 and 3301.
Remove poles 3296HST, 3302HST, PS2007, PS1981 and old poles 60465, 60464, 60463, 60462, 60461, P2033U,
1757HST and light pole P2059 (with service wires).
Perform pole modifications to poles 60730, 60466HST, P53301and pole 62474.
Mill and overlay the Long Ave and Liberty Ave intersection and north of the Conrail crossing to Shelton Terrace.
Schedule:
The utility company requires 20days to perform work.
Work to be Performed by the State’s Contractor During Stage 1
The State’s Contractor shall support PSE&G’s existing underground 26 KV facility within the limits of the proposed
bridge footing at 2 locations; Conrail Station 8+85 right and 9+40, right.
Schedule:
The utility company requires 10 days notice. The construction around and the protection of the facility shall be
included in the state contractor's overall construction operations.
Elizabethtown Gas
Work To Be Performed by the Utility Prior to Stage 1
Install a 10” steel casing under the railroad ROW. Construct a new 6” LP plastic main at Liberty Avenue Sta.
17+90, left, at sta. 18+40, right, at Sta. 17+05, left and at Sta 21+63, left, purge and abandon the old 4” LP C.I. main
in
place.
Schedule:
The utility company requires 15 days to perform work.
Verizon
Work Performed By The State's Contractor At Stage 1
The State's Contractor shall uncover the top of 2 Verizon wooden ducts along the western proposed footing area.
Upon completion of the proposed footing work, backfill to the bottom of the Verizon facility and provide a 3’ wide
trench area around the Verizon facility.
Schedule:
The work duration shall be included in the State's Contractor's overall construction operations. Verizon requires 40
business days notification prior to commencement of work.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 11
Work Performed By Verizon During Stage 1
Verizon shall design and provide a temporary truss system that will support their existing underground facility along
the western proposed footing area. Verizon shall fully expose their wooden ducts, remove the wood ducts and install
2 new 4” PVC ducts and support their facility within the limits of the bridge footing.
Upon completion of the State’s Contractor’s foundation work, Verizon will backfill the trench to cover their facility
to the bottom of sidewalk subbase.
Schedule:
The utility company requires 2 working days to support their facility and 2 days to remove the support and backfill
the utility trench.
Conrail
Work to be performed by the Railroad Prior to Stage 1:
Relocate a Railroad Control Cabinet at about RR Sta. 9+27, 12' right and provide new conduit and wires to the
existing signals.
Schedule:
Railroad requires 10 days to perform the work.
Work to be performed by the State’s Contractor (within Conrail Right of Way):
Install temporary and permanent sheeting for the excavation and installation of the bridge foundations as necessary.
Install protective shielding above Conrail ROW. Remove Route 22 bridge superstructure, demolish portions of the
existing bridge footings. Construct new bridge footings, bridge seats and superstructure. Install a 3” R.M.C. conduit
hung on the bridge dedicated and utilized for ITS purposes.
Construct 2 sanitary manholes and place 25’ of 8” D.I.P. Sewer Pipe.
Install 2-4” R.M.C. conduit and raiser to existing pole P53301.
Schedule:
The construction activities shall be included in the state contractor's overall construction operations.
The railroad requires 10 business days notification prior to the commencement of work in order to schedule flaggers.
Work to be performed by Comcast During Stage 1: (within Conrail Right of Way)
Install new underground facilities from riser pole #3526 to a riser pole P53301 at Sta. 20+83 left and splice in new
aerial facility from pole #P53301 to poles north of the railroad.
Comcast shall remove the old aerial facility.
Schedule:
Comcast requires 3 weeks notification and 1 week to install its cable and 1 day to remove the old aerial facility.
Sunesys, LLC
Work Performed by Sunesys During Stage 1 (within Conrail Right of Way)
Install new underground facilities from riser pole #3526 to a riser pole P53301 at Sta. 20+83 left and splice in new
aerial facility from pole #P53301 to poles north of the railroad.
Sunesys shall remove the old aerial facility.
Schedule:
Sunesys requires 3 weeks notification and 1 week to install its cable and 1 day to remove the old aerial facility.
PSE&G (Electric)
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 12
Work To Be Performed By the Utility Company Prior To Stage 1 (within Conrail Right of Way)
Install a 48” casing pipe within the railroad ROW and construct 12-5” PVC duct bank along Liberty.
Install one new pole, one guy pole and appurtenances at Liberty Ave. Sta 17+22, left (with a raiser), Railroad Sta.
8+08, left and 8+70 right. Install replacement poles at Railroad Sta. 11+62, right and Sta. 11+92, left and Sta 11+90
right. Transfer existing aerial facilities to new poles.
Install 52’ of 2-5” PVC conduit from existing manhole #15 to the new pole @ Railroad Sta. 11+62, left. Install new
26 KV facility from manhole #15 to pole at Railroad Sta. 11+62, left, to pole 11+90, right.
Mill and overlay Liberty Ave north of the Conrail crossing
Schedule:
The utility company requires 20 days to perform work.
Elizabethtown Gas
Work To Be Performed by the Utility Prior to Stage 1 (within Conrail Right of Way)
Install a 10” steel casing under the railroad ROW. Construct a new 6” LP plastic main along Liberty Avenue. Purge
and
abandon
the
old
4”
LP
C.I.
main
in
place.
Schedule:
The utility company requires 15 days to perform work.
GENERAL NOTES:
State’s Resident Engineer shall provide the Railroad with notices called for in the schedules.
The Railroad shall provide flagmen during construction operations performed by the State’s contractor as deemed
necessary per the stage construction operations.
State shall provide the Railroad with survey control. The State and the Railroad shall jointly verify the locations of
facilities.
NJDOT schedules are based on the project Traffic Control and Staging Plans, railroad service demands and
schedules. Should the State’s Contractor make any changes to the Traffic Control and Staging plans, he will be
required to reestablish railroad schedules.
Access to Railroad Right of Way from Liberty Avenue must be maintained at all times.
The State’s Resident Engineer will coordinate the rail outages.
Track outages are restricted to the following hours and are subject to change by the railroad. This schedule is based
on current Conrail operations. Prior to the start of construction, Conrail shall be contacted to coordinate the
current operations schedule for outage requests.
Week Days
Saturday
Sunday
TBD AM to TBD PM
TBD AM to TBD AM
TBD AM to TBD AM
SECTION 106 – CONTROL OF MATERIAL
106.09 SUBSTITUTES FOR PROPRIETARY ITEMS
No substitution is permitted.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 13
SECTION 107 – LEGAL RELATIONS
107.04 NEW JERSEY CONTRACTUAL LIABILITY ACT
THE FOURTH PARAGRAPH IS CHANGED TO:
For purposes of determining the date of “completion of the contract” pursuant to N.J.S.A. 59:13-5, “completion of the
contract” occurs on the date that the Contractor provides written notice to the Department of Acceptance or conditional
Acceptance of the Proposed Final Certificate or the 30th day after the Department issues the Proposed Final Certificate,
whichever event occurs first.
107.09 INDEPENDENT CONTRACTOR
THE SECOND SENTENCE IS CHANGED TO:
It shall neither hold itself out as, nor claim to be, an officer or employee of the Department by reason hereof.
107.12.01 Satisfying the Notice Requirements
THE FOLLOWING IS ADDED TO THE SECOND PARAGRAPH:
Upon request, provide the RE with 3 copies of all documentation submitted in support of the claim.
SECTION 108 – PROSECUTION AND COMPLETION
108.01 SUBCONTRACTING
1.
Values and Quantities.
1.
Specialty Items are as listed below:
Above and below bridge deck lighting items.
Drilled shaft foundations.
Scuppers
Chain-link Fence on Bridges and Walls
Tiebacks
Electrical wire items.
ITS items, except for foundations, standards, and junction boxes.
108.02 COMMENCEMENT OF WORK
THE SUBPART 4 IN THE FIRST PARAGRAPH IS CHANGED TO:
4.
Progress schedule as specified in 153.03
108.08 LANE OCCUPANCY CHARGES
THE SECOND PARAGRAPH IS CHANGED TO:
The RE will keep record of each occurrence as well as the cumulative amount of time that a lane is kept closed beyond
the lane closure schedule and provide the record to the Contractor. The Department will calculate the lane occupancy
charge by multiplying the length of time of the delayed opening, in minutes, by the rate of $80 per minute per Route 22
eastbound lane and $30 per minute per Route 22 westbound lane. The total amount per day for the lane occupancy
charge that the Department will collect will not exceed $10,000.00.
108.10 CONTRACT TIME
A.
Complete all work required for Substantial Completion on or before November 16, 2012.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 14
B.
Achieve Completion on or before February 15, 2013.
108.19 COMPLETION AND ACCEPTANCE
THE FOLLOWING IS ADDED:
No Incentive Payment for Early Completion is specified for this project.
108.20 LIQUIDATED DAMAGES
Liquidated damages are as follows:
A.
For each day that the Contractor fails to complete the work as specified in Subpart A of Subsection 108.10 of
these Special Provisions, for Substantial Completion, the Department will assess liquidated damages in the
amount of $7,100.
B.
For each day that the Contractor fails to achieve Completion as specified in Subpart B of Subsection 108.10 of
these Special Provisions, the Department will assess liquidated damages in the amount of $1,700.
THE FOLLOWING IS ADDED:
When the Contractor may be subjected to more than one rate of liquidated damages established in this Section, the
Department will assess liquidated damages at the higher rate.
109.01 MEASUREMENT OF QUANTITIES
THE SECOND PARAGRAPH IS CHANGED TO:
The Department will designate Items as Measured Items or as Proposal Items by having a suffix of M or P in the Item
number respectively. The Department will measure quantities of Measured Items for payment.
109.02 SCOPE OF PAYMENT
THE THIRD SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
The Department will not make additional or separate payment for work or portion of work unless specifically provided
for in the “Measurement and Payment” Subsection.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 15
DIVISION 150 – CONTRACT REQUIREMENTS
SECTION 152 – INSURANCE
152.03.01 OWNER’S AND CONTRACTOR’S PROTECTIVE LIABILITY INSURANCE
A. Policy Requirements.
THE FOURTH SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
Ensure that policies are underwritten by companies with a current A.M. Best rating of A- with a Financial Size
Category of VII or better.
152.03.02 RAILROAD PROTECTIVE LIABILITY INSURANCE
Procure and maintain insurance coverage for the following railroad(s):
Consolidated Rail Corporation (CONRAIL)
It is estimated that 30 percent of the Project cost is located within or adjacent to the railroad right-of-way.
SECTION 153 – PROGRESS SCHEDULE
153.03.02 CPM PROGRESS SCHEDULE UPDATES
THE LAST PARAGRAPH IS CHANGED TO:
If the project falls behind schedule for nonexcusable delays, so that the schedule indicates that the Work will not be
completed by the Completion date, as specified in 108.10, take the necessary steps to improve progress. Under such
circumstances, the RE may direct the Contractor to increase the number of shifts, begin overtime operations, work extra
days including weekends and holidays, and supplement its construction plant. Furthermore, the RE may require the
Contractor to submit for approval a recovery schedule showing how the Contractor proposes to meet the directed
acceleration.
153.04 MEASUREMENT AND PAYMENT
THE THIRD PARAGRAPH IS CHANGED TO:
If the Contractor’s CPM Progress Schedule update is not approved by the date of the progress meeting for the following
update, the Department will assess liquidated damages to recover the Department’s increased administrative costs. The
Department will assess damages for each delinquent update as follows:
SECTION 155 – CONSTRUCTION FIELD OFFICE
155.03.01 FIELD OFFICE
4. Communication Equipment.
THE FOLLOWING PARTS ARE REVISED AS SHOWN:
a.
Telephones. Provide 2 cordless phones with auto-switching.
c.
Cell Phones. Provide 3 cellular phones. Ensure the cellular phone plan provides for unlimited mobile
to mobile in-network usage, unlimited push-to-talk/ walkie-talkie usage and an anticipated monthly
usage of 900 any-time minutes for each phone. Ensure the phones are on the same plan. Ensure the
cellular phone plan has a home rate with no roaming charges within the state. Ensure each cellular
phone has the following features:
1.
2.
Push to Talk / Walkie-Talkie capable
Camera with 1 megapixel picture capability
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 16
3.
4.
5.
d.
Battery life capable of 180 minutes of continuous use and 72 hours of standby use
Equipped with a hands-free headset
Base charger and car charger
Computer System. Provide a computer system meeting the following requirements:
3 computer configurations each meeting the following:
1.
Equipped with an Intel Pentium IV processor with Hyper Threading technology having a
clock speed of 3.5 GHz or faster, 1024 GB RAM, 512 MB Video RAM, 200 Gigabyte hard
drive designated as drive C, one DVD (+/-) Writer Drive, one CD-R Recordable Drive.
Ensure the system is USB 2.0 compatible and has at least two front USB ports.
2. Wired Router with appropriate number of ports and cables and a print server. Ensure there is
at least one wired Ethernet switch.
3. High-speed broad band connection and service with a minimum speed of 3 Megabytes per
second (mbps) with dynamic IP address for the duration of the project.
4. 19 inch or larger Flat Screen LCD monitor with tilt/swivel capabilities.
5. 250 Megabyte or larger Zip Drive internal or external with backup software for MS-Windows
and DOS, and fifteen corresponding formatted data cartridges corresponding to the tape drive
size.
6. 1 Flatbed USB version 2.0 or greater Color Scanner with automatic document feed.
7. Uninterruptible power supply (UPS).
8. Surge protector for the entire computer configuration to be used in conjunction with the UPS.
9. 3 computer workstations, chair, printer stand, and/or table having both appropriate surface and
chair height.
10. One can of compressed air and screen cleaning solution every other month of the duration of
the contract.
Ensure one computer has a 56K baud data/fax modem. If more than one computer configuration is
specified, provide one wireless network card for the base computer configuration and hardwire
connections between computer configurations as directed by the RE.
Also provide:
3 USB 1 GB Flash/Jump memory drives
50 CD-R 700 MB (or larger) recordable CD’s compatible with the CD drive and 50 recordable
DVD’s.
2 CD/DVD Holder (each holds 50)
2 color laser printers and supplies as follows:
1.
2.
HP PCL 5 emulation, with a minimum of 192 Megabytes of expanded memory, printer cable,
and legal size paper tray .
One set of printer ink cartridges every other month for the duration of the construction project
for each printer.
Software as follows:
1.
2.
3.
4.
5.
6.
7.
Microsoft Windows, latest version with future upgrades for the duration of the entire project.
Ensure 1 computer has a Microsoft Windows 32 Bit Operating System for ACES, Extra and
Groupwise.
Microsoft Office Professional, latest version.
Norton’s System Works for Windows, latest version, or compatible software package with
future upgrades and latest virus patches.
Anti-Virus software, latest version with monthly updates for the duration of the contract.
Visio Professional Graphics Software for Windows, latest version
Primavera Project Planner, latest version
Adobe Acrobat Professional, latest version, for Scanner
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 17
THE THIRD PARAGRAPH IS CHANGED TO:
When the computer system is no longer required by the RE, the Department will remove and destroy the
hard drive, and return the computer system to the Contractor. The Department will retain other data
storage media.
6. Office Equipment.
THE FOLLOWING PARTS ARE REVISED AS SHOWN:
2.
3.
1 digital camera(s). Ensure each digital camera has auto-focus, with rechargeable batteries and
charger, 256 MB memory card, USB Memory Card Reader compatible with camera and field
office computer, 1.5 inch LCD monitor, 5 mega pixel resolution, 10 X optical zoom lens, built in
flash, image stabilization, computer connections, and a carrying case.
1 video camcorder(s). Ensure each video camcorder is a mini DVD camcorder with 10x optical
zoom, 2” LCD monitor, USB 2.0 compatible and includes USB 2.0 connections.
7. Inspection Equipment.
THE FOLLOWING IS ADDED:
1.
2.
3.
4.
5.
5.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26..
27.
28.
29.
2 Calculators with trigonometric capability
1 Date/ Received stamp and ink pad
1 Electronic Smart level, 4 foot
3 Carpenter rulers
1 Steel tape, 100 feet
1 Cloth tape, 100 feet
2 Illuminated measuring wheel
1 Plumb bob and cord
1 Line level and cord
1 Surface thermometer
3 Concrete thermometers
2 Digital infrared asphalt thermometers
1 Direct Tension Indicator (DTI) Feeler Gage, 0.005 inch
1 Sledge hammer, 8lb
1 Self leveling laser level with range of 100 feet and an accuracy of 1/4 inch per 100 feet
5 Hard hats - orange, reflectorized hard hats according to ANSI Z89.1
5 Safety garments – orange, reflectorized, 360º high visibility safety garments according to
ANSI/ISEA Class 3, Level 2 standards. To be replaced yearly for the duration of the contract.
5 Sets of rain gear with reflective sheeting
5 Sets of hearing protection with a Noise Reduction Rating of 22 dB
5 Sets of eye protection according to ANSI Z87.1
2 Sets of fall arrest equipment according to ANSII Z359.1 standards consisting of a full body
harness, lanyard and anchor.
1 Light meter - capable of measuring the level of luminance in foot-candles
5 Lantern flashlights, 6V with monthly battery replacements
0 Digital Psychrometer
0 Chain Drag according to ASTM D4580-86
Testing equipment and apparatus conforming to AASHTO T23, T119, T152
3 Hard bound Daily Diaries, 5-1/2” x 8” minimum with one day per page. To be provided yearly
for the duration of the contract.
250 Legal size hanging folders.
250 Legal size manila file folders – three tab
155.03.03 Telephone Service
THIS SUBSECTION IS CHANGED TO:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 18
Telephone service consists of monthly charges for telephone and cellular phones provided for the field office and
materials field laboratory excluding set up charges.
155.04 MEASUREMENT AND PAYMENT
THE THIRD PARAGRAPH IS CHANGED TO:
The Department will make payment for TELEPHONE SERVICE for the actual costs of the charges as evidenced by paid
bills submitted within 60 days of receipt from the service provider for telephone and cell phones.
SECTION 156 – MATERIALS FIELD LABORATORY AND CURING FACILITY
156.03 PROCEDURE
156.03.01 Materials Field Laboratory
4.
Communication Equipment.
c.
Cell Phones. Provide 3 cellular phones with two-way radio capabilities. Ensure the cellular phone plan
provides for unlimited mobile to mobile in-network usage, unlimited push-to-talk/ walkie-talkie usage
and an anticipated monthly usage of 900 any-time minutes for each phone. Ensure the phones are on the
same plan. Ensure the cellular phone plan has a home rate with no roaming charges within the state.
Ensure each cellular phone has the following features:
1.
2.
3.
4.
5.
d.
Push to Talk / Walkie-Talkie capable
Camera with 1 megapixel picture capability
Battery life capable of 180 minutes of continuous use and 72 hours of standby use
Equipped with a hands-free headset
Base charger and car charger
Computer System. Provide a computer system meeting the following requirements:
1 computer configuration meeting the following:
1.
Equipped with an Intel Pentium IV processor with Hyper Threading technology having a
clock speed of 3.5 GHz or faster, 1024 GB RAM, 512 MB Video RAM, 200 Gigabyte hard
drive designated as drive C, one DVD (+/-) Writer Drive, one CD-R Recordable Drive.
Ensure the system is USB 2.0 compatible and has at least two front USB ports.
2. Wireless Ethernet Hub Switch with appropriate number of ports and cables and a print server.
3. High-speed broad band connection and service with a minimum speed of 3 Megabytes per
second (mbps) with dynamic IP address for the duration of the project.
4. 19 inch or larger Flat Screen LCD monitor with tilt/swivel capabilities.
5. 250 Megabyte or larger Zip Drive internal or external with backup software for MS-Windows
and DOS, and fifteen corresponding formatted data cartridges corresponding to the tape drive
size.
6. 1Flatbed USB version 2.0 Color Scanner with automatic document feed.
7. Uninterruptible power supply (UPS).
8. Surge protector for the entire computer configuration to be used in conjunction with the UPS.
9. 1 computer workstations, chair, printer stand, and/or table having both appropriate surface and
chair height.
10. One can of compressed air and screen cleaning solution every other month of the duration of
the contract.
11. One copy machine with letter, legal and ledger size capabilities, with automatic document
feed, 15ppm, and variable reduce/enlarge capability features.
Ensure one computer has a 56K baud data/fax dial-up modem. If more than one computer
configuration is specified, provide one wireless network card for the base computer configuration
and hardwire connections between computer configurations as directed by the RE.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 19
Also provide:
1 wireless router and 3 USB 1 GB Flash/Jump memory drives
50 CD-R 700 MB (or larger) recordable CD’s compatible with the CD drive and 50 recordable
DVD’s.
2 CD/DVD Holder (each holds 50)
1 color laser printer and supplies as follows:
1.
2.
HP PCL 5 emulation, with a minimum of 192 Megabytes of expanded memory, printer cable,
and legal size paper tray.
One set of toner cartridges every other month for the duration of the construction project for
each printer.
THE THIRD PARAGRAPH IS CHANGED TO:
When the computer system is no longer required by the ME, the Department will remove and destroy the
hard drive, and return the computer system to the Contractor. The Department will retain other data
storage media.
SECTION 158 – SOIL EROSION AND SEDIMENT CONTROL
AND WATER QUALITY CONTROL
158.03.02 SESC Measures
19. Oil-Only Emergency Spill Kit.
THE SECOND SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
Include Oil-only Emergency Spill Kit, Type 1 consisting of the following:
SECTION 159 – TRAFFIC CONTROL
159.03.08 Traffic Direction
A. Flagger.
THE LAST SENTENCE IS CHANGED TO:
Ensure that the flagger is equipped with a STOP/SLOW paddle and follows MUTCD flagging procedures.
SECTION 160 – PRICE ADJUSTMENTS
160.03.01 Fuel Price Adjustment
THROUGHOUT THIS SUBSECTION, TABLE 161.03.01-1 IS CHANGED TO TABLE 160.03.01-1
THE THIRD PARAGRAPH IS CHANGED TO:
If the as-built quantity of an Item listed in Table 160.03.01-1 differs from the sum of the quantities in the monthly
Estimates, and the as-built quantity cannot be readily distributed among the months that the Item listed in Table
160.03.01-1 was constructed, then the Department will determine fuel price adjustment by distributing the difference in
the same proportion as the Item’s monthly Estimate quantity is to the total of the Item’s monthly estimates.
THE 25 TH LINE IN THE TABLE 160.03.01-1 IS CHANGED TO:
HOT MIX ASPHALT ___ ___ ___ BASE COURSE
2.50 Gallons per Ton
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 20
THE FOLLOWING IS ADDED TO TABLE 160.03.01-1
Items
NON-VEGETATIVE SURFACE, HOT MIX ASPHALT
Fuel Usage Factor
2.50 Gallons per Ton
160.03.02 Asphalt Price Adjustment
NOTE 1 OF THE THIRD PARAGRAPH IS CHANGED TO:
1.
The Department will determine the weight of asphalt binder for price adjustment by multiplying the percentage of
new asphalt binder in the approved job mix formula by the weight of the item containing asphalt binder. If a Hot
Mix Asphalt item has a payment unit other than ton, the Department will apply an appropriate conversion factor to
determine the number of tons used.
THE FOURTH PARAGRAPH IS CHANGED TO:
A = B × [(MA − BA)/BA] × C × M × G
Where:
A = Asphalt Price Adjustment
B = Bid Price for Tack Coat/Prime Coat
MA = Monthly Asphalt Price Index
BA = Basic Asphalt Price Index
C = Petroleum Content of the Tack Coat and Prime Coat in Percent by Volume:
Use 100% for cutbacks and Tack Coat 64-22
60% for Polymer Modified Tack Coat
60% for RS or similar type emulsions
M = Percentage of Bid Price Applicable to Materials Only: Use 82%
G = Gallons of Tack Coat and Prime Coat Furnished and Applied
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 21
DIVISION 200 – EARTHWORK
SECTION 201 – CLEARING SITE
201.03.02 Clearing Site, Bridge and Clearing Site, Structure
THE FOLLOWING IS ADDED TO THE FIRST PARAGRAPH.
Only the following equipment is permitted for the work:
1.
2.
Pneumatic or Electric Equivalent Hand Operated Hammers.
a.
When demolishing concrete not closer than 6 inches to structural members: hammers weighing no more
than 90 lbs (exclusive of bit), equipped only with chisel point bits.
b.
When demolishing concrete within 6 inches of structural members: hammers weighing no more than 30
lbs (exclusive of bit).
Saw Cutters.
a.
3.
When cutting concrete within 6 inches of structural members: concrete cutters and concrete saws.
While using water in the cutting operation, provide shielding beneath the cutting operation to prevent
water leakage. Continuously collect slurry and dispose of as specified in 201.03.09. Ensure that the
slurry does not enter the structure or highway drainage system.
Hydraulic Breakers. Ram-hoe type breakers, hydraulic breakers, and demolition shears may be used with
the following restrictions:
a.
Submit required data to the RE for Department’s analysis of stresses induced to the girders.
b.
Delineate the centerline and limits of the top flange of girders before the equipment operation.
c.
Do not use equipment within 6 inches of the delineated flanges.
d.
Do not pull or twist the reinforcement steel.
4.
Hydraulic Splitters. Hydraulic splitters.
5.
Other Equipment. Obtain RE approval before use.
201.03.03 Clearing Site, Bridge and Clearing Site, Structure
THE FIRST SENTENCE UNDER ITEM 6 IS CHANGED TO THE FOLLOWING:
Does not reduce the underclearance of the bridges to less than 14.75 feet over roadways and 23 feet over railroads.
201.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
The Department will not make payment for the Item CLEARING SITE in excess of $300,000 until Completion.
The Department will not make payment for the Item CLEARING SITE, BRIDGE (2004-153) in excess of $2,000,000
until Substantial Completion.
The Department will make payment for forty percent of the price bid (or $800,000, whichever is less) upon acceptance
of Stage 1 demolition.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 22
SECTION 202 – EXCAVATION
202.02 MATERIALS
THE FIRST IN THE LIST IS CHANGED TO:
Coarse Aggregate (No. 57, or 67)............................................................................................................... 901.03
202.03.04 Excavating Regulated Material
3. Temporarily Storing.
THE FIRST PARAGRAPH IS CHANGED TO:
Temporarily store regulated or hazardous material in stockpiles within the Project Limits and as shown on the
Plans. Construct stockpiles on polyethylene sheeting. Contain stockpiles with haybales or silt fence placed
continuously at the perimeter of the stockpiles. For hazardous material, if a stockpile area is not available
within the Project Limits, sample and analyze materials in-situ for disposal. Excavate and place the hazardous
regulated material directly into trucks, and haul it directly to the approved disposal facility.
203.02.01 Materials
THIS SUBSECTION IS CHANGED TO:
Provide materials as specified:
Soil Aggregate (I-7, I-9, I-10, I-11, I-13, and I-14) .................................................................................... 901.11
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 23
DIVISION 400 – PAVEMENTS
SECTION 401 – HOT MIX ASPHALT (HMA) COURSES
401.02.02 Equipment
THE LAST PARAGRAPH IS CHANGED TO:
When an MTV is used, install a paver hopper insert with a minimum capacity of 14 tons in the hopper of the HMA
paver.
401.03.01 Preparing Existing Pavement
A.
Milling of HMA.
Stage
All Stages
Max. time interval allowed
48 Hours
401.03.03 HMA Courses
D. Transportation and Delivery of HMA.
THE FIRST PARAGRAPH IS CHANGED TO:
Deliver HMA using HMA trucks in sufficient quantities and at such intervals to allow continuous placement of the
material. Do not allow trucks to leave the plant within 1 hour of sunset unless nighttime lighting is provided as
specified in 108.06. The RE will reject HMA if the HMA trucks do not meet the requirements specified in
1009.02. The RE will suspend construction operations if the Contractor fails to maintain a continuous paving
operation. Before the truck leaves the plant, obtain a weigh ticket from a fully automatic scale. Before unloading,
submit for each truckload a legible weigh ticket that includes the following:
1.
2.
3.
4.
5.
6.
7.
Name and location of the HMA plant.
Project title.
Load time and date.
Truck number.
Mix designation.
Plant lot number.
Tare, gross, and net weight.
E. Spreading and Grading.
THE THIRD PARAGRAPH IS CHANGED TO:
The use of an MTV is optional for the construction of intermediate and surface course in the traveled way. If an
MTV is used, ensure that the MTV independently delivers HMA from the HMA trucks to the HMA paver. Operate
the MTV to ensure that the axle loading does not damage structures, roadway, or other infrastructure.
401.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
The Department will make a payment adjustment for HMA air void quality by the following formula:
Pay Adjustment = Q x BP x PPA
Where:
BP = Bid Price
Q= Air Void Lot Quantity
PPA= air void PPA as specified in 401.03.03H.
The Department will make a payment adjustment for HMA thickness quality by the following formula:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 24
Pay Adjustment = Q x BP x PPA
Where:
BP = Bid Price
Q= Thickness Lot Quantity
PPA= thickness PPA as specified in 401.03.03I
The Department will make a payment adjustment for HMA ride quality, as specified in 401.03.03J.
THE FOLLOWING IS ADDED TO THIS SECTION:
STEEL REINFORCEMENT MESH WITH SLURRY SEAL
Description.
This work shall consist of furnishing and placing a woven steel mesh on the existing pavement, embedded in a
slurry seal intermediate course, prior to placing asphalt overlay at the locations specified in the Contract Drawings.
Materials.
Steel Mesh Reinforcement
The steel mesh reinforcement shall be PaveTrac® MeshTrack 1 (MT-1) as manufactured by Bekaert Corporation,
1395 S. Marietta Parkway, Marietta, GA 30067, or approved equal. The steel mesh reinforcement shall be a double twist
woven hexagonal wire mesh manufactured of eutectic 95% Zinc, 5% Aluminum alloy (Bezinal®) coated steel,
transversely reinforced at regular intervals by alternately torsioned flat bars interwoven in the mesh. Steel reinforcement
mesh shall be protected with a Bezinal® coating. Bezinal® coating shall be in accordance with ASTM B750. The steel
mesh shall have the following physical and mechanical properties:
Physical and Mechanical Properties of Steel Mesh Reinforcement
Mesh aperture width
Mesh aperture length
Torsional flat bar spacing
Round wire diameter
Flat bar thickness
Flat bar width
Bezinal® coating thickness(1)
Round wire
Flat bar
Tensile strength
Round wire
Flat bar
Modulus of Elasticity (E)
Axial stiffness (EA)(2)
Mesh-longitudinal
Mesh-transverse
3.15 in +/- 0.32 in (80 mm +/- 8mm)
4.65 in +/- 0.55 in (118 mm +/- 14 mm)
9.65 in +/- 0.79 in (245 mm +/- 20 mm)
0.096 in +/- 0.004 in (2.45 mm +/- 0.09 mm)
0.118 in +/- 0.002 in (3.00 mm +/- 0.05 mm)
0.276 in +/- 0.008 in (7.00 mm +/- 0.2 mm)
class 40 - min. 125 g/m2
class 20 - min. 80 g/m2
min. 404.5 lbs (1800 N)
min. 2697 lbs (12000 N)
129 x 106 psi (200 kN/mm2)
134,703 lbs/in (23600 N/mm)
167,237 lbs/in (29300 N/mm)
(1) In accordance with EN 10244-2 - class B
(2) Calculated value
Clip Anchors
Clip anchors shall be A-Clip 50 millimeter anchors as manufactured by Hilti, Inc., 5400 South 122nd East Avenue,
Tulsa, OK 74146, or approved equal.
Slurry Seal
The slurry seal shall be a polymer modified slurry seal consisting of a mixture of latex modified asphalt emulsion
and aggregate. Polymer emulsified asphalt shall be a quick traffic, quick cure (RS) type; shall be homogeneous; and
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 25
shall show no separation after thorough mixing. The Contractor may add cement to the mixture in order to accelerate the
breaking up of the emulsion after spreading. Aggregate material shall consist of sound, durable sand and approved
mineral filler. The material shall be free from vegetation and other deleterious substances. Aggregates shall be 100%
crushed with no rounded particles. The percentage composition by weight of the aggregate shall conform to the
following gradation:
Percentage Passing by Mass (Weight)
Sieve Sizes
% Passing
No. 4 (4.75 mm)
100
No. 8 (2.36 mm)
90-100
No. 16 (1.18mm)
65-90
No. 30 (600 μm)
40-60
No. 50 (300 μm)
25-42
No. 100 (150 μm) 15-30
No. 200 (75 μm)
10-20
Qualifications.
The steel mesh manufacturer shall have a minimum of five years installation experience, with over half a million
square meters successfully installed with slurry seal, in pavement applications. The manufacturer or manufacturer’s
representative shall provide a design for the steel mesh reinforced HMA overlay and shall be present at a preconstruction meeting as well as at the start of steel mesh installation.
Construction.
Pavement Preparation
The existing pavement shall be milled in accordance with the Contract Drawings and shall be thoroughly cleaned to
remove dirt, loose particles, and dust and all surface voids, potholes, or drop-offs wider or deeper than 25 mm (1 in.).
Surface cracks shall be filled with an acceptable crack sealer approved by the Engineer prior to placement of the
reinforcing mesh.
Steel Reinforcement Mesh Installation
A tack coat shall be applied as per design requirements. The steel mesh reinforcement shall be unrolled from the
top of the roll, in order that the mesh curves downward, and shall always be applied with full lane width coverage. A
rubber-tired roller shall be used to flatten the steel mesh. The first transverse torsioned flat bar shall be secured to the
road surface using nails and hook clips as per the manufacturer’s recommendation. Overlapping of these flat bars shall
be avoided. If other fastening methods are preferred, the Contractor shall refer to the manufacturer for acceptable
alternatives. Fastening of the steel mesh shall occur at every overlap and at the ends of the rolls.
When positioning the mesh, the Contractor shall maintain a minimal overlap in the longitudinal direction of no
larger than 150 mm (6 in. or one aperture) and a minimum overlap of 12 in (300 mm) in the transverse direction. If
installing the steel mesh reinforcement on a curve, said curve shall be formed by overlapping the mesh and trimming the
overlap by cutting the mesh from the inside of the curve. The mesh shall be secured with nails and hook clips or by
other methods approved by the manufacturer.
Slurry Seal Application
Following satisfactory installation of the steel mesh, the Contractor shall begin spreading the slurry seal mixture
over the steel reinforcement mesh. In order to avoid catching the mesh, the slurry seal machine shall be modified by
widening the skis at the front, and a stiff rubber skirt shall be installed on the auger boxes for control of the dosage.
The slurry seal shall not be placed if either the pavement or the air temperature is below 55°F (13°C) and falling.
The Contractor may apply the slurry seal when both the air and pavement temperatures are 45°F (7°C) or above and
rising. No slurry seal shall be applied when there is a possibility of the finished product freezing within 24 hours of
application. The slurry seal shall not be applied when weather conditions or high relative humidity may prolong the
curing time and prevent opening of the road to traffic in time.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 26
When installing the steel mesh directly over the old pavement, the reinforcing mesh shall be fixed to the existing
pavement with a slurry seal layer at a rate of approximately 31 lbs/yd2 (17 kg/m2). In the case of installing the steel
mesh over milled pavement, a rate of approximately 36-40 lbs/yd2 (20-22 kg/m2) shall be required. The Contractor
should note that the pattern of the steel mesh reinforcement should be visible after curing of the emulsions and hardening
of the slurry seal. The complete curing of the slurry seal should take approximately 3-6 hours, depending on the type of
emulsion and weather conditions.
The manufacturer’s recommendations shall be followed as to when to open the road to traffic after placement of the
slurry seal.
After the complete curing of the slurry seal, the asphalt overlay may be applied. Longitudinal and construction
joints in the overlay shall not coincide with the overlaps in the steel mesh.
Measurement.
Steel mesh reinforcement will be measured by the square yard. No separate measurement will be made for
overlapping, clips, slurry seal and preparation of the pavement surface.
Basis of Payment.
Payment will be made under:
Pay Item
STEEL REINFORCEMENT MESH WITH SLURRY SEAL
Pay Unit
SQUARE YARD
The unit price bid per square yard shall include the cost of furnishing all labor, equipment, and materials necessary
to complete the work. No separate payment shall be made for preparation of the pavement surface, overlaps, clips and
slurry seal, the cost thereof shall be included in the item “STEEL REINFORCEMENT MESH WITH SLURRY SEAL”.
SECTION 405 – CONCRETE SURFACE COURSE
405.03.02 Concrete Surface Course
I.
Thickness Requirements.
THIS PART IS CHANGED TO:
I.
Thickness Requirements. The ME will divide the concrete pavement into lots of approximately 5000 square
yards. The ME will divide each lot into 5 equal sections. The RE will direct the Contractor to drill 1 core, as
specified in 405.03.03, from a randomly selected location within each section. The ME will test these cores for
thickness as specified in ASTM C 174.
The Department will determine conformance with thickness requirements as follows and will either assess the
greater of the pay reduction for average core thickness or individual core thickness, or the Department will direct
the Contractor to remove and replace the lot:
1.
Average Core Thickness. If the average core thickness is greater than or equal to the specified core
thickness, the Department will not apply a payment reduction. If the average thickness is less than the
specified thickness, but is greater than or equal to the specified thickness minus 1/2 inch, the Department will
determine payment reduction by the following formula:
Payment Reduction = Q x BP x PPR
Where:
Q = Thickness Lot Quantity
BP = Bid Price
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 27
TS = Specified Thickness.
TA = Average Thickness
PPR = Percent Payment Reduction = TS − T A
TS
2.
Individual Core Thickness. When more than 2 individual cores in the lot are less than the specified
thickness minus 1/4 inch, the Department will determine the payment reduction using for the above noted
formula and using a PPR = 2 percent.
3.
Remove and Replace. If the average thickness is less than the specified thickness minus 1/2 inch, the RE
will require that the lot be removed and replaced.
405.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
The Department will make a payment adjustment for Concrete Surface thickness quality, as specified in 405.03.02.
The Department will make a payment adjustment for HMA ride quality, as specified in 401.03.03J
The Department will not make separate payment for the reinforcement steel shown in the construction detail for concrete
surface course on sheet DTL-1. The entire cost of the required reinforcement steel is contained in the pay item
CONCRETE SURFACE COURSE, REINFORCED, 18” THICK.
Pay Item
CONCRETE SURFACE COURSE, REINFORCED, 18” THICK
Pay Unit
SQUARE YARD
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 28
DIVISION 500 – BRIDGES AND STRUCTURES
SECTION 501 – SHEETING AND COFFERDAMS
501.03.01 Temporary Sheeting
THE FOLLOWING PARAGRAPHS ARE ADDED TO ITEM B:
The Contractor is to coordinate sheet pile and soldier pile driving activities with the stone cutting commercial facility
located on the south side of the existing bridge, just west of the west abutment. The facility has vibration-sensitive laser
guided stone cutting machinery that will be in use during normal working hours whereby sheet pile and soldier pile
driving activities may need to be performed during off hours. The Contractor is to schedule sheet pile and soldier pile
driving activities so as not to impact the stone cutting operation. The Contractor is responsible for repairing any damage,
at his own expense, to the machinery or production resulting from the Contractor’s sheet pile and soldier pile driving
activities. Also see Section 516 for monitoring vibrations.
As described in Section 516, the Contractor shall monitor Conrail’s track for possible settlement during sheet pile and
soldier pile driving activities. The Contractor is responsible for rectifying any significant settlement of the track, as
determined by Conrail, at his own expense.
THE FOLLOWING IS ADDED:
501.03.05 Stage Line Embankment Support System
The Contractor is to design and install Stage Line Embankment Support Systems composed of sheeting and tiebacks (or
an alternative system proposed by the Contractor) at locations shown on the plans. Portions of the systems can be
removed; portions will need to be left in place. Guidelines for the design of the support system are shown on the
contract plans. The requirements for support system shall be as specified in Subsection 501.03.01 for Temporary
Sheeting modified as follows:
THE FOLLOWING IS ADDED AFTER ITEM 9:
Multiple levels of tiebacks will be required for support of the two temporary sheet pile walls (or soldier pile and
lagging if the Contractor opts to use this system) to be installed at the existing east and west abutments of
the existing bridge. The two structures will be required as shown on the Plans to allow for the proposed
staged construction. Design of the sheeting and tiebacks is to be according the Publication FHWA-IF-99015 “Ground Anchors and Anchored Systems” using the apparent pressure diagram described in the
publication and the soil design parameters provided in the Plans. Design is to be performed by a
professional engineer licensed in the State of New Jersey who designed at least five sheeting and tieback
support systems of similar conditions and heights to those in this project. In addition to Items 1 to 9 of
Subsection 501.03.01, include the following:
Detailed design calculations for the sheeting (or soldier pile and lagging if the Contractor opts to use
this system) and the supporting tiebacks at each excavation level.
Stages of excavation and installation of tiebacks including ground and tiebacks elevations at each
excavation stage
Spacing of tiebacks at each level
Bonded and unbonded lengths of tiebacks
Minimum sheeting or soldier pile penetration below the final excavation level
Estimated sheeting or soldier pile and lagging deflections with supporting calculations
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 29
Detailed shop drawings of the sheeting (or soldier pile and lagging) and tiebacks signed and sealed by
the designer including locations and types of deflection monitoring devices to be installed for
evaluating the sheeting stability during its service life.
Deflection monitoring schedule and limiting threshold values and rates
Response action plans to limit unanticipated deflection levels of the sheeting or soldier pile and
lagging
All evaluation work specified under Section 516 “VIBRATION MONITORING”
THE FOLLOWING IS ADDED AT THE END OF ITEM B
The following is required during construction:
a.
Performance tests on four tiebacks to be selected by the Engineer for each of the two walls. The
test procedure and measurements are to be according to the Publication FHWA-IF-99-015
“Ground Anchors and Anchored Systems”. The test results will be submitted to the RE for
approval.
b.
Proof tests on all remaining anchors. The test procedure and measurements are to be according to
the Publication FHWA-IF-99-015 “Ground Anchors and Anchored Systems”. The test results will
be submitted to the RE for approval.
c.
Deflection monitoring according to the schedule submitted by the Contractor.
measurements are to be performed depending on the deflection levels or rates.
d.
Vibration monitoring for structures within 200 of the sheet pile or soldier pile and lagging walls
during driving. Vibration monitoring is to be performed according to Section 516.
Additional
THE FOLLOWING IS ADDED AT THE END OF ITEM D
The lagging used for any portion of a soldier pile and lagging system, to be left in place, must be durable to last
the lifetime of the bridge structure without deterioration.
THE FOLLOWING IS ADDED
501.03.06 Pier Excavation Support System
The Contractor is to design and install Pier Excavation Support Systems at locations shown on the plans. Portions of the
systems can be removed; portions will need to be left in place. The requirements for support system shall be as specified
in Subsection 501.03.01 for Temporary Sheeting except that portions of the support systems will be left in place, as
noted on the contract plans. The support system is also to include all work related to providing support for the concrete
encased electrical duct bank and the unknown conduit.
501.04 MEASUREMENT AND PAYMENT
THE FOLLOWING PAY ITEMS ARE ADDED:
Item
STAGE LINE EMBANKMENT SUPPORT SYSTEM
PIER EXCAVATION SUPPORT SYSTEM
Pay Unit
SQUARE FOOT
SQUARE FOOT
THE FOLLOWING IS ADDED AT THE END OF THE SUBSECTION:
Measurement for Stage Line Embankment Support System and Pier Excavation Support System shall follow that
specified for Temporary and Permanent Sheeting. Payment for the support system east of the existing east abutment will
only be made for the portion exposed during Construction Stage 1B and no payment will be made for tiebacks or anchors
on each side of the sheeting, the cost thereof shall be included in the item “STAGE LINE EMBANKMENT SUPPORT
SYSTEM”.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 30
Payment for excavation will be made in accordance with Subsection 202.03.03 – 2.
SECTION 506 – STRUCTURAL STEEL
506.03.01 Structural Steel
E. Installing High-Strength Steel Bolts.
THE SECOND PARAGRAPH IS CHANGED TO:
Provide a Skidmore-Wilhelm calibrator or an acceptable equivalent tension measuring device on the Project during
erection. Ensure that the manufacturer’s representative is present during the first full day of tensioning work to
provide technical assistance. Verify each lot of DTIs using the Skidmore-Wilhelm calibrator as specified in
NJDOT S-3.
506.03.06 Repair Galvanizing
THE LAST SENTENCE OF THE SECOND PARAGRAPH IS CHANGED TO:
If painting is directed, treat the galvanized surface according to the manufacturer’s recommendations, then apply the
epoxy intermediate and urethane finish coats only.
SECTION 507 – CONCRETE BRIDGE DECK AND APPROACHES
507.03.07 Concrete Bridge Approach
THE FOLLOWING IS ADDED:
Ensure the concrete conforms to the surface requirements as specified in 507.03.02 N, except each lot will be equal to
the number of cubic yards of approach concrete placed in the lane.
507.04 MEASUREMENT AND PAYMENT
THE SECOND PARAGRAPH IS CHANGED TO:
The Department will make payment for reinforcement steel under REINFORCEMENT STEEL and REINFORCEMENT
STEEL, EPOXY-COATED as specified in 504.04.
THE FOLLOWING IS ADDED:
The Department will measure and make payment as follows:
Item
15” BY 32” CONCRETE BARRIER CURB, HPC
Pay Unit
LINEAR FOOT
The Department will make a payment adjustment for concrete surface requirement quality in deck slabs and approach, by
the following formula:
Pay Adjustment = Q x BP x PR
Where:
BP = Bid Price
Q= Surface Requirement Lot Quantity
PR= percent reduction as specified in Table 507.03.02-2
THE FOLLOWING IS ADDED AT THE END OF THE SECTION:
Payment for rigid metallic conduit will be made in accordance with Subsection 701.20.
Payment for parapets and barrier curbs on top of proprietary walls will be made under Pay Item “Retaining Wall,
Location No. ____” or “Stage Line MSE Retaining Walls No. ___”.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 31
SECTION 513 – RETAINING WALLS
513.02.01 Materials
THE FOLLOWING IS ADDED:
For MSE Walls, use either I-15 or Coarse Aggregate, No. 57.
513.03.01 Proprietary Retaining Walls
F. Backfilling.
THE HEADING AND FIRST PARAGRAPH UNDER SUBPART (1) ARE CHANGED TO:
1.
Soil Aggregate.
G. Compacting.
THE HEADING AND FIRST PARAGRAPH UNDER SUBPART (1) ARE CHANGED TO:
1.
Soil Aggregate. With the exception of the 5-foot zone directly behind the units, compact soil aggregate with
large, smooth drum, vibratory rollers using the density control method as specified in 203.03.02.D.
THE FOLLOWING SUBSECTION IS ADDED:
513.03.03 Stage Line MSE Retaining Walls
These walls are required only to retain the embankment for the eastbound roadway while the westbound roadway is
being constructed. As visual appearance is not a concern, the material used for the facing can be any material satisfying
the structural and site requirements except that geosynthetic wrap-around type of facing will not be allowed.
All requirements stipulated in Subsection 513.03.01 are to be adhered to except that no Back of Wall Drainage and no
impervious membrane are required.
513.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED AFTER THE FIRST PARAGRAPH:
The Department will make payment for reinforcement steel under REINFORCEMENT STEEL, and
REINFORCEMENT STEEL, EPOXY-COATED as specified in 504.04 for reinforcement steel in cast-in-place retaining
walls.
THE FOLLOWING PAY ITEM IS ADDED:
Item
STAGE LINE MSE RETAINING WALL NO. _____
Pay Unit
SQUARE FOOT
THE FOLLOWING SECTION IS ADDED:
SECTION 516 – VIBRATION MONITORING
516.01 DESCRIPTION.
This work shall consist of the monitoring of vibration levels and the control of means and methods of construction
during installation of sheet piles and soldier piles. This work shall consist of the following:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 32
Pre-construction and post construction inspections including report preparation of all structures within 200 feet of
proposed sheet or soldier pile driving work. This includes commercial businesses, private residences and
utilities (including Conrail’s track).
Development and implementation of a program to limit the construction vibrations to preclude damage to any
existing structures, utilities or vibration sensitive equipment such as the stone cutting laser guided equipment
inside the commercial facility on the south side of the west abutment of the existing bridge.
Development and implementation of a program to monitor the ambient and construction vibrations at the structures
within 200 feet of the proposed sheet or soldier pile driving work.
516.02 QUALITY ASSURANCE.
The Contractor shall hire a firm to perform this work with a minimum of three (3) years of demonstrated
experience in vibration monitoring. All work shall be performed under the direct supervision of a professional engineer
registered in the State of New Jersey. The engineer must have a minimum of three (3) years of demonstrated experience
in similar work and have professional level capability in related geotechnical and structural evaluations and engineering.
The Contractor shall submit for approval the following information at least 60 calendar days prior to
commencement of the proposed sheet and soldier pile driving installation work:
a) Name of firm engaged to perform all vibration monitoring, inspections, and report work.
b) Qualifications of firm including list of similar project experience of previous 3 years.
c) Qualifications/resumes for all key personnel performing work.
d) List of all structures and vibration sensitive equipment to be inspected/monitored.
e) Schedule for the inspections for all structures and equipment with anticipated submission dates for the preconstruction inspection report, vibration monitoring and construction control report, and post construction
inspection report.
f) Proposed list of equipment to be used on the project including at least two seismographs. Seismographs must
be capable of measuring and recording the peak particle velocities and three components of ground vibration.
Seismograph information shall include a certificate of calibration, dated within the previous twelve (12)
months of its anticipated use on the project. Certificate of calibration shall be directly traceable to the US
Bureau of Standards. The seismographs shall have both a visual and paper (or electronic) readout.
516.03 METHODS OF CONSTRUCTION.
1.
Pre-construction Inspections
The Contractor shall identify all structures/residences within 200 feet of proposed sheet and pile driving installation
work and shall coordinate with owners to enter the structures for the purpose of taking photographs, visual
inspection and measurements necessary to assess vibration susceptibility. The Contractor shall make a detailed preconstruction inspection of the inside and outside of these structures. The pre-construction inspection report shall
include the following:
a) General description of structure, type of construction, materials used and vibration sensitive equipment inside
the structure.
b) Any pertinent information required to assess vibration susceptibility.
c) Complete interior and exterior photographs of the foundation and walls with close-ups of existing damage.
d) Detailed written notes indicating existing cracks, crack widths, crack lengths, displacements, and other
evidence of existing damage or structural deficiencies.
The pre-construction inspection report shall be in 8.5 inch x 11 inch format including an index, names and
responsibility of the inspection party, notes, and 4 inch x 6 inch prints of photographs with date, location and defect
captions. Copies of the report shall be submitted to the RE for review in accordance with Subsection 105.04 at least 30
calendar days prior to the commencement of proposed pile driving work.
2.
Vibration Monitoring and Control Program
The Contractor shall prepare a vibration monitoring and control program to assess the vibration susceptibility of
existing structures and utilities in relation to predicted construction vibration levels, and determine which structures
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 33
or utilities may be susceptible to vibration damage. The Contractor shall submit to the RE for review in accordance
with Subsection 105.05 at least 30 days prior to commencement of proposed pile driving work copies of the
vibration monitoring and control program report.
a) Summary of program.
b) Assessment of vibration susceptibility of the structures, sensitive equipment and utilities within the 200 feet
zone.
c) Identification of structures, sensitive equipment and utilities that could be damaged by the construction
vibrations.
d) Description of monitoring program including list of equipment to be used to measure and record vibrations at
the structures and utilities.
e) Predicted construction vibrations at these locations, including estimated damage threshold safe particle
velocities.
f) If necessary, description of modifications to construction equipment or methods to prevent structural damage.
The Contractor shall perform construction operations and vibration monitoring in accordance with the approved
program. Changes in the program must be approved by the RE prior to implementation.
At least two properly functioning seismographs shall be on-site at all times during sheet and soldier pile driving
activity.
A concise, daily report shall be furnished to the RE for review at the end of each day with sheet pile or soldier pile
driving activity. The report shall include the following:
a) Seismograph recording including the date and times.
b) Make, model and serial number of the seismographs.
3.
Post Construction Inspection
The Contractor shall coordinate with owners to enter the structures within the 200 feet zone for purposes of taking
photographs and for visual inspection and measurements to assess the post construction condition of the structures
and sensitive equipment. The Contractor shall perform a detailed inspection of the inside and outside of structures.
The post construction report shall be in the same format as the pre-construction report with the following
inclusions:
a) Note any changes or damage or the absence of change or damage to the structures and sensitive equipment.
b) Include photographs similar to those taken for the pre-construction report.
c) In the case of change or damage note the cause and remedial action to be undertaken.
The Contractor shall submit for review six copies of the report in accordance with Subsection 105.05 no later than
60 calendar days after completion of the sheet and soldier pile driving work.
Damage to structures, sensitive equipment or utilities due to vibrations created by sheet pile or soldier pile driving
or other work by the Contractor and its SubContractors is the sole responsibility of the Contractor. Any and all
damage shall be repaired by the Contractor at no cost to the Department.
516.04 METHOD OF MEASUREMENT.
Payment for Vibration Monitoring will not be measured but paid on a lump sum basis.
No payment will be made for any repairs required to restore damaged structures, sensitive equipment or utilities.
516.05 BASIS OF PAYMENT.
Payment will be made under:
Pay Item
VIBRATION MONITORING
Pay Unit
LUMP SUM
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 34
Payment for vibration Monitoring will be made as follows: 25% upon submission and acceptance of pre-inspection
report; 50% upon completion of all pile driving operations within 200 feet of all structures; and 25% upon submission
and acceptance of post inspection report.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 35
DIVISION 600 – MISCELLANEOUS CONSTRUCTION
SECTION 602 – DRAINAGE STRUCTURES
602.01 DESCRIPTION
THE FOLLOWING IS ADDED AFTER THE FIRST PARAGRAPH:
Manufactured Treatment Devices: This work shall consist of the supply and installation of manufactured stormwater
runoff treatment devices, including therein an oil / trash / sediment removal system. The stormwater treatment system
shall be certified by NJDEP to provide 50% Total Suspended Solids (TSS) removal efficiency. The stormwater
treatment system shall be sized in accordance with the drainage area data provided on the Plans.
602.02 - MATERIALS
THE FOLLOWING IS ADDED:
602.02.01.02 MANUFACTURED TREATMENT DEVICES:
Materials for the silt chamber structure shall conform to the provisions shown in Subsection 602.02.01.
Direct access shall be provided to the sediment and floatable contaminant storage chambers to facilitate maintenance.
The stormwater treatment system shall be of a type that has been installed and in use successfully for a minimum of 5
years. The manufacturer of said system shall have been regularly engaged in the engineering design and production of
systems for the physical treatment of stormwater runoff.
The stormwater treatment system manufacturer shall furnish documentation which supports all product performance
claims and details storage capacities and maintenance requirements.
The Contractor shall submit, to the Engineer, prior to installation of the stormwater treatment system, an affidavit
regarding patent rights stating that any suit or claim against the Department due to alleged infringement rights shall be
defended by the Contractor who will bear all costs, expenses and attorney’s fees incurred thereof.
Manufactured Treatment Device shall be a “Vortechs Stormwater Treatment System, Model 11000” as manufactured by
Vortechnics (610-998-0537), or approved equal, and shall meet the requirements noted on the Construction Detail
drawings.
602.03 CONSTRUCTION
THE FOLLOWING IS ADDED:
602.03.09 MANUFACTURED TREATMENT DEVICES:
Excavation and backfilling shall be in conformance with Subsection 602.03.02.
Soil erosion and sediment control shall be in accordance with Section 158.
Concrete construction shall be in conformance with Section 504 and 505.
The stormwater treatment system shall be installed in accordance with the Manufacturer’s specifications.
All stormwater treatment systems shall be filled with water up to the lowest pipe invert and tested for exfiltration. Any
loss of water constitutes a system that is not watertight and the leak must be found and corrected.
Working drawings and design calculations shall be submitted to the Engineer for approval at least two months prior to
installation of the stormwater treatment system.
602.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 36
Pay Item
INLET, TYPE DOUBLE E
INLET, TYPE D2Y2
INLET, TYPE E-3
INLET, TYPE E-5
INLET, TYPE B-1R
INLET, TYPE B2Y
INLET, TYPE E3W
INLET, TYPE E3X
INLET, TYPE E-4
INLET, TYPE E4W
INLET, TYPE E5W
MANHOLE, TYPE MH-1
TRENCH DRAIN
MANUFACTURED TREATMENT DEVICE I
MANUFACTURED TREATMENT DEVICE II
Unit
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
UNIT
LINEAR FOOT
UNIT
UNIT
SECTION 605 – FENCE
605.01 DESCRIPTION:
THE FOLLOWING IS ADDED:
This work consists of furnishing and installing privacy slats as shown in the contract documents or as directed by
the Engineer.
605.02 MATERIALS:
THE FOLLOWING IS ADDED:
Privacy slats shall be composed of extruded high density polyethylene (HDPE) containing color pigment and ultra
violet inhibitors. Color shall be as specified in the contract plans.
605.03 CONSTRUCTION:
THE FOLLOWING IS ADDED:
Privacy Slats shall be installed at locations shown in the contract plans. Installation of slats shall be coordinated
with fence manufacturer.
605.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
Pay Item
RESET FENCE
PRIVACY SLATS
Unit
LINEAR FOOT
SQUARE YARD
SECTION 606 – SIDEWALKS, DRIVEWAYS, AND ISLANDS
606.03.02 Concrete Sidewalks, Driveways, and Islands
H. Protection and Curing.
THE LAST SENTENCE IS CHANGED TO:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 37
Ensure vehicles and other loads are not placed on sidewalks, islands, and driveways until the concrete has attained
compressive strength of 3000 pounds per square inch, as determined from 2 concrete cylinders field cured
according to AASHTO T 23.
SECTION 607 – CURB
607.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
Pay Item
VARIABLE WIDTH X 41” CONCRETE BARRIER CURB
Unit
LINEAR FOOT
SECTION 610 – TRAFFIC STRIPES, TRAFFIC MARKINGS, AND RUMBLE STRIPS
610.04 MEASUREMENT AND PAYMENT
THE FOLLOWING ITEM IS DELETED:
Item
RPM, BI-DIRECTIONAL, WHITE LENS
Pay Unit
UNIT
SECTION 611 – CRASH CUSHIONS
611.03.02 Crash Cushion
THE FOLLOWING IS ADDED:
Use Quadguard crash Cushion(s) on the project.
THE FOLLOWING SECTION IS ADDED:
SECTION 613 – NOISE BARRIERS
613.01 DESCRIPTION
This Section describes the requirements for constructing roadway and bridge (parapet mounted) noise barriers.
613.02 MATERIALS
613.02.01 Materials
Provide materials as specified in:
Broken Stone .............................................................................................................................................. 901.03
Concrete ..................................................................................................................................................... 903.03
Mortar and Grout ........................................................................................................................................ 903.08
Reinforcement Steel .................................................................................................................................. 905.01
Structural Steel ........................................................................................................................................... 906.01
Zinc Coating on Steel ................................................................................................................................. 912.02
Bearing Pads, Elastomeric .......................................................................................................................... 907.01
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 38
Use broken stone or washed gravel for the base of drilled shaft foundations.
As a minimum, use Class P concrete for precast roadway noise barrier posts and panels and for bridge panels. Use Class
B concrete for foundations and pedestals.
Backer rod is to be closed cell, polyethylene foam conforming to ASTM D 3204, Type I.
Cold applied joint sealer is to be one-part, low-modulus silicon rubber type conforming to Federal Specifications TT-S1543, Class A or TT-S-00230C, Type II, Class A with a minimum elongation of 600 percent..
613.03 CONSTRUCTION
613.03.01 Working Drawings
Submit working drawings that include the following information:
1.
2.
3.
4.
5.
6.
An erection plan that identifies the type of precast or prestressed unit to be used, exact dimensions of the units
and handling details for each unit. Also, the erection plan is to indicate the sequence of all operations and
method(s) of stabilization of post holes before placing concrete. Include an analysis to verify what adverse
conditions may occur to any component and, if required from the analysis, specify temporary strengthening
techniques for the various components that may be damaged.
Identification of the width and location of all construction haul roads adjacent to noise barrier construction.
Precise mounting details including the locations of all required threaded inserts, reinforcement steel patterns
in precast panels and bridge parapets and complete plans and elevations for each noise barrier location. Also,
provide an identification of all equipment that is to be used.
Top and bottom elevations of each post location as well as indication of all steps, post hole diameters, depths
and, if required, post hole casings.
If used, design calculations and detailing of prestressed concrete panels and posts.
Identification of the curing method that is to be used for the precast or prestressed work items.
613.03.02 General Requirements
Supply roadway and bridge noise barriers that consisting of precast concrete. Noise barrier systems are to consist of
posts, panels, foundations, and all other associated members and attachments necessary for fabrication and erection.
In lieu of precast members, prestressed concrete posts and panels may be used.
613.03.03 Precast Prestressed Concrete Noise Barrier Requirements
A.
General. The fabricator of precast concrete noise barriers is to have a minimum of five years experience with
architectural assemblage of similar products. Perform all precasting operations indoors within a controlled
environment and from a central batch mixer. A plastic or other temporary structure is acceptable provided it is
sturdy enough to endure weather conditions and is able to maintain environmentally controlled conditions.
Deformed Welded Wire Fabric may be used as an alternate to reinforcement steel for precast concrete panels. The
Welded Wire designation and spacing is to meet the minimum area of steel as determined by design. Deformed
welded wire fabric is not be shipped in rolls but shipped in mats. Overlap mesh sheets not less than one mesh in
width or as required by design, whichever is greater. Fasten overlaps at the ends and edges.
B.
Test Posts and Panels. Prior to fabrication, construct and submit to the RE for approval a 24 by 24 by 4-inch
sample panel. Do not fabricate test posts and panels until working drawings have been certified. Construct, at its
plant or, if there is more than one precaster involved with the Project, a location determined by the RE, an
acceptable sample noise barrier wall consisting of five posts and four sections of panels. Erect the four panel
section with a minimum of two panels for each section. These test sections will be used to determine the
acceptability of the various surface treatments, color, and quality of construction of both the roadway and
residential sides of the noise barrier.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 39
Notify the RE in writing, at least 14 days before the construction of the sample noise barrier wall so that the
appropriate Department representatives may be present to determine the acceptability of the finished posts and
panels.
C.
Concrete Placement. Assure that all reinforcement steel for cast in place concrete is free of dirt, loose rust, grease,
and other deleterious substances. Place all items that are to be encased in the concrete accurately in the position
shown on the Plans and assure that it is firmly held during the placing and setting of the concrete.
Assure that form liners, where required, do not leak at the joints. Fuse seams must according to the manufacturer’s
recommendations. No unfused seams will be permitted. The placement of seams will be subject to the approval of
the RE. Place seams so that the architectural finish will be unbroken and continuous.
Assure that precast concrete posts and panels are free of honeycombing or voids, are true to size and are within the
following dimension limits:
1.
Casting tolerances (overall height and width measured at the face adjacent to the mold when cast):
10 feet or under
Over 10 feet
Thickness
Out of square
2.
±1/2 inch
+ 1/2 inch, - 3/16 inch
±1/2 inch
1/4 inch
After casting tolerances:
Bowing and warpage: 1/360 panel dimension with a maximum of ¾ inch; differential bowing or camber
between adjacent members of the same design shall not exceed ⅜ inch.
3.
Position of items that are cast into the panels:
Recessed handling inserts
Reinforcement
Threaded inserts
D.
± 3/8 inch
± 1/2 inch
± 1/4 inch
Finishing Concrete Surfaces. Provide a Class 1 surface finish for all exposed surfaces of the concrete posts and
the cap at the top concrete panels.
Provide a fractured fin finish on the residential side of the ground mounted and parapet mounted noise barriers.
The form liner for providing this finish is to be equal to the Scott System, Inc. elastomeric form line No. 129A
“Brown and Root”.
Provide a stamped ashlar stone finish on the roadway side of the ground mounted and parapet mounted noise
barriers . The desired effect and appearance of the ashlar configuration and surface texturing/relief is to be similar
to that produced by the Fitzgerald Pattern 16986, Georgetown Ashlar.
In all instances, assure that the minimum concrete cover over the reinforcement steel or welded wire is maintained.
E.
Concrete Curing. Assure that curing of the precast units is done by any of the methods specified in the PCI
Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products.
If steam is used, the PCI Manual is amended as follows:
1.
2.
3.
Delay the application of steam within the enclosure for a period of five to six hours when the air temperature
is 50 ºF or lower and for a period of three hours when the air temperature is 50 ºF or higher.
If retarders are used, the waiting period is to be from four to six hours regardless of the air temperature.
Maintain the curing temperature at 145 ± 10 ºF for a period of 12 hours.
After the 12 hour period, test two concrete test cylinders, similarly cured, after the curing procedure specified.
Should the tests indicate that the precast units have not achieved a compressive strength of 5,000 pounds per square
inch, further cure the precast units until the required strength is reached.
Remove forms after the precast units have achieved a compressive strength of 3,000 pounds per square inch.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 40
F.
Staining Concrete Surfaces. Precast concrete noise barriers shall be stained by the application of a concrete
penetrating stain. The concrete penetrating stain shall be a single component, water based, thermoplastic acrylic
emulsion which carries its color and water repellent protection into the concrete.
The penetrating stain shall conform to the following performance requirements:
Physical Properties
Condition
Dry-through Time
Dry-to-recoat Time
Oil, Wax, and Silicon
Content
Adhesion to Concrete
Gloss Flat
Weather-O-Meter
Carbon Arc
Solids by Weight
Viscosity
Results
25 minutes, maximum
1 hour, maximum
None
200 pounds per square
inch, minimum
(Average of five tests)
No visible
Degradation
500 hours
57 ± 2 percent
70 to 75 Krebbs Units
Test Method
ASTM D 1640
ASTM D 1640
ASTM D 4541
Elcometer Test
ASTM G 23
Atlas Test
ASTM D 562
The Contractor shall submit a Certificate of Compliance according to Subsection 106.07.
The color of the concrete penetrating stain shall match the approved concrete noise barriers that have been precast
utilizing an integral color.
The unpigmented, clear, non-volatile portion of the stain shall match the infrared spectrograph on file at the
Department Laboratory. The concrete penetrating stain shall comply with New Jersey state laws regulating the use
of volatile organic compounds and solvents and the following:
1.
Test Staining. Before any staining operations, the Contractor shall complete a test staining program for color
acceptance and surface area coverage. This work shall be performed either at the concrete precaster’s plant on
the noise barrier test wall or at the Project site on a portion of an erected noise barrier under the same
circumstances as the actual staining. One complete noise barrier section, including posts, shall be stained.
Before ordering, a sample shall be submitted for approval of the concrete stain and color. Accompanying the
sample shall be the manufacturer’s literature which shall include materials specifications, physical properties,
including ASTM test methods utilized, manufacturer’s recommended application rates for the various surface
textures and porosity, current application instructions, and material safety data sheets.
The Contractor shall apply the stain according to the manufacturer’s recommendations, and the work shall be
representative of the job site application. The stain test sample must be approved by the Engineer and the
Department’s Bureau of Landscape and Urban Design before actual staining operations and the ordering of
any further quantities of stain. When approved, the sample area shall serve as a standard of acceptance for all
further work.
A standard for color will be established based on the approval of the full size noise barrier staining. A stain
batch shall be designated by batch number and date and will remain the standard for the entire Project.
The final color and form liner finish shall match that of the adjacent existing noise barrier components.
2.
Application Procedures. The concrete penetrating stain shall be applied according to the manufacturer’s
written instructions and precautions. Surfaces to receive the concrete penetrating stain shall be structurally
sound, fully cured, clean, dry, and free from dust, curing agents, oil, grease, efflorescence, and any other
contaminants that could prevent proper adhesion. If necessary, the surfaces to be stained shall be pressure
washed until all surface contamination has been completely removed. In addition, glazed or glossy surfaces
must be chemically or mechanically abraded to remove gloss to allow adhesion.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 41
Before use, the stain shall be thoroughly mixed using the appropriate mechanical means and shall be mixed
during spraying operations as required by the manufacturer to maintain uniformity.
All concrete stain is to be of the same batch and lot. The stain shall be delivered to the spraying site in
original, sealed 5-gallon plastic pails or open head 55-gallon drums, clearly labeled with the manufacturer’s
name, brand name, type of material, batch and lot numbers, date of manufacture, and color.
At the time of stain application, both the concrete and air temperatures must be between 45 and 90° F. The
Concrete shall be completely dry. Stain shall not be applied unless weather conditions will permit complete
drying of material before rain, fog, dew, or temperatures beyond the prescribed limits.
The concrete penetrating stain shall be spray applied using conventional or airless spray. The stain shall be
applied in two thin coats to provide a uniform appearance. The first coat shall be applied at the precast plant.
The final coat applied in the field shall be consistent with the quality and appearance of the approved sample.
The rate of application shall be according to the manufacturer’s recommendations. The area of coverage may
vary depending on absorption rates of the various surface materials and textures to obtain complete coverage.
The completed stain surfaces shall be consistent with the quality and appearance of the approved sample area.
If unevenness in color and lines of work termination exist, the Engineer may have all such surfaces resprayed
by the Contractor. Respraying, if required, shall be carried to a natural break-off point.
Stain may be brushed or roller applied only at locations where over spray would affect adjacent materials and
where no practical for spray application. Adequate protection shall be provided to protect adjacent persons,
vehicles, and property from over spray during staining operations.
G.
Storage and Transportation. After curing, store, stack and transport the units in a manner to prevent the
development of cracks or other deformities.
Mark the top side of all precast concrete units for identification and proper placement as per the working drawings.
In addition, indicate the length, size and type of reinforcement on the unit.
613.03.04 Foundations
Construct post holes for noise barriers by augering or as otherwise approved by the RE. Do not initiate excavation of
post holes until final earth grading has been completed along the proposed alignment of the noise barrier for a distance of
at least five panels in each direction. Verify the location of any existing utility conduits. Repair any damage to existing
utility lines.
If borings in the general vicinity of the noise barriers indicate conditions which may impede the advance of augering
equipment, use other suitable equipment and procedures to construct the post holes at the locations and to the depth
specified.
Do not vary the actual location of any post hole from the specified location of the axial center of the post embedded in
that hole by more than 1 inch in any direction. The actual diameter of the hole constructed may be larger, but may not be
more than 1 inch smaller than the nominal diameter indicated on the Plans.
Take all measures and precautions necessary to prevent the collapse of the post hole sides. Where soil surrounding the
post hole is disturbed as a result of the Contractor’s operations, remove all such disturbed soil as directed and replace and
compact it with earth embankment.
Pour the post hole concrete against undisturbed earth or a smooth wall permanent metal casing that is installed in such a
manner that the outside of the permanent casing bears against minimally disturbed earth. A temporary steel casing may
be used to keep the post hole open before placing concrete. Remove all water from all the post holes before foundation
concrete is poured. Assure that the holes are free of all earth, broken rocks, cobbles, boulders, remnants of abandoned
structures, utilities and other debris and materials.
If the permanent metal casing has been installed such that a void exists around the casing or the soil has been excessively
disturbed, apply one of the following methods:
1.
Grout the void. Install the grout at a pressure equal to one-half of the overburden pressure at the bottom of the
casing.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 42
2.
3.
Backfill the void with pneumatically applied sand thoroughly tamped into place.
Backfill the void shall with soil excavated from the hole. Backfill in 8 inch loose lifts and compact by the
density control method.
The remedial method will be as specified by the RE and will depend upon the extent of the void or the disturbance.
Use steel or aluminum for permanent casing applications. Galvanize the steel casing.
Set posts plumb in the holes, unless otherwise shown on the plans, and secure them in place in a precise position to
accept the panels. Set the posts into the holes a minimum of 6 inches above a layer of coarse aggregate and encase them
in concrete such that the specified fixed positions of the noise barrier elements are achieved within the following
tolerances:
1.
2.
3.
Do not vary the plan position of the embedded posts by more than ½ inch in any horizontal direction.
Do not vary the vertical position of the embedded posts by more than 1/2 inch from the position shown on the
Plans.
Construct the panel seat area such that the top of the panel is level and within 1/4 inch of the elevation shown
on the Plans.
Assure that foundation concrete does not stain the precast posts. Remove any visible foundation concrete that splashes
onto the posts.
613.03.05 Erection
Precast Concrete Panels and Posts. Erect the panel units before the foundation concrete has reached the specified 28day compressive strength. Erect the units in a manner to prevent excessive bending about either axis. Set the precast
concrete panels with the face of the panel plumb and the top of the panel level. Special care shall be taken in setting the
bottom panel in an exact horizontal position. Assure that the faces of adjacent units are flush within a tolerance of plus or
minus 1/16 inch.
Handle the precast structural members such that no overstressing, crazing, chipping, or cracking of the concrete occurs.
Do not patch damaged panels. Replaced them with new panels. After the precast panels are erected, fill all lifting hook
holes with grout. Stain the grout to match the color of the panels.
Assure that the precast concrete noise barriers do not permit the passage of light after they are erected.
If recessed handling inserts are used, galvanize them according to ASTM A153.
613.04 MEASUREMENT AND PAYMENT
The Department will measure and make payment for items as follows:
Item
NOISE BARRIER, ROADWAY
NOISE BARRIER, BRIDGE
NOISE BARRIER TEST POSTS AND PANELS
NOISE BARRIER, FOUNDATIONS
Pay Unit
SQUARE YARD
SQUARE YARD
LUMP SUM
UNIT
The quantity of noise barriers will be measured as the total number of square yards of noise barrier in a plane parallel to
the front face of the wall. The barrier will be measured from the top of the wall to the bottom of the wall from end post to
end post of each noise barrier. The cost of reinforcement is included in the cost of the noise barrier.
Noise barrier, foundations will not be measured and payment will be made on a unit basis.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 43
DIVISION 650 – UTILITIES
SECTION 652 – SANITARY SEWERS
652.02 MATERIALS
THE FOLLOWING IS ADDED TO THIS SECTION:
Coal Tar Epoxy ............................................................................................................................... ASTM C 881
Manhole Boot ................................................................................................................................. ASTM C 923
652.03.05 Sanitary Sewer Manhole
THE FOLLOWING IS ADDED TO THIS SUBSECTION:
The State’s Contractor shall construct 2 doghouse manholes over existing facilities in the sidewalk area and 2
manholes are proposed to be constructed in Liberty Avenue as shown on plans. All manholes shall be designed for
HS-25 loading and submitted as a shop drawing for approval. The State’s Contractor shall provide the
shoring/sheeting design calculations and drawings as a part of the shop drawing submittal.
The doghouse manholes are required to divert the existing sewer main away from the proposed bridge foundation
construction. The State’s Contractor shall coordinate its activities with Hillside DPW prior to and during
construction activities. The sewer is an active line and the flow must be maintained during construction in a way
that is satisfactory to Hillside DPW. The existing line that is to be abandoned shall be either removed at the
proposed footing and beyond.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 44
DIVISION 700 – ELECTRICAL
SECTION 701 – GENERAL ITEMS
701.03.01 Existing Systems
Deliver and unload salvaged materials to: As directed by the RE.
701.03.05 Rigid Nonmetallic Conduit
B. Installation.
THE LAST PARAGRAPH IS CHANGED TO:
Install true tape marked in 1 foot increments for the length of the rigid non-metallic conduit. Install a tracer wire
continuously for the entire run of 1 of the conduits, including through the junction boxes mounted on the wall.
Splice the tracer wire only in the junction boxes. Seal the rigid nonmetallic conduit with the tracer wire. If wire or
cable is not scheduled to be installed within the next 6 months, cap and seal the other conduits leaving the true tape
inside. Install marking tape in the trench above the conduit.
701.03.07 Flexible Nonmetallic Conduit
B. Installation.
THE SECOND PARAGRAPH IS CHANGED TO:
Cut flexible nonmetallic conduit according to manufacturer’s recommendations.
THE LAST PARAGRAPH IS CHANGED TO:
Install true tape marked in 1 foot increments for the length of the flexible non-metallic conduit. Install a tracer wire
continuously for the entire run of conduits, including through the junction boxes mounted on the wall. Splice the
tracer wire only in the junction boxes. Seal the flexible nonmetallic conduit with the tracer wire. If wire or cable is
not scheduled to be installed within the next 6 months, cap and seal the other conduits leaving the true tape inside.
Install marking tape in the trench above the conduit.
701.03.15 Cable and Wire
C. Connection and Coordination with Utility Services.
THE FOLLOWING IS ADDED TO THE FOURTH PARAGRAPH:
At Substantial Completion, provide the RE with the letter of transfer from each utility company to be effective the
next month after Substantial Completion or as directed by the RE.
701.04 MEASUREMENT AND PAYMENT
THE FOLLOWING IS ADDED:
If restoration of disturbed areas includes sidewalks, driveways and islands, the Department will make measurement and
payment for sidewalks, driveways and islands as specified in 606.04.
SECTION 702 – TRAFFIC SIGNALS
702.03 CONSTRUCTION
THE FOLLOWING IS ADDED:
After placing a new, temporary or interim traffic signal system into operation, inspect the traffic signal system every 2
months. Fill out a Contractor Maintenance Traffic Signal Inspection Report (Form EL-16C) when the traffic signal
system becomes operational, when the traffic signal system is modified, and at every 2-month inspection.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 45
Maintain as-built drawings of each signal modification. Place copies of the as-built drawings for each traffic signal
system modification, Forms EL-16C, and Forms EL-11C in a plastic pocket mounted inside the cabinet door of each
controller cabinet. Also provide a copy of all forms and as-built drawings to the RE.
If a new, temporary or interim traffic signal system fails or becomes damaged, repair and restore the traffic signal system
to normal operation. Begin repair of the traffic signal system within 2 hours of receiving notice of damage or
malfunction from the Department, State police, or local authorities. Ensure that workers assigned to such repair work
continuously until the traffic signal resumes normal signal operation.
For each response to a system failure or damage, fill out a Contractor Maintenance Emergency Call Record (Form EL11C) and place it in a plastic pocket mounted inside the cabinet door of each controller cabinet.
If the Contractor fails to respond to a failure or damage notification and begin work within 2 hours of notification, or
does not continue to work until the traffic signal system resumes normal operation, the Department, in the interest of
safety, will respond with its own forces to restore normal operation. If the Department mobilizes its forces to effect
repairs, the Contractor agrees to pay the Department a sum of $3000 for costs of mobilizing its forces and equipment. In
addition, the Contractor must pay the Department the actual cost of material used for the repair and pay the actual costs
of police traffic protection.
702.03.11 Temporary and Interim Traffic Signal Systems
THE FIRST THROUGH FIFTH PARAGRAPHS ARE DELETED:
SECTION 703 – HIGHWAY LIGHTING
703.03 CONSTRUCTION
THE FOLLOWING IS ADDED:
Maintain up-to-date as-built drawings of the highway lighting system and temporary highway lighting system. Place
copies of the as-built drawings in a plastic pocket mounted inside the meter cabinet, and provide a copy to the RE.
If the highway lighting system or temporary highway lighting system fails or becomes damaged, repair and restore the
system to normal operation. Begin repair of the signal system within 2 hours of receiving notice of damage or
malfunction from the Department, State police, or local authorities. Ensure workers assigned to such repair work
continuously until the lighting system is restored to normal operation.
For each response to a system failure or damage, fill out a Contractor Maintenance Emergency Call Record (Form EL11C) and place it in a plastic pocket mounted inside the cabinet door of each controller cabinet.
If the Contractor fails to respond to a failure or damage notification and begin work within 2 hours of notification, or
does not continue to work until the lighting system is restored to normal operation, the Department, in the interest of
safety, will respond with its own forces to restore normal operation. If the Department mobilizes its forces to effect
repairs, the Contractor agrees to pay the Department a sum of $3000 for costs of mobilizing its forces and equipment. In
addition, the Contractor must pay the Department the actual cost of material used for the repair and pay the actual costs
of police traffic protection.
703.03.07 Temporary Highway Lighting System
The Contractor must design the Temporary lighting system required along the length of the Route 22 Liberty Avenue
and Conrail Bridge project.
Deliver and unload salvaged materials to: As directed by the RE.
THE SIXTH PARAGRAPH IS DELETED:
THE EIGHTH THROUGH TENTH PARAGRAPHS ARE DELETED:
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 46
SECTION 704 – INTELLIGENT TRANSPORTATION SYSTEMS (ITS)
704.01 DESCRIPTION
THE FOLLOWING IS ADDED:
CCTV SYSTEM ASSEMBLY
1
CCTV System Assembly with Pan, Tilt and Zoom Camera, and Dome type environmental enclosure,
Video encoder for converting the analog video to MPEG-4 digital video, ruggedized Ethernet Switch,
ruggedized Ethernet Router and lowering system for 55’ CCTV camera Standard assembly shall be
installed in the north west corner of the intersection of the Conrail Railroad crossing and the Liberty
Avenue Rt. 22 underpass located in Hillside Borough, Union County. The camera assembly shall be
equipped with the Cable Modem for the communication with and remote operation from the Traffic
Operation Center North (TOCN) located in Elmwood Park, New Jersey.
Operation from Traffic Operation Center South
Integration of the permanent CCTV System including installation of all devices and furnishing of all materials,
labor, connections and testing shall be done with the current system in use at the time of installation at the
NJDOT Traffic Operations Center North (TOCN) located in Elmwood Park, New Jersey as directed by the
Director of TOC Operation or representative.
MATERIALS
704.02.01 Materials
THE FOLLOWING IS ADDED
CAMERA STANDARD
SECTION 1 – Camera Standard, Type 55
The Camera Standard , Type 55 shall be round or polygonal with a minimum of 18 sides, tapered for structural use,
constructed from steel conforming to ASTM specification A53M, Type E or S, Grade B or ASTM A252M Grade 2 with
minimum yield strength of 240 MPA in accordance with the contract details.
Anchor bolts shall conform to ASTM F1554 with minimum yield strength of 724 MPA. Anchor bolts shall be galvanized
per ASTM A153. All structural steel plates shall conform to ASTM A36/A36M. The entire unit shall be galvanized per
ASTM A123 after fabrication.
The maximum allowable deflection at the top of the pole, with camera equipment and lowering device installed, shall not
exceed the one inch (1”) due to 30 MPH (non-gust) winds calculated in accordance with the 2003 (or most recent version
with latest revisions) AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and
Traffic Signals.
Working drawings of the pole and base, including design calculations, shall be submitted for approval. A professional
engineer, registered in the State of New Jersey, shall sign and seal the drawings and design-calculations. The maximum
overturning moment of the base shall be clearly identified in the computations. The pole manufacturer shall have AISC
shop certification for Category Number 1.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 47
All miscellaneous hardware, including nuts, bolts and washers shall be stainless steel conforming to ASTM A320M,
Grade B8, Class 2, strain hardened. Bolt head and nuts shall be hexagonal.
A. Design. Design shall be in accordance with the current AASHTO "Standard Specifications for Structural Supports
for Highway Signs, Luminaires and Traffic Signals." Minimum Loading requirements shall be based on an isotach wind
velocity for the area of installation according to 1994 AASHTO isotach wind chart with a 1.3 gust factor. Calculations
and detailed drawings shall be submitted to illustrate compliance with the AASHTO specification.
B. Fabricator. The Fabricator shall be certified under Category I, "Conventional Steel Structures" as set forth by the
American Institute of Steel Construction Quality Certification Program. Proof of this certification will be required prior
to bid opening to ensure that the fabricator has the personnel, organization, experience, procedures, knowledge,
equipment, capability and commitment to fabricate quality pole structures.
C. Welding. All welding shall be in accordance with Sections 1 through 8 of the American Welding Society (AWS)
D1.1 Structural Welding Code. Tackers and welders shall be qualified in accordance with the code. Tube longitudinal
seam welds shall be free of cracks and excessive undercut, performed with automatic processes, and be visually
inspected. Longitudinal welds suspected to contain defects shall be magnetic particle inspected. All circumferential buttwelded pole and arm splices shall be ultrasonically or radio graphically inspected.
D. Material Certifications. All materials and products shall be manufactured in the United States of America, and
comply with ASTM or AASHTO specifications. Mill certifications shall be supplied as proof of compliance with the
specifications.
E. Performance Calculations. The pole shall be designed to support the specified camera and accessories. Close
consideration must be given to the effective projected area camera equipment to be mounted on the pole along with the
weight when designing the pole to meet the specified deflection performance criteria. The pole top deflection shall not
exceed .5 percent of the total pole height under a 40 mph wind speed. The calculations shall include a pole, base plate,
and anchor bolt analysis. The pole calculations shall be analyzed at the pole base, at 5’ pole intervals/segments and at
any other critical pole section. At each of these locations, the following information shall be given:
1.
2.
3.
4.
The pole's diameter, thickness, section modulus, moment of inertia, and cross sectional area.
The centroid, weight, projected area, drag coefficient, velocity pressure, and wind force of each pole segment.
The axial force, shear force, primary moment, total moment, axial stress, bending stress, allowable axial stress,
allowable bending stress, and combined stress ratio (CSR).
The pole's angular and linear deflection.
F. Pole Shaft. The pole shaft shall be one piece construction up to 50 Feet in length, and shall conform to ASTM A595
Grade A with a minimum yield strength of 55 ksi or ASTM A572 with a minimum yield strength of 65 ksi.
Circumferential welded tube butt splices and laminated tubes are not permitted. Longitudinal seam welds within 6
inches of complete penetration pole to base plate welds shall be complete penetration welds. The shaft shall be hot dip
galvanized per the requirements of the contract documents.
G. Hand Holes. The hand holes opening reinforced with a minimum 2 inches wide hot rolled steel rim shall be provided
as shown on CCTV Standard details. The nominal outside dimension is ¼ inch x 1 inch.
H. Pole Top Tenon. A tenon shall be welded to the pole top with mounting holes and slot as required for the mounting
of the camera-lowering system. The tenon shall be of dimensions necessary to facilitate camera lowering device
component installation. Each slot shall be parallel to the pole centerline for mounting the lowering device.
For details, see applicable drawings.
I. Cable Supports/Electrical Cable Guides and Parking Stand (Eyebolts). Top and bottom electrical cable guides
shall be located within the pole aligned with each other as referenced in the drawings. One cable guide shall be
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 48
positioned 2” below the hand hole and the other shall be positioned 1 inch directly below the top of tenon. A parking
stand shall be positioned 2-3/4 inches below the top of the hand hole.
J. Base Plate. Base plates shall conform to ASTM A36 or A572 Grade 42. Plates shall be integrally welded to the tubes
with a telescopic welded joint or a full penetration butt weld with backup bar. Plates shall be hot dip galvanized per the
requirements of the contract documents.
K. Anchor Bolts. Anchor bolts shall conform to the requirements of ASTM F1554 Grade 55. The upper 12 inches
of the bolts shall be hot dip galvanized per ASTM A153. Each anchor bolt shall be supplied with four hex nuts and two
flat washers. The strength of the nuts shall equal or exceed the proof load of the bolts
SECTION 2 - CAMERA LOWERING DEVICE AND TOOL
These specifications describe the minimum acceptable design and operating requirements for the Camera Lowering
Device and Tool
2.1 -Camera Lowering Device
The camera lowering device is to be designed to support, raise and lower a pole mounted dome type camera.
Standards
a.
AAHSTO - Standard Specifications for Structural Supports for Highway Signs, Luminaries, and
Traffic Signals, Latest Interim.
b.
National Fire Protection Code (NFPA), NFPA 70, National Electrical Code (NEC)
Basic Design
Ensure that the camera lowering device consists of the following:
a.
A suspension contact unit
b.
Divided support arm
c.
A pole adapter and suspension contact unit fitter
d.
Control Cable and Pulleys
e.
Pole top junction box
f.
Camera connection box
g.
Communications composite Cable
Performance and requirements
Design wind velocity
Design safety factor
Minimum effective projected area
Minimum weight capacity
100mph with a 30 percent gust factor
1.50-Safety factor
Exceeds unit with attached camera
600 lbs. with a 4:1 Safety factor
Environment
Operating temperature range
-20°F to +158 °F
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 49
Relative humidity
0 to 95 percent non-condensing
Electrical Power
Operating voltage
Voltage range
120 volt AC
105 to 125 volts AC at 60 hertz
Materials
a.
Structural components are to be heavy-duty cast aluminum alloy or stainless steel
b.
Housing seals are to be flexible polymer water-tight gaskets
c.
All dissimilar metals are to be protected from corrosion for the life of the device.
d.
All external components made of corrosion resistant material and protected from the environment by
industry-accepted coatings to withstand exposure to the environment
Suspension Disconnect Unit
Basic Configuration
a.
Load capacity is required to be 600 lbs. with a 4:1 safety factor.
b.
Suspension contact unit housing is to be weatherproof with gasket seal.
c.
The camera lowering junction box is to accept an NPT 1.5” pipe mount.
d.
Provide locking mechanism between the fixed and moveable components
e.
The fixed unit is to have a heavy duty cast tracking guide.
Electrical Contacts
a.
Mated pin and socket contacts
b.
Self aligning contact molded housing
c.
All provide a rain tight seal when mated
Connection
The composite communication cable (up to 150’ unless otherwise specified or required) is to be a
continuous run to the ground mounted controller camera and sized for the camera pole height to which
it is mounted.
Divided Support Arm
a.
Minimum 2 inch divided connecting arm
b.
Provide rigid connection between the suspension contact unit and pole adapter fitter
c.
Separates cables from electrical and signal wires
d.
Supports the suspension contact unit and camera assembly
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 50
Suspension Contact Unit Fitter
Suspension contact unit fitter is to rigidly connect the suspension contact unit to isolate the moving lowering cable from
the electrical and video cables.
Material
Heavy-duty cast aluminum alloy
Pulleys
High strength and low resistance
Pole Adapter Fitter
Pole adapter fitter is to rigidly connect the pole to the divided arm support and to isolate the moving lowering cable from
the electrical and video cables.
Material
Heavy-duty cast aluminum alloy.
Pulleys
High strength and low resistance
Control Cable & Pulley
Ensure that pulleys have sealed, self lubricated bearings, oil tight, bronze bearings or sintered bronze bushings.
Ensure that:
a. Lowering control cable is a minimum 1/8-inch diameter stranded stainless steel cable
b.
Minimum breaking strength is1740 lbs.
c.
Control cable guides are located within the pole
Camera Junction Box
Ensure that:
a.
The camera junction box that connects the camera to the lowering device has a two-piece design with a 1.5”
NPT pipe receptacle for easy camera mounting.
b.
Material is corrosion resistant cast aluminum
c.
It contains a large capacity-splicing compartment for camera power, signal leads, and connectors
d.
There is ample room for securely mounting and accessing lightning protection devices for power, data and
video, isolated from the junction box itself.
e.
It is provided with weights and /or counterweights to assure the alignment of pins and connectors
f.
The power and signal connectors are provided for attachment to the bare leads in the pole top and/or camera
dome to make the system operational
Pole Top Junction Box
Mount the pole top junction box to the pole top tenon and house cord relief brackets and cord grips. Secure it to the pole
top tenon using stainless steel set screws.
Composite Cable
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 51
Provide the camera lowering device with a direct continuous run (no splices) of composite cable, wired and sealed from
the top connector to the ground mounted controller camera. Standard cabling will consist of RG-6 coax cable, low
capacitance data cable with individually shielded pairs with a common shield and drain and 16 gauge low voltage power
cable.
Test Cable
Supply a control cable and harness to plug into the suspension contact unit to provide the capability to fully test the
camera and its functions while being serviced on the ground before the camera is hoisted to the locked position at the top
of the pole.
2.2 Camera Lowering Tool
Provide a built-in winch assembly with cable mounted inside the pole that is accessible via a hand hole. Provide Portable
Drill and Adaptor Assembly for operating the lowering device. Also provide a Manual Hand Crank Assembly to operate
the lowering device manually without a drill. The built-in winch is to have a quick release cable connector and an
adjustable safety clutch. The portable drill is to be an adequately sized variable speed, industrial-duty reversible motor
electric drill.
Ensure that the built-in winch is:
a.
Accessible through the pole hand hole for repairs or replacement
b.
Securely attached to the pole
c.
Supporting itself and the load assuring lowering operations
d.
Preventing freewheeling when loaded
e.
Provided with reducing gear to reduce the loading effort
f.
Ready for quick connect/disconnect of Drill and Adaptor Assembly for portable drill operation
g.
Ready for quick connect/disconnect of Manual Hand Crank Assembly for manual operation
2.2.1 – Lowering Tool
The Lowering Tools shall consist of a portable lowering device capable of being operated by a hand crank or an electric
drill which shall meet the requirement as follows.
2.2.1.1 Lowering Tool – The hand operated lowering device shall be portable and come with a crank and shall consist of
a light weight metal frame and winch assembly with cable, a quick release cable connector and an adjustable overload
clutch as shown on the Detail plans and described herein. The toll shall be compatible with accessing the camera support
cable through the hand hole at the bottom of the CCTV pole. The device when attached to the hand hole shall support
itself and the load to assure the lowering operation and provide a means to prevent freewheeling when loaded. The
device is to be equipped with a reduction gear to reduce the manual effort required to operate the lifting handle to raise
and lower a capacity load. The device shall be equipped with an adapter to permit its operation with a heavy duty
electric drill with automatic resetting, adjustable overload clutch. The device is also to be equipped with a positive
locking mechanism to secure the cable reel during raising and lowering operations. All pulleys for this portable device
shall be provided with sealed, self-lubricated bearings, oil tight bearings or sintered bronze bearings. The entire lowering
device shall be galvanized in accordance with ASTM A123 to withstand a corrosive environment.
The device shall be manufactured from
Fabricated Structural Steel (ASTM A 709, Grade 36) and
High Strength Steel Bolts, Nuts and Washers
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 52
2.2.1.2 Heavy Duty Electric Drill – The drill shall be a UL listed, heavy duty, industrial grade , ½ “ reversible drill with
a side handle. The chuck shall be ½” key type with key, having an approximate weight of 10 pounds, with a variable
speed of 0-500 rpm’s.
2.2.1.3 Automatic Resetting Adjustable Overload Clutch Adapter – Manufacture of this adapter shall be coordinated with
the manufacturers of the CCTV lowering device and shall be equipped as follow:
Clutch Type: Ball bearing/spring type with adjustable torque overload
Spring type : Disc Spring
Hub Shaft Size: ½” diameter with 1/8” square key (Clutch end); ½’ square for winch socket.
Sleeve Shaft Size: ½” diameter with 1/8’ square key (clutch end); ½” square for winch end
Torque Adjustment: Adjustable nut
Winch Drive: 1-1/8”, ½” drive impact hex socket
Bearings: Permanently lubricated oil tight bushings
Contractor shall submit vendor specifications for drill and shop drawings for lowering device tool including crank to
engineer for review prior to procurement.
Lowering Device Pre Testing
The contractor shall submit the information details of the lowering camera operation performance including the
connector operation. The contractor shall perform a unit demonstration at their workshop and demonstrate the
lowering device functional performance for connection of video and Ethernet data connection. The contractor
shall submit the demo details to the Engineer for review and approval in advance.
CAMERA
SECTION 1 – GENERAL
1-1 GENERAL
-
Ensure that the camera is a dome or positional type as specified in the contract.
Ensure that the Common Language Equipment Identification (CLEI) number is procured from Telcordia and
the camera is labeled with machine printed, laminated, self-adhesive label that includes this number as
described in CLEI publication GR-485-CORE for communications and electronic devices.
1-2 STANDARDS
-
NEMA Type 4X
IP 66
EIA RS-232, RS-422/485
UL Listed for outdoor use
1-3 REMOTE DATA PORT
Ensure that the remote data port is UL listed and meets FCC Class B requirements.
Ensure that the unit meets the following general requirements:
-
The outdoor CCTV remote data port allows for the control and setup of camera when used with compatible
remote monitor kit or remote monitor cable.
The remote data port allows for new operating code and language files to be uploaded to camera system.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 53
-
The remote data port is able to receive commands from standard personal computers and PDA devices such as
Palm and iPAQ units utilizing RS-422 communications between the remote data port and camera system.
The enclosure and data port meets or exceeds the following design and performance specifications:
Enclosure:
Size:
6”x8”x4”
Door latch:
means for locking with a padlock
Input Voltage:
24 VAC
Power Consumption:
No power consumption when door is closed,1 VA when door is open
Operating Range:
-50° to 122°F
Color:
Light gray
Weight:
6.5 lb
Data port:
RJ-45 Jack for video and communications
Video transmission from camera system to control equipment over coaxial cable or unshielded twisted pair
(UTP)
Lock out control from head end when cable is plugged into RJ-45 jack
An audible alarm sounds when the door is open until cable is plugged into RJ-45 jack and the audible alarm
sounds again when cable is removed to remind operator to latch the door closed
Each remote data port controls only one camera system
Unit converts RS-232 input from PC, Palm, or iPAQ to RS-422 for communication with positioning system
1-4 POWER SUPPLY
Power:
Input voltage:
100 VA, 24 VAC
120 or 240 volt user selectable
UL listed and meeting NEMA 4X and IP66 standards.
MOUNT ADAPTER PLATE FOR DOME CAMERA
Ensure that the dome camera unit is provided with a pole mount adapter plate unless otherwise specified.
Ensure that dome camera suitable for 1.5" NPT installation screws directly onto Pole mount that is aluminum with
grey polyester powder coat finish weighing less than 11lb.
Ensure that the mount provides 42" height and 36" overhang to dome camera, designed to swivel within available
clearance limits to add flexibility. Ensure that the mount is provided with indexing bolts to secure the arm in
position and any other hardware required.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 54
Ensure that the mount adapter plate is suitable for attaching a parapet mount to camera poles with 3" to 8" diameters
using stainless steel straps. Ensure that each adapter plate is supplied with three mounting straps and hardware as
required. Ensure that the adapter plate supports up to 75 lb and is manufactured from 0.19" thick 5052H32
aluminum and is gray polyester power coated.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 55
PEDESTAL MOUNT FOR POSITIONAL CAMERA
Provide a pedestal mount that is approximately 10” long capable of supporting weight up to 125 pounds and suitable
for mounting atop camera poles. Ensure that the pedestal is compatible with pedestal adapter plate and include all
hardware and additional adapter plates as required for camera installation on camera poles.
1-7 POWER AND COMMUNICATIONS CABLES
Ensure that the unit is provided with all power and communications cables.
Ensure that the power cable provides power to Camera & PTZ equipment, remote data port and Code Translator.
1-8 CODE TRANSLATOR
Provide a Code Translator that is suitable for communicating the PTZ data from the NJDOT video operating system
Nextiva to camera. Provide a low voltage 100VA minimum power supply for Code Translator suitable for
installation inside an outdoor cabinet enclosure. Input voltage is to be 120 Volt, 60 Hz and output voltage meeting
Code Translator requirements. Ensure that the unit is UL listed and meets NEMA 1 standards.
SECTION 2 - DOME CAMERA
Ensure that the Dome Camera is an outdoor environmental CCTV camera dome system with a discreet, miniature
camera dome system consisting of a dome drive with a variable speed/high speed pan and tilt drive unit with continuous
360° rotation, 1/4-inch high resolution CCD camera, motorized zoom lens with optical and digital zoom and auto focus;
and an enclosure consisting of a back box, lower dome, and a quick-install pole adapted mounting. Ensure that the unit
meets NEMA Type 4X and IP66 environmental standards and is suitable for outdoor installation atop poles up to 75′
high. Ensure that the unit operates at 24 VAC nominal with maximum 70 VA power consumption.
Ensure that the unit meets or exceeds the following design and performance specifications:
2.1 DOME DRIVE
1.
Pan Speed:
Variable between 360° per second continuous pan to 0.1° per second
2.
Vertical Tilt:
Unobstructed tilt of +2° to -92°
3.
Manual Control Speed:
Pan speed of 0.1° to 80° per second, and pan at 150° per second in turbo
mode. Tilt operation range from 0.1° to 40° per second
4.
Automatic Preset Speed:
Pan speed of 360° and a tilt speed of 200° per second
5.
Presets:
Eighty preset positions with a 20-character label available for each position;
programmable camera settings, including selectable auto focus modes, iris
level, Low Light™ limit, and backlight compensation, for each preset;
command to copy camera settings from one preset to another; preset
programming through control keyboard or through dome system on-screen
menu
6.
Preset Accuracy:
+/- 0.1°
7.
Proportional Pan/Tilt Speed:
Speed decreases in proportion to the increasing depth of zoom
8.
Automatic Power-Up:
User-selectable to the mode of operation the dome will assume when power
is cycled, including automatically returning to position or function
occurring before power outage
9.
Zones:
Eight zones with up to 20-character labeling for each, with ability to blank
the video in the zone
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 56
10. Motor Drive:
Cogged belt with 0.9° stepper motor
11. Motor Operating Mode:
Microstep to 0.015° steps
12. Motor:
Continuous duty, variable speed, operating at 18 to 30 VAC, 24 VAC
nominal
13. Limit Stops:
Programmable for manual panning, auto/random scanning, and frame
scanning
14. Inner Liner:
Rotating black ABS liner inside sealed lower dome
15. Alarm Inputs:
N.O./N.C. dry contacts
16. Alarm Outputs:
One auxiliary Form C relay output and one open collector auxiliary output
17. Alarm Output Programming:
Auxiliary outputs can be alternately programmed to operate on alarm
18. Alarm Action:
Individually programmed for three priority levels, initiating a stored pattern
or going to a pre-assigned preset position
19. Resume after Alarm:
After completion of alarm, dome returns to previous programmed state or
its previous position
20. Window Blanking:
Eight four-sided, user-defined shapes, with each side being of different
lengths; window blanking setting to turn off at user-defined zoom ratio;
window blanking set to opaque gray or translucent smear; blank all video
above user-defined tilt angle; blank all video below user-defined tilt angle
21. Patterns:
Four user-defined programmable patterns including pan, tilt, zoom, and
preset functions; pattern programming through control keyboard or through
dome system on-screen menu
22. Pattern Length:
Four patterns of user-defined length, based on dome memory
23. Auto Sensing:
Automatically sense and respond to protocol utilized for controlling unit
accept NTCIP compliant control protocols with the use of translator cards
24. Menu System:
Built-in for setup of programmable functions in English
25. Auto Flip:
Rotates dome 180° at bottom of tilt travel
26. Password Protection:
Programmable settings with optional password protection
27. Clear:
Clear individual, grouped, or all programmed settings
28. Diagnostics:
On-screen diagnostic system information
29. Freeze Frame:
Freeze current scene of video during preset movement
30. Display Setup:
User-definable locations of all labels and displays; user-selectable time
duration of each display
31. Azimuth/Elevation/Zoom:
On-screen display of pan and tilt locations and zoom ratio
32. Compass Display:
On-screen display of compass heading; user- definable compass setup
33. Video Output Level:
User-selectable: normal or high to compensate for long video wire runs
34. Dome Drive Compatibility:
All dome drives are compatible with all back box configurations
35. RJ-45 Jack:
Plug-in jack on dome drive for control and setup of unit and for uploading
new operating code and language file updates. Compatible with personal
computers and PDAs such as Palm and iPAQ
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 57
36. Remote Data Port Compatibility:
Ability to control and setup unit and to upload new operating code and
language file updates through optional remote data port that is located in
area with easy access. Compatible with personal computers and PDAs such
as Palm and IPAQ
37. UTP Compatibility:
Ability to plug into back box an optional board that converts video output to
passive, unshielded twisted pair transmission
38. Fiber Optic Compatibility:
Ability to plug into back box an optional third-party board that converts
video output and control input to fiber optic transmission
39. Third-Party Control Systems:
Ability to plug in optional board that converts control signals from selected
third-party controllers
40. Power Consumption:
Maximum 70 VA
2-2 COLOR/BLACK-WHITE OPTIC SYSTEM (35X)
1.
Image Sensor:
1/4-inch CCD
2.
Scanning System:
2:1 interlaced output
3.
Effective Pixels:
NTSC 724 x 494
4.
Horizontal Resolution:
NTSC 470 TVL
5.
Lens:
f/1.6 (focal length, 3.6~82.8 mm; 35X optical zoom, 12X digital zoom)
6.
Programmable Zoom Speeds:
2.9, 4.2, or 5.8 seconds
7.
Horizontal Angle of View:
54° at 3.6 mm wide zoom, 2.5° at 82.8 mm telephoto zoom
8.
Focus:
Automatic with manual override
9.
Sensitivity at 35 IRE:
10. Synchronization System:
0.08 lux at 1/2 sec shutter speed (color)
0.3 lux at 1/60 sec shutter speed (B-W)
0.013 lux at 1/2 sec shutter speed (B-W)
Internal/AC line lock phase adjustable through remote control, V-sync
11. White Balance:
Automatic with manual override
12. Shutter Speed:
1/2-1/30,000
13. Iris Control:
Automatic with manual override
14. Gain Control:
Automatic/ off
15. Video Output:
1 Vp-p, 75 ohms
16. Video Signal-to-Noise:
>50 dB
17. Type of Lighting:
Menu selection of indoor or outdoor lighting for optimum camera
performance
18. Wide Dynamic Range:
80X
19. Motion Detection:
User-definable motion detection settings for each preset scene, can activate
auxiliary outputs, and contains 3 sensitivity levels per zone
2-3 BACK BOX AND LOWER DOME
Heavy Duty Pendant Environmental
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 58
1.
Connection to Dome Drive:
Quick, positive mechanical and electrical disconnect without the use of any
tools
2.
Trap Door:
Easy-access trap door that allows complete access to the installation wiring
and, when closed, provides compete separation of the wiring from the dome
drive mechanics
3.
Terminal strips:
Removable with screw-type terminals for use with a wide range of wire
gauge sizes
4.
Auxiliary Connections:
One Form-C relay output at <40 V, 2 A maximum, and a second open
collector output at 32 VDC maximum at 30 mA
5.
Alarm inputs:
Seven
6.
Installation:
Quick-mount wall, corner, pole, parapet, or ceiling adapter
7.
Cable Entry:
Through a 1.5-inch NPT fitting
8.
Environmental Features:
Factory-installed heaters, blowers, and sun shroud
9.
Operating Temperatures:
Maximum temperature range of -60° to 140°F for two hours, and a
continuous operating range of -50° to 122°F
10. Memory:
Built-in memory storage of camera and location- specific dome settings
such as presets and patterns. If new dome drive is installed in back box, all
settings to download automatically into new dome drive
11. Color:
Gray, baked-on enamel powder coat
12. Construction:
Tough, dual wall aluminum enclosure with a 0.090-inch thick, clear
polycarbonate lower dome and aluminum trim ring
13. Trim Ring Connection:
Barrel type key locks
14. Dimensions:
Pendant 10.76-inch overall length (including dome) by 9.7-inch diameter
15. Weight:
9.0 lb
SECTION 3 – POSITIONAL CAMERA
3-1 CAMERA WITH PTZ UNIT
Ensure that the Positional Camera with PTZ unit consists of a NTSC color CCD camera and zoom lens in an
environmental enclosure with an integrated environmental PTZ control unit with receiver/driver and provided with a
pedestal adapter plate for installation on pedestal. Ensure that the unit meets NEMA 4X and IP 66 environmental
standards and is suitable for out door installation atop poles up to 75′ height. Ensure that the unit includes and meets
or exceeds the following design and performance specifications:
1.
Superior aesthetics:
Combine superior aesthetics with internal cabling and easy attachments for
quick mounting without special tools
2.
Camera/lens package
Pre-installed and tested or optionally available without camera/lens, capable
of a maximum 10.5”L camera/lens package
3.
Heater/blower:
Suitable for outside environment with heater/blower for package or indoor
without heater/blower
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 59
4.
Pan/tilt drive unit:
High speed, utilizing high speed stepper motors, capable of pre-set pan
speeds of up to 100° per second and tilt speeds of 30° per second in wind
speeds of up to 50 mph, and pre-set speeds of 60° per second in wind
speeds up to 90 mph.
5.
Pan speeds:
variable standard up to 40° per second while sustaining wind speeds of up
to 90 mph
6.
Tilt speeds:
20° per second while sustaining wind speeds of up to 90 mph
7.
Handling loads:
up to 25 lbs
8.
Pre-wired:
power input, camera, lens, heater, and window defroster functions
9.
Operating voltage:
24VAC from a 120VAC 60Hz source
10. Power consumption:
maximum of 50 VA
11. Operating temperature:
-40°F to 122°F and capable of de-icing and operating at an ambient
temperature of -13°F within two hours of power on.
12. Pan rotation:
360° continuous and a tilt range of +40° to -90° from horizontal
13. Duty cycle:
100% providing continuous operation
14. Pre-sets:
64 positions with a preset accuracy of 1/2° utilizing electronic limit stops
15. Protocol:
mandatory NTCIP
16. Housing:
aluminum and featuring a spring loaded, front hinged lid which opens from
the rear and is closed securely with a steel link latch, maximum 10.5”L
camera lens package with a 2” viewing window, which is constructed of a
0.18” thick, optically clear, impact resistant, MR5 coated Lexan.
17. Viewing window:
UL 94HB rated
18. Color/Monochrome camera:
1/3”, 24VAC color CCD camera high resolution, and an auto iris, 6X, 10X,
or 20X motorized zoom lens
19. Enclosure:
NEMA Type 4X and IP66 rated, 17”H x 8”W x 17”D, Constructed of diecast, extruded, and sheet aluminum with stainless steel hardware and
finished in gray polyester powder coat, anodized
CONTROLLER, CAMERA
Ensure that the controller is compatible with the camera specified under NJDOT material specifications ITS-Camera.
SECTION 1 – GENERAL
1-1
Ensure that the controller camera consists of a ground mountable cabinet enclosure with all necessary
equipment and hardware as a fully assembled unit. Provide at a minimum the following:
-
Controller Cabinet
Video encoder
Media converter / Ethernet switch / Communications modem
Terminal server
Fiber optic patch panel
Communications, video, and power cables connectors
Fiber optic jumper cables
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 60
SECTION 2 – CONTROLLER CABINET
2-1 General Requirements
Ensure that
The cabinet conforms to NJDOT electrical details for Meter Cabinet Type ”M” Fabricated.
The controller cabinet is equipped with rack mounted pullout shelves for installing equipment.
All cabinet terminals, outlets, circuit boards, and other components are labeled using silk screening or a
similar permanent process.
The cabinet has space for installing Code Translator and low voltage power supplies.
2-2 Power Distribution Equipment
Provide power distribution equipment that is NEMA and UL compliant and includes the following as a minimum:
a.
b.
c.
d.
e.
f.
2-Pole, 50 amperes, 240 volt, main circuit breaker in NEMA 1 enclosure with a minimum interrupting rating of
10000 in symmetrical amperes
12 – circuit breakers dead front power distribution panel with main bus rated at 100 ampere and no enclosure;
each circuit breaker is to be 1-pole, 120 volt, 15 ampere with a minimum interrupting rating of 7500 in
symmetrical amperes
(4)-Duplex NEMA 5-15R receptacle for electronic equipment
(1)-Duplex NEMA 5-15R GFCI convenience receptacle
Terminal blocks as required or specified
Protect AC power feed for all equipment at the load center by parallel connection surge suppressor rated for a
minimum surge of 10 KA
2-2 Communication Signals
Using copper cables and transient voltage surge suppressors protect all communication signals connecting the
control equipment from off-site sources.
Protect all copper communication lines used to pass data between the camera and controller camera by
providing transient voltage surge suppressors.
2-4 Environmental Systems
Furnish and mount one (1) thermostatically controlled fan with a minimum 100 CFM air flow for ventilation,
screened against the entrance to remove dust and foreign matter in the top of the cabinet completely
wired and interconnected. Provide and install a contact closure with wiring to indicate that cabinet
ventilation has failed. A failure of the ventilation is to be reported when the temperature in the cabinet
exceeds a preset temperature selected from an adjustable range from 70 °F to 130 °F.
Filtered air intake ports are to be located on the bottom third of the access door.
Ensure that the fan and air filters are removable and replaceable from inside the cabinet.
Mount a 400 watt blower heater inside the cabinet on one side. Ensure that the heater is controlled by a
thermostat which is designed to operate the heating system only when required. Provide an adjustable
thermostat with a range of 40 °F to 70 °F to activate heating. Ensure that the unit turn-off is 41 °F higher
than the turn-on temperature. Provide a contact closure to indicate a low temperature alarm. Ensure that
the sensor is adjustable in the range of 41 °F to 5 °F.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 61
SECTION 3 - HARDENED VIDEO ENCODER/DECODER PAIR
Hardened Video Encoder/Decoder Pair consists of one encoder unit and one decoder unit. Each unit is to conform to the
following specifications:
1-1 Standards and Certifications
-
IEEE 802.3 10 Base T
-
IEEE 802.3u 100 Base TX
-
IEC60068-2-1:1990 + A1:1993 + A2: 1994
-
IEC60068-2-1:1974 + A1:1993 + A2: 1995
-
ISO/IEC 13818
-
ISO/IEC 14496-2
-
FCC
1-2 Functional Requirements
Provide the following capabilities:
-
The video encoder/decoder pair is to be capable of transporting NTSC video and serial data from one
location to another location over the Ethernet network by encoding/decoding the video and data streams.
Each video channel and data channel is to have the capability to configure to independent IP address and
port number. Encoder is to provide for conversion of NTSC video and serial data to digital video (MPEG4) and digital data for transmission over Ethernet based communication system. Decoder is to provide for
conversion of digital video (MPEG-4) and digital data back to NTSC video and serial data.
Transparent serial port supporting any asynchronous serial protocol
-
Compression: MPEG-4 simple profile
MPEG-4 Resolution: Scalable from 176x128 to 704x480 pixels 1CIF, 2CIF, 4CIF, 1-30 FPS user selectable for
each stream
1-3
-
Bandwidth: 30 Kbps to 6Mbps user selectable for each stream.
-
Transport Protocols: RTP/IP, TS/UDP/IP, SAP, TCP/IP, Multicast IP DNS, NTP, HTTP, FTP and DHCP
client, Unicast
-
JPEG capture, Motion detection, Text overlay
Management
-
Web configuration, telnet
Network
1-4
Interface and Connectors
Serial Interface:
EIA RS-232/RS-422/RS-485, DB9 connector
-
Video Interface:
1 Composite, 1Vpp into 75 ohms (NTSC), BNC female connector
-
Ethernet Network:
10/100Base-T Cat5e, RJ 45 connector
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 62
1-5 Indicators
LED Indicator showing Power Status
1-5
LED Indicators showing status and activity of each port
Mechanical Specifications
-
Max. Dimension shall not exceed
9.3” L X 19”W x 1.75” H
-
Max. Weight shall not exceed
8 LB
1-7 Environmental Specifications
Operating Temperature:
-29°F to +165°F (-34°C to +74°C)
Storage Temperature:
-40°F to +176°F (-40°C to +80°C)
Operating Humidity:
95% non-condensing at 122°F (50°C)
1-8 Electrical Power
Equip the power supply with a minimum of a 6 foot power cord terminating in a standard 3 prong line plug.
Maximum power requirements are not to exceed 16 watts for each unit.
1-9 Software
Provide Software License(s) with the unit.
1-10
Identification
Identify each hardened unit with a metal plate containing the serial number with bar code identification. Provide
phenolic nameplate with switch designation shown on Contract Documents. Provide manuals and training
documentation, and electronic version of custom configurations on compact disc media.
Ensure that the Common Language Equipment Identification (CLEI) number is procured from Telcordia and
the hardened encoder/decoder pair is labeled with machine printed, laminated, self-adhesive label that includes
this number as described in CLEI publication GR-485-CORE for communications and electronic devices.
1-11
Standard Configurations
Type
Type A
Type B
Type C
Encoder/Decoder
Minimum Number of Required Ports
NTSC Video RS232/422/485 10/100 Base Tx
1
1
1
2
2
2
8
3
2
Each video channel and data channel is to have the capability to configure to independent IP address and port
number
1-12
List of Equipment
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 63
Provide the following with each Hardened Video Encoder/Decoder Pair
Documentation
External power supply (if required)
All required custom connections
Mounting brackets/shelf (if required)
SECTION 4 - CABLE MODEM
The purpose of these specifications is to describe the minimum acceptable design and operating requirements for the
cable modem.
4.1 GENERAL
Cable Modem shall be a 2nd Generation DOCSIS 2 and IEEE 802.3 compliant. The cable modem shall be
capable of communications with CMTS (The Cable Modem Termination System). For point to point
communications between two cable modems, all messages will be relayed through CMTS. The cable modem
shall operate on a CATV (Cable Television) network.
4.2 MATERIAL
Material shall meet the following:
Standards
DOCSIS 1.0, DOCSIS 1.1, DOCSIS 21.0
IEE802.3, IEE 802.3u
USB 1.1
Data Rate
Downstream: 38 Mbps (256 QAM @5.361Msym/s)
Upstream: 30 Mbps (64 QAM @5.120 Msym/s)
Bandwidth
Downstream: 6 MHZ
Upstream: 200, 400, 800 KHz, 1.6, 3.2, 6.4 MHz
Modulation
Downstream: 64 or 256 QAM
Upstream: 8,16,32,64,128 QAM or QPSK
Connectors
Cable: F-connector, female 75 Ohms,
Ethernet: Ethernet 10/100 RJ-45 port
USB: USB port
4.2.6
Indicators
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 64
Modem shall have at the minimum following LEDs indicators
(a)
Power
(b)
Receive
(c)
Send
(d)
Online
(e)
Ethernet/USB Activity
(f)
Standby
Operating Level Range
Downstream:
-15 to + 15 dBmV
Upstream:
(a) A-TDMA:
8 to 54 dBmV (32 QAM, 64 QAM)
8 to 55 dBmV (8 QAM, 16 QAM)
8 to 58 dBmV (QPSK)
(b) S-CDMA:
8 to 53 dBmV (All Modulation)
Frequency Range
Downstream:
Upstream:
88 to 860 MHz
5 to 42 MHz (Edge to Edge)
Impedance
Input/Output:
75 ohms (Normal)
ATA Protocol
TCP/IP
Power On/Off
A 24 hour resettable power on/off switch to automatically reset the modem at 10 AM and 10 PM shall be
mounted on the chassis.
Environment
Operating Temperature:
32°F to 104°F (0°C to 40°C)
Storage Temperature:
-4°F to 158°F (-20°C to 70°C)
Operating Humidity:
10 to 85 %, Non-Condensing
Storage Humidity:
5 to 90%, Non-Condensing
Certifications
Modem shall have FCC and UL certifications. Licensed software shall be provided with the modem.
Electrical Power
The equipment shall operate over a voltage range of 105 to 125 volts AC at 60 hertz. The power supply shall
be equipped with a minimum of a 6 foot power cord terminating in a standard 3 prong line plug. Maximum
power requirements shall not exceed 20 watts for each modem.
Identification
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 65
All major components shall be identified with a metal plate containing the serial number with bar code
identification and Common Language Equipment Identification number.
SECTION 5 – ETHERNET SWITCH
Ensure Ethernet Switches are compatible with existing architecture.
requirements and approved vendors:
Contact Department to check for additional
Standards and Certifications
IEEE 802.3
10 Base T
IEEE 802.3u
100 Ethernet Base TX, 100 Base FX
IEEE 802.3ab
1000 Base T
IEEE 802.3z
1000 Base LX
IEEE 802.3x
Flow Control
IEEE 802.1q
Virtual Local Area Network (VLAN) tagging
IEEE 802.1d
Spanning Tree Algorithm
IEEE 802.1w
Rapid Spanning Tree Algorithm
IEEE 802.1x
Port Based Network Access Control
IEEE 802.1p
Quality of Service (QOS), 8 level transmission priorities
IP Multicast Filtering through Internet Group Management Protocol (IGMP) Snooping
Product Safety
Underwriters Laboratories (UL) Standard 1950 or 60950
Electromagnetic Emissions
FCC, Part 15, Class A
Environmental
National Electrical Manufacturers Association (NEMA)
TS1/TS 2 – Environmental Requirements only
Functional Requirements
-
Minimum of 8K Media Access Control (MAC) addresses
-
Port Mirroring
-
MAC Based Port Trunking (up to 3 groups of 4 ports per group)
-
Store-and-forward Switching Method
Non-blocking full wire speed forwarding rate:
-
10 mbps:
14,880 pps (packets per second)
-
100 mbps:
148,800 pps (packets per second)
-
1000 mbps: 1,488,000 pps (packets per second)
Management
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 66
Direct console port access via RS-232
Management Application available through HTML Web Browser
Remote configuration by Telnet
SNMP v1, v2 - Bridge Management Information Base (MIB), VLAN MIB, Private MIB,
RMON MIB - for alarm monitoring & diagnostic.
IGMP v1, v2 (IGMP Snooping)
DHCP Snooping
Security ACL’s
Interface and Connectors
Designation
Typical Distance
1000Base-SX
1000Base-SX
1000Base-LX
1000Base-LX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
10Base-T
100Base-TX
1000Base-T
700’
1800’
1800’
3 mile
1 mile
1 mile
12 mile
1 mile
24 mile
24 mile
36 mile
42 mile
50 mile
56 mile
300’
300’
300’
Nominal
Wavelength
850 nm
850 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1550 nm
1550 nm
N/A
N/A
N/A
Fiber Type
Connector
62.5/125 MM
50/125 MM
62.5/125 MM
10/125 SM
62.5/125 MM
62.5/125 MM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
N/A
N/A
N/A
LC/SC
LC/SC
LC/SC
LC/SC
LC/ST
LC/SC
LC/ST
LC/SC
LC/ST
LC/SC
LC/ST
LC/SC
LC/ST
LC/SC
RJ-45
RJ-45
RJ-45
Optical
Budget
7.5 dB
7.5 dB
11 dB
11 dB
15 dB
13 dB
19 dB
19 dB
30 dB
30 dB
33 dB
34 dB
29 dB
32 dB
N/A
N/A
N/A
Number of ports and port specifications shall be as specified in the BID Documents.
Provide connectors as follows:
Copper:
RJ-45 F Female 8 Position 8 Contact (8P8C)
Fiber:
SC, ST, LC
Indicators
LED Indicator showing Power Status
LED Indicators showing status and activity of each port
Mechanical Specifications
Maximum Dimension shall not exceed 19" (W) X 10" (D) X 10" (H)
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 67
Maximum Weight shall not exceed
15 lb
Unit shall be capable of being mounted in standard 19” rack without custom modifications.
Contractor to verify the switch fits in cabinet.
Environmental Specifications
Meet or exceed the following criteria as specified in NEMA TS2. Values listed below for reference only, as
excerpted from most recent version of NEMA TS2.
Operating Voltage:
120 VAC ± 5VAC
Operating Frequency:
60 Hz ± 3 Hz
Power Interruption:
Comply with NEMA TS2
Storage Temperature:
-50°F to +185°F (-45°C to +85°C)
Operating Humidity:
10% to 95% relative humidity non-condensing
Operating altitude
1800 ft (548 m)
Storage altitude
Up to 29,500 ft (9000 m)
Transients, Power Service:
Comply with NEMA TS2
Transients, Input/Output:
Comply with NEMA TS2
Non-destruct Transient Immunity: Comply with NEMA TS2
Vibration:
Comply with NEMA TS2
Shock:
Comply with NEMA TS2
Electric Power
The power supply shall be equipped with a minimum of a 6 foot power cord terminating in a standard 3 prong
line plug. Maximum power requirements shall not exceed 80 watts for each unit.
Software
Software License(s) shall be provided with the unit.
Identification
Identify Ethernet Switch with a metal plate containing the serial number with bar code identification. Provide
phenolic nameplate with switch designation shown on Contract Documents. Provide manuals and training
documentation, and electronic version of custom configurations on compact disc media.
Standard Configuration
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 68
Minimum # of
Required Ports
10 Base-T
100 Base -TX
100 Base-FX
1000 Base-LX
Operating
Range
Storage Range
Switch
Type
Temperature
HUB
24
8
2
0°C to 45°C
32°F to 113°F
0°C to 45°C
32°F to 113°F
HUB
24
0
2
0°C to 45°C
32°F to 113°F
0°C to 45°C
32°F to 113°F
HUB
0
24
2
0°C to 45°C
32°F to 113°F
0°C to 45°C
32°F to 113°F
HUB
16
8
2
0°C to 45°C
32°F to 113°F
0°C to 45°C
32°F to 113°F
Field
8
4
0
-40°C to 60°C
-40°F to 140°F
50°F to +185°F
-45°C to +85°C
Switch
Function
Type A
original
Type A
New
24/0/2
Type A
New
0/24/2
Type A
New
16/8/2
Type B
T/TX ports shall have user-selectable speed setting (10/100 Mbps)
List of Equipment
Provide the following with each Ethernet Switch:
Documentation
External power supply (if required)
All required custom connections
Mounting brackets/shelf (if required)
Spare Parts
No spare parts required
SECTION 6 - COMMUNICATIONS CABLE
6.1
The communications cable between a Cable modem and the Utility service connection shall be suitable for
outdoor installations, for providing communications service. This cable and connection shall be provided by the
Communications Service provider.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 69
The cable between the camera and the camera encoder and controller shall consist of 6 pairs of No. 19 AWG
solid, annealed copper conductors assembled in a single group conforming to RUS 7CFR 1755.390 (REA PE39) standards.
Each conductor shall be insulated with a color coded high density polyethylene material.
The insulated conductors shall be twisted into pairs with varying lay lengths to minimize crosstalk with no pair
lay greater than 6 inches.
The entire core assembly shall be completely filled with ETPR (Extended Thermo Plastic Rubber) compound,
filling the interstices between the pairs and under the core tape. Core Wrap shall consist of Non-hygroscopic
dielectric tape applied longitudinally with an overlap. Aluminum shield shall consists of corrugated, copolymer
coated, 0.008 inch aluminum tape applied longitudinally with an overlap. The sheath interfaces shall be flooded
with an adhesive water-blocking compound. The cable shall be provided with an outer jacket. The outer jacket
shall be black linear low density polyethylene material.
The cable outer jacket shall have a thickness of 0.06 inch nominal and the outer diameter of the cable shall not
exceed 0.6 inch.
Environmental Requirements
Storage temperature:
-40°F to +167°F (-40°C to +75°C)
Installation temperature:
-22°F to +140°F (-30°C to +60°C)
Operating Temperature:
-40°F to +167°F (-40°C to +75°C)
Maximum pulling tension:
22.1 lbs per pair
The cable shall be painted with manufacturer’s name, pair count, conductor size, and year of manufacture at 2
feet intervals on the outer jacket.
Cable Service - The communications cable between a Cable modem and the Utility service connections shall be suitable
for outdoor installations, for providing communications service. This cable and connection shall be provided by
the Communications Service provider
The cable between the Encoder / Decoder, the Cable Modem and the Utility Service Connection shall be a CAT
5e or CAT 6 coaxial cable in compliance with the requirements and specifications of the utility service provider
SECTION 7 – ETHERNET ROUTER
Ensure Ethernet Router is compatible with existing architecture and existing ISP services used by department. Contact
Department to check for additional requirements and approved vendors:
Standards and Certifications
-
IEEE 802.3
10 Base T
-
IEEE 802.3u
100 Ethernet Base TX, 100 Base FX
-
IEEE 802.3x
Flow Control
-
IEEE 802.1q
Virtual Local Area Network (VLAN) tagging
-
IEEE 802.1p
Quality of Service (QOS), 8 level transmission priorities
-
Product Safety
Underwriters Laboratories (UL) Standard 1950 or 60950
-
Electromagnetic Emissions
FCC, Part 15, Class A
-
IEEE 1613 (Environmental)
National Electrical Manufacturers Association (NEMA)
TS1/TS 2 – Environmental Requirements only
7.2 Functional Requirements
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 70
Security
-
Integrated Router/Firewall/VPN
-
Stateful Firewall with NAT
-
Full IPSec Virtual Private Networking
-
VPN with 3DES, AES128, AES256 support
-
ntrusion Detection Services (IDS)
-
RADIUS centralized password management
WAN Protocols
-
Frame Relay RFC 1490 or RFC 1294
-
PPP RFC 1661, 1332, 1321, 1334, PAP, CHAP Authentication
-
PPPoE over DSL
-
GOOSE messaging support
IP Protocols
-
Routing
-
VRRP, OSPF, BGP, RIP, DHCP Agent (Option 82 Capable)
-
Traffic prioritization, NTP Server, IP Multicast Routing, Bandwidth reservation via traffic control
7.1 Management
-
Web-based, SSH, CLI management interfaces
-
SNMP v2/v3
-
Remote Syslog
-
Diagnostics with logging and alarms
-
Loopback diagnostic tests
-
Raw and interpreted real time line traces
7.2 Interface and Connectors
Ethernet Interface:
Designation
Typical Distance
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
100Base-FX
1 mile
1 mile
12 mile
1 mile
24 mile
24 mile
36 mile
42 mile
50 mile
Nominal
Wavelength
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1310 nm
1550 nm
Fiber Type
Connector
62.5/125 MM
62.5/125 MM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
10/125 SM
LC/ST
LC/SC
LC/ST
LC/SC
LC/ST
LC/SC
LC/ST
LC/SC
LC/ST
Optical
Budget
15 dB
13 dB
19 dB
19 dB
30 dB
30 dB
33 dB
34 dB
29 dB
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 71
100Base-FX
10Base-T
100Base-TX
56 mile
300’
300’
1550 nm
N/A
N/A
10/125 SM
N/A
N/A
LC/SC
RJ-45
RJ-45
32 dB
N/A
N/A
Number of ports and port specifications shall be as specified in the BID Documents.
Provide Ethernet connectors as follows:
Copper: RJ-45 F Female 8 Position 8 Contact (8P8C)
Fiber: SC, ST, LC, & MTRJ
WAN Interface:
Up to 8 T1/E1
Dual DSL
Dual DDS 56kbps
T3 DS3
Cellular Modem - HSPA/EVDO rev. A
Number of WAN Interface ports and port specifications shall be as specified in the BID Documents.
Provide WAN connectors as follows:
Copper: RJ-45
Serial Interface (up to 8 ports):
EIA/TIA RS485, RS422,
RS232 serial ports (software selectable)
Optional raw socket, TCP Modbus, and DNP
Number of Serial ports and port specifications shall be as specified in the BID Documents.
Provide Serial connectors as follows:
Copper: RJ-45
7.3 Indicators
LED Indicator showing Power Status
LED Indicators showing status and activity of each port
7.4 Mechanical Specifications
-
Maximum Dimension shall not exceed 19" (W) X 13" (D) X 2" (H)
-
Maximum Weight shall not exceed
-
Unit shall be capable of being mounted in standard 19” rack without custom modifications.
12 lb
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 72
-
Contractor to verify the switch fits in cabinet.
7.5 Environmental Specifications
Meet or exceed the following criteria as specified in NEMA TS2. Values listed below for reference only, as
excerpted from most recent version of NEMA TS2.
-
Operating Voltage:
120 VAC ± 5VAC
-
Operating Frequency:
60 Hz ± 3 Hz
-
Power Interruption:
Comply with NEMA TS2
-
Operating Temperature:
-12°F to +185°F (-25°C to +85°C)
-
Operating Humidity:
10% to 95% relative humidity non-condensing
-
Operating altitude
1800 ft (548 m)
-
Storage altitude
Up to 29,500 ft (9000 m)
-
Transients, Power Service:
Comply with NEMA TS2
-
Transients, Input/Output:
Comply with NEMA TS2
-
Non-destruct Transient Immunity:
Comply with NEMA TS2
-
Vibration:
Comply with NEMA TS2
-
Shock:
Comply with NEMA TS2
7.6 Electric Power
The power supply shall be equipped with a minimum of a 6 foot power cord terminating in a standard 3 prong line
plug. Maximum power requirements shall not exceed 80 watts for each unit. The power supply shall include with:
-
24VDC (9-36VDC), 48VDC (36-59VDC),
-
Redundant Power Supplies with Parallel Load Sharing
7.7 Software
Software License(s) shall be provided with the unit.
Operating system software shall be upgraded for no charge for the life of the router.
7.8 Identification
Identify Ethernet Router with a label containing the serial number with bar code identification. Provide phenolic
nameplate with Router designation shown on Contract Documents. Provide manuals and training documentation,
and electronic version of custom configurations on compact disc media.
7.9 List of Equipment
Provide the following with each Ethernet Router:
Documentation
External power supply (if required)
All required custom connections
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 73
Mounting brackets/shelf (if required)
7.10 Spare Parts
No spare parts required
704.03.01 General System (GS)
B.
Installation.
The Department will allow existing system shutdowns for work at the Traffic Operations Center North. Contractor
is to coordinate system shutdowns with Traffic Operations Center North. For each half hour the work extends
beyond those time frames, the Department will assess liquidated damages of $500 per half hour.
6. Control Center System.
THE FOLLOWING IS ADDED:
Supply and install equipment, software, software revisions, firmware and miscellaneous wiring and cabling
required for the turn key remote operation of ITS field devices by the Department from the designated Traffic
Operation Center. Perform work as required to integrate the proposed systems into the various existing
operating systems or subsystems used by the Department. Comply with building installation requirements,
restrictions and security requirements in the performance of work. Submit a request for access to the RE at
least 6 days in advance of work scheduled to be performed at a center.
C. Testing.
THE FIRST PARAGRAPH IS CHANGED TO:
Perform wiring and cable testing, as specified in 701.03.15.D, before performing any other testing. Complete the
item, device and system testing as specified on the Department provided forms and instructions.
1.
Device Testing.
b. Level B.
THE FIRST SENTENCE IS CHANGED TO:
Demonstrate that each device is fully operational from the designated control center to the work site with the
original equipment manufacturer’s software.
2. Project Testing.
THE FIRST SENTENCE OF THE SECOND PARAGRAPH IS CHANGED TO:
After the Contractor’s verification test, the Department will conduct a 14-day observational and functional test
period of all systems on the Project.
704.03.02 Camera Surveillance System (CSS)
B.
Installation.
The Department will allow existing camera system shutdowns. Contractor is to coordinate system shutdowns with
Traffic Operations Center North. For each half hour the work extends beyond those time frames, the Department
will assess liquidated damages of $500 per half hour.
THE FOLLOWING IS ADDED:
If directed by the RE, provide a bucket truck with safety equipment that can reach the height of the camera.
Operate the bucket truck for the Department’s use to determine the camera’s final location and orientation, and for
testing.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 74
1. Foundation CSS.
THE FOLLOWING IS ADDED:
Ensure that the anchor bolts are placed upon verification of the orientation of the lowering device to minimize
the obstruction of desired camera view by the Camera Standard.
2. Camera Standard.
THE FOLLOWING IS ADDED:
At least 30 days before beginning construction, submit working drawings for approval that include structural
calculations meeting the specified criteria. Ensure the calculations are signed and sealed by a Professional
Engineer.
3. Camera.
THE FIRST PARAGRAPH IS CHANGED TO:
Mount the camera housing and camera according to the manufacturer’s recommendation. Ensure that the
camera’s field of view is unobstructed. Perform tree trimming and site clearing to provide an unobstructed
field of view as directed by the RE. Set up “On Screen Display” to indicate the quadrant views with
directional titles (e.g. NB view, EB view, SB view, WB view) displayed in the bottom right corner of the
screen for each camera. Leave the display blank for any quadrant not representing any highway view. For a
camera with multiple highway views, include route and directional title (e.g. Rt. 22 WB view). Also,
establish a pan and tilt zones system and set up 4 presets for quick pan-tilt-zoom views prior to level B testing.
At least 6 days prior to Level C testing, submit a request to the RE for the Department to integrate each
camera into the Nextiva control software.
THE FOURTH PARAGRAPH IS DELETED.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 75
DIVISION 800 – LANDSCAPING
SECTION 806 - FERTILIZING AND SEEDING
806.04 BASIS OF PAYMENT.
THE SECOND PARAGRAPH IS CHANGED TO:
Payment will not be made for areas of fertilizing and seeding disturbed by Construction Operations, beyond the
prescribed grading limits in islands and medians, and between prescribed grading limits and the right-of-way line, except
as follows:
All areas within the right-of-way limits approved for storage of topsoil.
SECTION 811 – PLANTING
811.03.01 Planting
E. Excavation for Plant Pits and Beds.
THE LAST SENTENCE OF THE SECOND PARAGRAPH IS CHANGED TO:
Obtain RE approval before reusing topsoil from the excavated pits.
I.
Watering.
THE FIRST PARAGRAPH IS CHANGED TO:
Water plants with sufficient frequency and quantity to ensure that the soil surrounding the root system remains
moist but not saturated.
811.03.02 Plant Establishment Period
THE THIRD AND FOURTH PARAGRAPHS ARE CHANGED TO:
The Department will reinspect the plants annually for 2 years, beginning approximately 1 year after the start of the plant
establishment period. If the Department determines that plants need to be replaced after each inspection, replant plants
as specified in 811.03.01 within 3 weeks of notification. If replacing outside of the optimal planting season as specified
in Table 811.03.01-1, only use containerized or balled and burlapped plants that are certified as being dug dormant.
2.
Maintenance Bond.
Provide a bond to the Department in the amount of $6,000.00.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 76
DIVISION 900 – MATERIALS
SECTION 905 – REINFORCEMENT METALS
905.01.05 Dowels
THE ENTIRE SUBSECTION IS CHANGED TO:
Use plain reinforcement bars according to ASTM A 615, Grade 60. Galvanize according to ASTM A 123.
SECTION 917 – LANDSCAPING MATERIALS
917.01 TOPSOIL.
1. Unacceptable Topsoil Sources.
ITEM 1. IS CHANGED TO:
1.
Soils having less than 4.1 pH value, or greater than 8.0 pH value.
917.10 PLANT MATERIALS
H. Inspection.
THE SECOND PARAGRAPH IS CHANGED TO:
The Department may inspect plant materials before delivery to the Project Limits and upon delivery to the Project
Limits before installation. The Department may seal the inspected plant materials. For plant material originating
from nurseries farther than 100 miles from the Project Limits, stock plant material at a Contractor-provided holding
yard that is acceptable to the Department. The Department may inspect plant material originating from nurseries
within 100 miles of the Project Limits at the nursery. Ensure that all plant material is untied and located so that
trunk or stem and branch structure can be easily inspected. Provide sufficient notice to allow Department
inspection at the nursery or holding yard and to allow time for Contractor reordering of rejected material. Notify
the RE at least 5 days in advance of delivery to the Project Limits for installation. The Department will reject
materials arriving with broken or missing seals, broken or loose balls, broken or pruned leaders, insufficient
protection, or that have been damaged in transit. The Department may randomly inspect the root system of the
plant material by breaking open the earth balls. Provide necessary assistance during Department inspections.
SECTION 918 – ELECTRICAL MATERIALS
918.12 PEDESTALS, POLES, TRANSFORMER BASES, AND MAST BRACKET ARMS
THE FIRST SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
Fabricate pedestals, poles, transformer bases, and mast bracket arms for traffic signal, highway lighting, and camera
standards with materials according to the appropriate ASTM standard and the AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic Signals.
SECTION 919 –MISCELLANEOUS
THE FOLLOWING IS ADDED:
919.14
NEAT EPOXY GROUT
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 77
Where neat epoxy type grout is specified, the epoxy is to consist of a two component, rapid setting, high strength epoxy
resin system.
Do not use neat epoxy when the temperature is below 40 Deg. F. or when there is moisture present in any of the
materials or surfaces it will be in contact with while in the uncured state.
The epoxy resin system is to meet the following requirements:
A. Component A. Component A is to consist of a blend of epoxy resin plasticizer and fillers so that when mixed with
Component B, the mix will have the properties described under (C) and (D) below.
B. Component B. Component B is to consist of an amine adduct curing agent capable of curing the epoxy system
from 40 Deg. F. and above when mixed according to the manufacturer’s recommendations.
C.
Properties of the Uncured Mixture.
The uncured mixture is to have the following properties:
Minimum
Maximum
Pot life for 1 Pint unit measured from time of
original mixing at 75 Deg. F. plus/minus
2 Deg. F., minutes
10
30
Initial viscosity, CPS, (Brookfield Model RVT
Spindle No. 3 at 20 RPM.)
--
2000
Compressive strength of 2 in. x 2 in. x 2 in.
cubes cured at 75 Deg. F. plus/minus 2 Deg. F.
for 24 hours, PSI
8.0
--
Tensile splitting strength of a 2 in. x 4 in.
cylinder cured at 75 Deg. F. plus/minus 2 Deg. F.
for 24 hours, PSI
1.50
--
D.
Properties of the Cured Epoxy Grout.
Neat epoxy is to have the following properties:
E.
Testing.
Pot Life. The pot life shall be determined as follows: the mixed components shall be set on a bench top and probed with
a small flay stick every 2 minutes. The time at which a soft ball forms in the center of the container is the pot life.
Initial Viscosity. Components A and B shall be brought to 75 Deg. F. plus/minus 2 Deg. Prior to mixing and the reading
taken 2 minutes after mixing. The viscosity shall be labeled to a Brookfield model RVT viscometer, Spindle No. 3 at 20
rpm.
Certification shall be furnished in accordance with Subsection 106.07 that the product furnished for the project meets the
above requirements.
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 78
DIVISION 1000 – EQUIPMENT
SECTION 1001 – TRAFFIC CONTROL EQUIPMENT
THE FOLLOWING SUBSECTION IS ADDED:
1001.04 PORTABLE VARIABLE MESSAGE SIGN W/REMOTE OPERATION
Provide a portable variable message sign as described under 1001.02 equipped with the required broadband cellular
modem.
1001.05 PORTABLE TRAILER MOUNTED CCTV CAMERA ASSEMBLY
Provide a Portable Trailer Mounted CCTV Camera Assembly with the following:
A.
Trailer Platform
1.
Single Axle steel welded trailer with 2 inches adjustable ball hitch
2.
Heavy-duty safety chains
3.
Single drop torsion suspension or leaf springs
4.
Self lubricating wheel spindles
5.
Maximum size, including tongue, 14 feet long by 7 feet wide by 8 feet high
6.
Maximum payload 3500 pounds
7.
Tire size F7815 or F78-14ST with Tire Tools and a spare wheel mounted and locked on trailer
8.
DOT approved lighting package to include electrical brake and marker lights with wire connections
9.
Prime and paint customer’s choice of color
10. Fitted with manual telescoping outriggers with adjustable jacks sized to counter full mast extension
11. Four 3500 pounds, drop leg, top wind screw jacks
12. Custom fabricated mounts for all options installed
13. All equipment secured to prevent theft or separation from platform
14. Stainless steel hardware to prolong trailer life
15. 24/7 operation in all weather conditions
16. Wheel locks to secure trailer while deployed
17. Two locking NEMA-4 equipment boxes for electronic components and camera storage
18. One locking NEMA-4 equipment box for operational controls
19. Max trailer weight of 3500 pounds when fully configured
20. Wheels removable when trailer in deployed position
21. Operation manual
B.
Mast
1.
150 pounds payload capacity
2.
29 feet to 32 feet of extension with capability to mount antenna at 20 feet, 25 feet or at the top, maximum
nested length of mast is 10 feet - 3 to 9 sections
3.
Un –guyed
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 79
4.
Locking collars to allow the mast to remain extended indefinitely without air pressure
5.
Anodized and sealed exterior aluminum surfaces for long life
6.
Custom fabricated mount for cameras
7.
Folds down during transport for better height clearance
8.
Spiral conduit for cables
9.
Compactly retractable when mast is nested into storage container at bottom of mast
10. Automatically hydraulic (pneumatic) operation or power winch with a safety brake
C.
D.
Electrical System
1.
12 VDC battery operated with multi crystal solar electric panel
2.
Fuse panel to protect electronics
3.
Four 110 watt solar panels on collapsible mounts
4.
Charge controller that automatically switches charging sources
5.
Isolated 12 VDC starting battery
6.
Provisions for operation on auxiliary power (Electric, Gasoline or fuel generated power source) for
deployment
Auxiliary Power Source
Auxiliary Power Source can either be gasoline or diesel operated power generator with a fuel tank capable of up to
72 hours operation without refueling. Ensure that the engine is shock mounted to reduce vibration and locked in a
ventilated enclosure.
E.
F.
G.
Inverter
1.
To provide main power when (AC) power is not available
2.
Battery charger
3.
Install all cables in weather tight conduits with sealed connections to equipment boxes
Electronics
1.
Cellular (CDMA), microwave, or 802.11 bandwidth option
2.
Onboard Ethernet switch to connect cameras, bandwidth, and monitoring devices
3.
Work lights in all cabinets
4.
Remote trailer diagnostics (battery level, charging output, etc)
Camera and Software
Ensure that the camera has the following characteristics:
1.
Weather resistant powder coated aluminum case with stainless steel hardware fittings
2.
Impact resistant viewing window
3.
Minimum resolution of NTSC 704 (H) x 480 (V)
4.
Backlight compensation
5.
Image stabilization
6.
Light Sensitivity 0.02 lux NIR Mode
7.
Auto Focus with Manual Focus capability
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 80
8.
Auto White Balance with Manual White Balance capability
9.
Motorized Zoom up to 16x optical, 10x digital
10. Motorized Pan-Tilt, pan 360°, tilt 180°
11. Thermostatically controlled heater and defroster -50° to 140°F operating range
12. Windshield wiper
13. 24/7 operation in all weather conditions
14. Time and date stamp
15. Max power consumption 70 VA
Ensure that the software includes:
1.
Remote control of pan, tilt and zoom
2.
Ability to display streaming video in MPEG format, motion-JPEG, and single snapshot JPEG images,
remotely central selectable through software
3.
Preset controls of pan/tilt/zoom combinations. All presets to be accessible from drop-down menu with
descriptive name of preset. Set first 8 presets with quick- launch icons with graphical representation of the
preset views.
4.
Ability to display all the project’s web cams in a single view screen
5.
Display of local time and weather conditions including temperature and humidity.
6.
Ability to save images to disk or e-mail images
7.
Ability to view archived images via a graphical calendar control and to store archived images at least every
five minutes.
8.
Three levels of password protection admin, user & guest, individual user accounts
9.
Remote camera diagnostics and “self-healing” automatic problem rectification
10. Ability to monitor and control the cameras from the web
ROUTE 22 LIBERTY AVENUE AND CONRAIL BRIDGE
CONTRACT NO. 057009080 FEDERAL PROJECT NO. FS--0040(168)
Page 81
January 2007
Interim Revision - January 2009
FHWA ATTACHMENT NO. 1
REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS
I.
General
II.
Nondiscrimination
III.
Nonsegregated Facilities
IV.
Payment of Predetermined Minimum Wage
V.
Statements and Payrolls
VI.
Record of Materials, Supplies, and Labor
VII.
Subletting or Assigning the Contract
VIII. Safety: Accident Prevention
IX.
False Statements Concerning Highway Projects
X.
Implementation of Clean Air Act and Federal Water Pollution Control Act
XI.
Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion
XII.
Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only)
I
GENERAL
1. These contract provisions shall apply to all work performed on the contract by the contractor's own
organization and with the assistance of workers under the contractor's immediate superintendence
and to all work performed on the contract by piecework, station work, or by subcontract.
2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all
of the stipulations contained in these Required Contract Provisions, and further require their
inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required
Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier subcontractor with these Required
Contract Provisions.
3. A breach of any of the stipulations contained in these Required Contract Provisions shall be
sufficient grounds for termination of the contract.
4. A breach of the following clauses of the Required Contract Provisions may also be grounds for
debarment as provided in 29 CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and
Section V of these Required Contract Provisions shall not be subject to the general disputes clause
of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S.
Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this
FHWA-1273
Page 1 of 16
January 2007
Interim Revision - January 2009
clause include disputes between the contractor (or any of its subcontractors) and the contracting
agency, the DOL, or the contractor's employees or their representatives.
6.
Selection of Labor: During the performance of this contract, the contractor shall not:
a. discriminate against labor from any other State, possession, or territory of the United States
(except for employment preference for Appalachian contracts, when applicable, as specified in
Attachment A), or
b. employ convict labor for any purpose within the limits of the project unless it is labor performed
by convicts who are on parole, supervised release, or probation.
II.
NONDISCRIMINATION
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.)
1.
Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive
orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of
Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall
constitute the EEO and specific affirmative action standards for the contractor's project activities under
this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 604.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under
28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this
contract, the contractor agrees to comply with the following minimum specific requirement activities of
EEO:
a. The contractor will work with the State highway agency (SHA) and the Federal Government in
carrying out EEO obligations and in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the following statement:
"It is the policy of this Company to assure that applicants are employed, and that employees
are treated during employment, without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship, preapprenticeship, and/or
on-the-job training."
2.
EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO
Officer who will have the responsibility for and must be capable of effectively administering and
promoting an active contractor program of EEO and who must be assigned adequate authority and
responsibility to do so.
3.
Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise,
promote, and discharge employees, or who recommend such action, or who are substantially involved
in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and
contractual responsibilities to provide EEO in each grade and classification of employment. To ensure
that the above agreement will be met, the following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before the
start of work and then not less often than once every six months, at which time the contractor's
EEO policy and its implementation will be reviewed and explained. The meetings will be
conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination by the
EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c.
FHWA-1273
All personnel who are engaged in direct recruitment for the project will be instructed by the EEO
Officer in the contractor's procedures for locating and hiring minority group employees.
Page 2 of 16
January 2007
Interim Revision - January 2009
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily
accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to the
attention of employees by means of meetings, employee handbooks, or other appropriate
means.
4.
Recruitment: When advertising for employees, the contractor will include in all advertisements for
employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in
publications having a large circulation among minority groups in the area from which the project work
force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and
direct recruitment through public and private employee referral sources likely to yield qualified
minority group applicants. To meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such identified sources procedures
whereby minority group applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall
referrals, he is expected to observe the provisions of that agreement to the extent that the
system permits the contractor's compliance with EEO contract provisions. (The DOL has held
that where implementation of such agreements have the effect of discriminating against
minorities or women, or obligates the contractor to do the same, such implementation violates
Executive Order 11246, as amended.)
c.
5.
The contractor will encourage his present employees to refer minority group applicants for
employment. Information and procedures with regard to referring minority group applicants will
be discussed with employees.
Personnel Actions: Wages, working conditions, and employee benefits shall be established and
administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer,
demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national
origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working conditions
and employee facilities do not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
6.
c.
The contractor will periodically review selected personnel actions in depth to determine whether
there is evidence of discrimination. Where evidence is found, the contractor will promptly take
corrective action. If the review indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected persons.
d.
The contractor will promptly investigate all complaints of alleged discrimination made to the
contractor in connection with his obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the contractor will inform every complainant of all of his avenues of appeal.
Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and
women employees, and applicants for employment.
b. Consistent with the contractor's work force requirements and as permissible under Federal and
State regulations, the contractor shall make full use of training programs, i.e., apprenticeship,
and on-the-job training programs for the geographical area of contract performance. Where
feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of
FHWA-1273
Page 3 of 16
January 2007
Interim Revision - January 2009
apprenticeship or training. In the event a special provision for training is provided under this
contract, this subparagraph will be superseded as indicated in the special provision.
c.
The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of minority group and
women employees and will encourage eligible employees to apply for such training and
promotion.
7.
Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities
for minority groups and women within the unions, and to effect referrals by such unions of minority and
female employees. Actions by the contractor either directly or through a contractor's association acting
as agent will include the procedures set forth below:
a. The contractor will use best efforts to develop, in cooperation with the unions, joint training
programs aimed toward qualifying more minority group members and women for membership
in the unions and increasing the skills of minority group employees and women so that they
may qualify for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to
the end that such union will be contractually bound to refer applicants without regard to their
race, color, religion, sex, national origin, age or disability.
c.
The contractor is to obtain information as to the referral practices and policies of the labor union
except that to the extent such information is within the exclusive possession of the labor union
and such labor union refuses to furnish such information to the contractor, the contractor shall
so certify to the SHA and shall set forth what efforts have been made to obtain such
information.
d. In the event the union is unable to provide the contractor with a reasonable flow of minority and
women referrals within the time limit set forth in the collective bargaining agreement, the
contractor will, through independent recruitment efforts, fill the employment vacancies without
regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain
qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall
be no excuse that the union with which the contractor has a collective bargaining agreement
providing for exclusive referral failed to refer minority employees.) In the event the union referral
practice prevents the contractor from meeting the obligations pursuant to Executive Order
11246, as amended, and these special provisions, such contractor shall immediately notify the
SHA.
8.
Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors, including procurement of materials and leases
of equipment.
a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations
under this contract.
b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal
opportunity to compete for and perform subcontracts which the contractor enters into pursuant
to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE
subcontractors or subcontractors with meaningful minority group and female representation
among their employees. Contractors shall obtain lists of DBE construction firms from SHA
personnel.
c.
9.
The contractor will use his best efforts to ensure subcontractor compliance with their EEO
obligations.
Records and Reports: The contractor shall keep such records as necessary to document compliance
with the EEO requirements. Such records shall be retained for a period of three years following
FHWA-1273
Page 4 of 16
January 2007
Interim Revision - January 2009
completion of the contract work and shall be available at reasonable times and places for inspection by
authorized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the following:
1. The number of minority and non-minority group members and women employed in each
work classification on the project;
2. The progress and efforts being made in cooperation with unions, when applicable, to
increase employment opportunities for minorities and women;
3. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority and female employees; and
4. The progress and efforts being made in securing the services of DBE subcontractors or
subcontractors with meaningful minority and female representation among their employees.
b. The contractors will submit an annual report to the SHA each July for the duration of the
project, indicating the number of minority, women, and non-minority group employees currently
engaged in each work classification required by the contract work. This information is to be
reported on Form FHWA-1391. If on-the-job training is being required by special provision, the
contractor will be required to collect and report training data.
III.
NONSEGREGATED FACILITIES
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.)
a.
By submission of this bid, the execution of this contract or subcontract, or the consummation of
this material supply agreement or purchase order, as appropriate, the bidder, Federal-aid
construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that
the firm does not maintain or provide for its employees any segregated facilities at any of its
establishments, and that the firm does not permit its employees to perform their services at any
location, under its control, where segregated facilities are maintained. The firm agrees that a
breach of this certification is a violation of the EEO provisions of this contract. The firm further
certifies that no employee will be denied access to adequate facilities on the basis of sex or
disability.
b. As used in this certification, the term "segregated facilities" means any waiting rooms, work
areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker
rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which are
segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion,
national origin, age or disability, because of habit, local custom, or otherwise. The only
exception will be for the disabled when the demands for accessibility override (e.g. disabled
parking).
c.
IV.
The contractor agrees that it has obtained or will obtain identical certification from proposed
subcontractors or material suppliers prior to award of subcontracts or consummation of material
supply agreements of $10,000 or more and that it will retain such certifications in its files.
PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts,
except for projects located on roadways classified as local roads or rural minor collectors, which are
exempt.)
1.
General:
a. All mechanics and laborers employed or working upon the site of the work will be paid
unconditionally and not less often than once a week and without subsequent deduction or
rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR
3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts
of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment.
The payment shall be computed at wage rates not less than those contained in the wage
determination of the Secretary of Labor (hereinafter "the wage determination") which is
FHWA-1273
Page 5 of 16
January 2007
Interim Revision - January 2009
attached hereto and made a part hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor or its subcontractors and such laborers and
mechanics. The wage determination (including any additional classifications and wage rates
conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form
FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of
the work in a prominent and accessible place where it can be easily seen by the workers. For
the purpose of this Section, contributions made or costs reasonably anticipated for bona fide
fringe benefits under Section 1(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of
laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the
provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular
contributions made or costs incurred for more than a weekly period (but not less often than
quarterly) under plans, funds, or programs, which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in paragraphs 4 and 5 of this Section IV.
b. Laborers or mechanics performing work in more than one classification may be compensated at
the rate specified for each classification for the time actually worked therein, provided, that the
employer's payroll records accurately set forth the time spent in each classification in which
work is performed.
c.
2.
All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1,
3, and 5 are herein incorporated by reference in this contract.
Classification:
a. The SHA contracting officer shall require that any class of laborers or mechanics employed
under the contract, which is not listed in the wage determination, shall be classified in
conformance with the wage determination.
b. The contracting officer shall approve an additional classification, wage rate and fringe benefits
only when the following criteria have been met:
1. the work to be performed by the additional classification requested is not performed by a
classification in the wage determination;
2. the additional classification is utilized in the area by the construction industry;
3. the proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination; and
4. with respect to helpers, when such a classification prevails in the area in which the work is
performed.
c.
If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be
employed in the additional classification or their representatives, and the contracting officer
agree on the classification and wage rate (including the amount designated for fringe benefits
where appropriate), a report of the action taken shall be sent by the contracting officer to the
DOL, Administrator of the Wage and Hour Division, Employment Standards Administration,
Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative,
will approve, modify, or disapprove every additional classification action within 30 days of
receipt and so advise the contracting officer or will notify the contracting officer within the 30day period that additional time is necessary.
d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be
employed in the additional classification or their representatives, and the contracting officer do
not agree on the proposed classification and wage rate (including the amount designated for
fringe benefits, where appropriate), the contracting officer shall refer the questions, including
the views of all interested parties and the recommendation of the contracting officer, to the
Wage and Hour Administrator for determination. Said Administrator, or an authorized
representative, will issue a determination within 30 days of receipt and so advise the
FHWA-1273
Page 6 of 16
January 2007
Interim Revision - January 2009
contracting officer or will notify the contracting officer within the 30-day period that additional
time is necessary
e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph
2c or 2d of this Section IV shall be paid to all workers performing work in the additional
classification from the first day on which work is performed in the classification.
3.
Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or
subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination
or shall pay another bona fide fringe benefit or an hourly case equivalent thereof.
b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other
third person, he/she may consider as a part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan
or program, provided, that the Secretary of Labor has found, upon the written request of the
contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary
of Labor may require the contractor to set aside in a separate account assets for the meeting of
obligations under the plan or program.
4.
Apprentices and Trainees (Programs of the U.S. DOL) and Helpers:
a. Apprentices:
1. Apprentices will be permitted to work at less than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the DOL, Employment and Training Administration,
Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized
by the Bureau, or if a person is employed in his/her first 90 days of probationary
employment as an apprentice in such an apprenticeship program, who is not individually
registered in the program, but who has been certified by the Bureau of Apprenticeship and
Training or a State apprenticeship agency (where appropriate) to be eligible for
probationary employment as an apprentice.
2. The allowable ratio of apprentices to journeyman-level employees on the job site in any
craft classification shall not be greater than the ratio permitted to the contractor as to the
entire work force under the registered program. Any employee listed on a payroll at an
apprentice wage rate, who is not registered or otherwise employed as stated above, shall
be paid not less than the applicable wage rate listed in the wage determination for the
classification of work actually performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered program shall be paid not less
than the applicable wage rate on the wage determination for the work actually performed.
Where a contractor or subcontractor is performing construction on a project in a locality
other than that in which its program is registered, the ratios and wage rates (expressed in
percentages of the journeyman-level hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
3. Every apprentice must be paid at not less than the rate specified in the registered program
for the apprentice's level of progress, expressed as a percentage of the journeyman-level
hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe
benefits in accordance with the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits, apprentices must be paid the full
amount of fringe benefits listed on the wage determination for the applicable classification.
If the Administrator for the Wage and Hour Division determines that a different practice
prevails for the applicable apprentice classification, fringes shall be paid in accordance with
that determination.
4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency
recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor
or subcontractor will no longer be permitted to utilize apprentices at less than the applicable
FHWA-1273
Page 7 of 16
January 2007
Interim Revision - January 2009
predetermined rate for the comparable work performed by regular employees until an
acceptable program is approved.
b. Trainees:
1. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the DOL, Employment and Training Administration.
2. The ratio of trainees to journeyman-level employees on the job site shall not be greater
than permitted under the plan approved by the Employment and Training Administration.
Any employee listed on the payroll at a trainee rate who is not registered and participating
in a training plan approved by the Employment and Training Administration shall be paid
not less than the applicable wage rate on the wage determination for the classification of
work actually performed. In addition, any trainee performing work on the job site in excess
of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed.
3. Every trainee must be paid at not less than the rate specified in the approved program for
his/her level of progress, expressed as a percentage of the journeyman-level hourly rate
specified in the applicable wage determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the trainee program does not
mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour Division determines
that there is an apprenticeship program associated with the corresponding journeymanlevel wage rate on the wage determination which provides for less than full fringe benefits
for apprentices, in which case such trainees shall receive the same fringe benefits as
apprentices.
4. In the event the Employment and Training Administration withdraws approval of a training
program, the contractor or subcontractor will no longer be permitted to utilize trainees at
less than the applicable predetermined rate for the work performed until an acceptable
program is approved.
c.
5.
Helpers:
Helpers will be permitted to work on a project if the helper classification is specified and defined
on the applicable wage determination or is approved pursuant to the conformance procedure
set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a
helper under a approved definition, shall be paid not less than the applicable wage rate on the
wage determination for the classification of work actually performed.
Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and skill training programs which have
been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid
highway construction programs are not subject to the requirements of paragraph 4 of this Section
IV. The straight time hourly wage rates for apprentices and trainees under such programs will be
established by the particular programs. The ratio of apprentices and trainees to journeymen shall
not be greater than permitted by the terms of the particular program.
6.
Withholding:
The SHA shall upon its own action or upon written request of an authorized representative of the
DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or
any other Federal contract with the same prime contractor, or any other Federally-assisted contract
subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor,
as much of the accrued payments or advances as may be considered necessary to pay laborers
and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any
subcontractor the full amount of wages required by the contract. In the event of failure to pay any
laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of
the work, all or part of the wages required by the contract, the SHA contracting officer may, after
FHWA-1273
Page 8 of 16
January 2007
Interim Revision - January 2009
written notice to the contractor, take such action as may be necessary to cause the suspension of
any further payment, advance, or guarantee of funds until such violations have ceased.
7.
Overtime Requirements:
No contractor or subcontractor contracting for any part of the contract work which may require or
involve the employment of laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer,
mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work
in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard
receives compensation at a rate not less than one-and-one-half times his/her basic rate of pay for
all hours worked in excess of 40 hours in such workweek.
8.
Violation:
Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth
in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to
the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor
shall be liable to the United States (in the case of work done under contract for the District of
Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard
employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day
on which such employee was required or permitted to work in excess of the standard work week of
40 hours without payment of the overtime wages required by the clause set forth in paragraph 7.
9.
Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request of any authorized representative of the
DOL withhold, or cause to be withheld, from any monies payable on account of work performed by
the contractor or subcontractor under any such contract or any other Federal contract with the
same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours
and Safety Standards Act, which is held by the same prime contractor, such sums as may be
determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid
wages and liquidated damages as provided in the clause set forth in paragraph 8 above.
V.
STATEMENTS AND PAYROLLS
(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts,
except for projects located on roadways classified as local roads or rural collectors, which are exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are
herein incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be maintained by the contractor and each
subcontractor during the course of the work and preserved for a period of 3 years from the date
of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen,
helpers, and guards working at the site of the work.
b. The payroll records shall contain the name, the last four digits of the social security number of
each such employee; his or her correct classification; hourly rates of wages paid (including
rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent
thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly
number of hours worked; deductions made; and actual wages paid. In addition, for
Appalachian contracts, the payroll records shall contain a notation indicating whether the
employee does, or does not, normally reside in the labor area as defined in Attachment A,
paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has
found that the wages of any laborer or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the
FHWA-1273
Page 9 of 16
January 2007
Interim Revision - January 2009
Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that
the commitment to provide such benefits is enforceable, that the plan or program is financially
responsible, that the plan or program has been communicated in writing to the laborers or
mechanics affected, and show the cost anticipated or the actual cost incurred in providing
benefits. Contractors or subcontractors employing apprentices or trainees under approved
programs shall maintain written evidence of the registration of apprentices and trainees, and
ratios and wage rates prescribed in the applicable programs. Contractors or subcontractors
shall maintain complete social security numbers and home addresses for employees.
Government agencies are entitled to request or review all relevant payroll information, including
social security numbers and addresses of employees. Contractors and subcontractors are
required to provide such information upon request.
c.
Each contractor and subcontractor shall furnish, each week in which any contract work is
performed, to the SHA resident engineer a payroll of wages paid each of its employees
(including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and
watchmen and guards engaged on work during the preceding weekly payroll period). The
payroll submitted shall set out accurately and completely all of the information required to be
maintained under paragraph 2b of this Section V. This information may be submitted in any
form desired. Optional Form WH-347 is available for this purpose and may be purchased from
the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government
Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission
of copies of payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
contractor or subcontractor or his/her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
1. that the payroll for the payroll period contains the information required to be maintained
under paragraph 2b of this Section V and that such information is correct and complete;
2. that such laborer or mechanic (including each helper, apprentice, and trainee) employed on
the contract during the payroll period has been paid the full weekly wages earned, without
rebate, either directly or indirectly, and that no deductions have been made either directly
or indirectly from the full wages earned, other than permissible deductions as set forth in
the Regulations, 29 CFR 3;
3. that each laborer or mechanic has been paid not less that the applicable wage rate and
fringe benefits or cash equivalent for the classification of worked performed, as specified in
the applicable wage determination incorporated into the contract.
e. The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 2d of this Section V.
f.
The falsification of any of the above certifications may subject the contractor to civil or criminal
prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the records required under paragraph 2b of this
Section V available for inspection, copying, or transcription by authorized representatives of the
SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees
during working hours on the job. If the contractor or subcontractor fails to submit the required
records or to make them available, the SHA, the FHWA, the DOL, or all may, after written
notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary
to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore,
failure to submit the required records upon request or to make such records available may be
grounds for debarment action pursuant to 29 CFR 5.12.
VI.
RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal-aid contracts on the National Highway System, except those which provide solely for
the installation of protective devices at railroad grade crossings, those which are constructed on a
force account or direct labor basis, highway beautification contracts, and contracts for which the
FHWA-1273
Page 10 of 16
January 2007
Interim Revision - January 2009
total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the
contractor shall:
a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47,
"Statement of Materials and Labor Used by Contractor of Highway Construction Involving
Federal Funds," prior to the commencement of work under this contract.
b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated
in the work, and also of the quantities of those specific materials and supplies listed on Form
FHWA-47, and in the units shown on Form FHWA-47.
c.
Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47
together with the data required in paragraph 1b relative to materials and supplies, a final labor
summary of all contract work indicating the total hours worked and the total amount earned.
2. At the prime contractor's option, either a single report covering all contract work or separate reports
for the contractor and for each subcontract shall be submitted.
VII.
SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization contract work amounting to not less than 30
percent (or a greater percentage if specified elsewhere in the contract) of the total original contract
price, excluding any specialty items designated by the State. Specialty items may be performed by
subcontract and the amount of any such specialty items performed may be deducted from the total
original contract price before computing the amount of work required to be performed by the
contractor's own organization (23 CFR 635).
a. "Its own organization" shall be construed to include only workers employed and paid directly by
the prime contractor and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor, assignee,
or agent of the prime contractor.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid on the contract as a whole and in general are to be
limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is
computed includes the cost of material and manufactured products which are to be purchased or
produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the
firm, has full authority to direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations (regardless of who performs the work)
and (b) such other of its own organizational resources (supervision, management, and engineering
services) as the SHA contracting officer determines is necessary to assure the performance of the
contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written
consent of the SHA contracting officer, or authorized representative, and such consent when given
shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract.
Written consent will be given only after the SHA has assured that each subcontract is evidenced in
writing and that it contains all pertinent provisions and requirements of the prime contract.
VIII. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall comply with all applicable Federal, State,
and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide
all safeguards, safety devices and protective equipment and take any other needed actions as it
determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect
the life and health of employees on the job and the safety of the public and to protect property in
connection with the performance of the work covered by the contract.
FHWA-1273
Page 11 of 16
January 2007
Interim Revision - January 2009
2.
It is a condition of this contract, and shall be made a condition of each subcontract, which the
contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not
permit any employee, in performance of the contract, to work in surroundings or under conditions
which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under
construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in
accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.
333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or
authorized representative thereof, shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construction safety and health standards
and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 333).
IX.
FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in conformity with approved plans and
specifications and a high degree of reliability on statements and representations made by engineers,
contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons
concerned with the project perform their functions as carefully, thoroughly, and honestly as possible.
Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and
similar acts, the following notice shall be posted on each Federal-aid highway project (23 CFR 635) in
one or more places where it is readily available to all persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or
whoever, whether a person, association, firm, or corporation, knowingly makes any false statement,
false representation, or false report as to the character, quality, quantity, or cost of the material used or
to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in
connection with the submission of plans, maps, specifications, contracts, or costs of construction on
any highway or related project submitted for approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim with
respect to the character, quality, quantity, or cost of any work performed or to be performed, or
materials furnished or to be furnished, in connection with the construction of any highway or related
project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in any
statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved
July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined not more that $10,000 or imprisoned not more than 5 years or both."
X.
IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $100,000 or
more.)
By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder,
Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated
as follows:
1. That any facility that is or will be utilized in the performance of this contract, unless such contract is
exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as
amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40
CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency
(EPA) List of Violating Facilities pursuant to 40 CFR 15.20.
FHWA-1273
Page 12 of 16
January 2007
Interim Revision - January 2009
2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of
the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and
guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director,
Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is
under consideration to be listed on the EPA List of Violating Facilities.
4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4
of this Section X in every nonexempt subcontract, and further agrees to take such action as the
government may direct as a means of enforcing such requirements.
XI.
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
1.
Instructions for Certification - Primary Covered Transactions:
(Applicable to all Federal-aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective primary participant is providing the
certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily result in
denial of participation in this covered transaction. The prospective participant shall submit an
explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective primary participant to
furnish a certification or an explanation shall disqualify such a person from participation in this
transaction.
c.
The certification in this clause is a material representation of fact upon which reliance was
placed when the department or agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause of default.
d. The prospective primary participant shall provide immediate written notice to the department or
agency to whom this proposal is submitted if any time the prospective primary participant learns
that its certification was erroneous when submitted or has become erroneous by reason of
changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered
transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and
"voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and
Coverage sections of rules implementing Executive Order 12549. You may contact the
department or agency to which this proposal is submitted for assistance in obtaining a copy of
those regulations.
f.
The prospective primary participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
g. The prospective primary participant further agrees by submitting this proposal that it will include
the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering
into this covered transaction, without modification, in all lower tier covered transactions and in
all solicitations for lower tier covered transactions.
h. A participant in a covered transaction may rely upon a certification of a prospective participant
in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily
FHWA-1273
Page 13 of 16
January 2007
Interim Revision - January 2009
excluded from the covered transaction, unless it knows that the certification is erroneous. A
participant may decide the method and frequency by which it determines the eligibility of its
principals. Each participant may, but is not required to, check the nonprocurement portion of the
"Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs"
(Nonprocurement List) which is compiled by the General Services Administration.
i.
Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
j.
Except for transactions authorized under paragraph f of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in
addition to other remedies available to the Federal Government, the department or agency may
terminate this transaction for cause or default.
*****
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Primary Covered Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and
its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency;
b. Have not within a 3-year period preceding this proposal been convicted of or had a civil
judgement rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State or
local) transaction or contract under a public transaction; violation of Federal or State
antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
c.
Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or local) with commission of any of the offenses enumerated in
paragraph 1b of this certification; and
d. Have not within a 3-year period preceding this application/proposal had one or more public
transactions (Federal, State or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
*****
2.
Instructions for Certification - Lower Tier Covered Transactions:
(Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or
more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective lower tier is providing the certification
set out below.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
c.
FHWA-1273
The prospective lower tier participant shall provide immediate written notice to the person to
which this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous by reason of changed circumstances.
Page 14 of 16
January 2007
Interim Revision - January 2009
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered
transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used
in this clause, have the meanings set out in the Definitions and Coverage sections of rules
implementing Executive Order 12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
e. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
f.
The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a certification of a prospective participant
in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily
excluded from the covered transaction, unless it knows that the certification is erroneous. A
participant may decide the method and frequency by which it determines the eligibility of its
principals. Each participant may, but is not required to, check the Nonprocurement List.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
i.
Except for transactions authorized under paragraph e of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in
addition to other remedies available to the Federal Government, the department or agency with
which this transaction originated may pursue available remedies, including suspension and/or
debarment.
*****
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor
its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
*****
XII.
CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
(Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed
$100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of
his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
FHWA-1273
Page 15 of 16
January 2007
Interim Revision - January 2009
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000
for each such failure.
3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such recipients shall certify and disclose accordingly.
ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS
(APPLICABLE TO APPALACHIAN CONTRACTS ONLY.)
1.
During the performance of this contract, the contractor undertaking to do work which is, or reasonably
may be, done as on-site work, shall give preference to qualified persons who regularly reside in the
labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contract work is situated, except:
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially experienced
personnel necessary to assure an efficient execution of the contract work.
c.
For the obligation of the contractor to offer employment to present or former employees as the
result of a lawful collective bargaining contract, provided that the number of nonresident persons
employed under this subparagraph 1c shall not exceed 20 percent of the total number of
employees employed by the contractor on the contract work, except as provided in subparagraph 4
below.
2.
The contractor shall place a job order with the State Employment Service indicating (a) the
classifications of the laborers, mechanics and other employees required to perform the contract work,
(b) the number of employees required in each classification, (c) the date on which he estimates such
employees will be required, and (d) any other pertinent information required by the State Employment
Service to complete the job order form. The job order may be placed with the State Employment
Service in writing or by telephone. If during the course of the contract work, the information submitted
by the contractor in the original job order is substantially modified, he shall promptly notify the State
Employment Service.
3.
The contractor shall give full consideration to all qualified job applicants referred to him by the State
Employment Service. The contractor is not required to grant employment to any job applicants who, in
his opinion, are not qualified to perform the classification of work required.
4.
If, within 1 week following the placing of a job order by the contractor with the State Employment
Service, the State Employment Service is unable to refer any qualified job applicants to the contractor,
or less than the number requested, the State Employment Service will forward a certificate to the
contractor indicating the unavailability of applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this certificate, the contractor may employ
persons who do not normally reside in the labor area to fill positions covered by the certificate,
notwithstanding the provisions of subparagraph 1c above.
5.
The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every
subcontract for work which is, or reasonably may be, done as on-site work.
FHWA-1273
Page 16 of 16
January 2007
FHWA ATTACHMENT NO. 2
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS (EXECUTIVE ORDER 11246)
1.
As used in these Specifications:
a. Covered area means the geographical area in which the Project is located.
b. Director means Director, Office of Federal Contract Compliance Programs, United States
Department of Labor or any person to whom the Director delegates authority.
c.
Employer identification number means the Federal Social Security number used on the Employer’s
Quarterly Federal Tax Return, US Treasury Department Form 941.
d. Minority includes:
(1) Black (a person having origins in any of the black African racial groups not of Hispanic origin);
(2) Hispanic (a person of Mexican, Puerto Rican, Cuban, Central or South American or other
Spanish culture or origin, regardless of race);
(3) Asian and Pacific Islander (a person having originals in any of the original peoples of the Far
East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan Native (a person having origins in any of the original peoples of
North America and maintaining identifiable tribal affiliations through membership and
participating or community identification).
2.
Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving
any construction trade, it shall physically include in each subcontract in excess of $10,000 the
provisions of these specifications and the Notice which contains the applicable goals for minority and
female participation and which is set forth in the solicitations from which this contract resulted.
3.
The Contractor shall implement the specific affirmative action standards provided in paragraphs 6a
through p of these specifications. The goals set forth in the solicitation from which this contract resulted
are expressed as percentages of the total hours of employment and training of minority and female
utilization the Contractor should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered Construction Contractors performing construction work in
geographical areas where they do not have a Federal or federally assisted construction contract shall
apply the minority and female goals established for the geographical area where the work is being
performed. The Contractor is expected to make substantially uniform progress in meeting its goals in
each craft during the period specified.
4.
Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the
Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the
Contractor’s obligations under these Specifications, Executive Order 111246, or the regulations
promulgated pursuant thereto.
5.
In order for the nonworking training hours of apprentices and trainees to be counted in meeting the
goals, such apprentices and trainees must be employed by the Contractor during the training period,
and the Contractor must have made a commitment to employ the apprentices and trainees at the
completion of their training, subject to the availability of employment opportunities. Trainees must be
trained pursuant to training programs approved by the US Department of Labor.
6.
The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to
achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
STD FED EEO CONST CONT SPECS
Page 1 of 4
January 2007
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all
sites in all facilities at which the Contractor’s employees are assigned to work. The Contractor,
where possible, will assign two or more women to each construction project. The contractor shall
specifically ensure that all foreman, superintendents, and other on-site supervisory personnel are
aware of and carry out the Contractor’s obligation to maintain such a working environment with
specific attention to minority or female individual working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its unions have employment opportunities available, and maintain a record of the
organizations’ responses.
c.
Maintain a current file of the names, addresses and telephone numbers of each minority and
female off-the-street applicant and minority or female referral from a union, a recruitment source or
community and of what action was taken with respect to each such individual. If such individual was
sent to the union hiring hall for referral and was not referred back to the Contractor by the union or,
if referred back to the Contractor, this shall be documented in the file with the reason therefore,
along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which the
Contractor has a collective bargaining agreement has not referred to the contractor a minority
person or women sent by the Contractor, or when the Contractor has other information that the
union referral process has impeded the Contractor’s efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor’s employment needs, especially those programs funded
or approved by the Department of Labor. The Contractor shall provide notice of these programs to
the source compiles under 6b above.
f.
Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training
programs and requesting their cooperation in assisting the Contractor in meeting its EEO
obligations by including it in any policy manual and collective bargaining agreement; by publicizing
it in the company newspaper, annual report, etc; by specific review of the policy with all
management personnel and with all minority and female employees at least once a year; and by
posting the company EEO policy on bulletin boards accessible to all employees at each location
where construction work is performed.
g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination
or other employment decisions including specific review of these items with on site supervisory
personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction
work at any job site. A written record shall be made and maintained identifying the time and place of
these meetings, persons attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news
median, specifically including minority and female news media, and providing written notification to
and discussing the Contractor’s EEO policy with other Contractors and Subcontractors with whom
the Contractor does or anticipates doing business.
i.
Direct its recruitment efforts, both oral and written, to minority, female and community
organizations, to schools with minority and female students and to minority and female recruitment
and training organizations serving the Contractor’s recruitment area and employment needs. Not
later than one month prior to the date for the acceptance of applications for apprenticeship or other
training by any recruitment source, the Contractor shall send written notification to organizations
such as the above, describing the openings, screening procedures, and tests to be used in the
selection process.
STD FED EEO CONST CONT SPECS
Page 2 of 4
January 2007
j.
Encourage present minority and female employees to recruit other minority persons and females
and, where reasonable, provide after school, summer and vacation employment to minority and
female youth both on the site and in other areas of a Contractor’s work force.
k.
Validate all tests and other selection requirements where there is an obligation to do so under 41
CFR Part 60-3.
l.
Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel
for promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices
do not have a discriminatory effect by continually monitoring all personnel and employment related
activities to ensure that the EEO policy and the Contractor’s obligations under these specifications
are being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that separate or singleuser toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and
female construction Contraction and suppliers, including circulation of solicitations to minority and
female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisors’ adherence to and performance under the
Contractor’s EEO policies and affirmative action obligations.
7.
Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more
of their affirmative action obligations (6a through p). The efforts of a Contractor association, joint
contractor union, Contractor-Community, or other similar group of which the Contractor is a member
and participant may be asserted as fulfilling any one or more of its obligations under 6A through p of
these Specifications provided that the Contractor actively participates in the group, make every effort to
assure that the group has a positive impact on the employment of minorities and females in the
industry, ensures that the concrete benefits of the program are reflected in the Contractor’s minority and
female work force participation, make a good faith effort to meet its individual goals and can provide
access to documentation which demonstrates the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill
an obligation shall not be a defense for the Contractor’s noncompliance.
8.
A single goal for minorities and a separate single goal for women have been established. The
Contractor, however, is required to provide equal employment opportunity and to take affirmative action
for all minority groups, both male and female, and all women both minority and nonminority.
Consequently, the Contractor may be in violation of the Executive Order if a particular group is
employed in a substantially disparate manner (for example, even though the Contractor has achieved
its goals for women generally, the Contractor may be in violation of the Executive Order if a specific
minority group of women is underutilized).
9.
The Contractor shall not use the goals or affirmative action standards to discriminate against any
person because of race, color, religion, sex, or national origin.
10.
The Contractor shall not enter any Subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
11.
The Contractor shall carry out such sanctions and penalties for violation of these specifications and of
the Equal Opportunity Clause, including suspensions, termination and cancellation of existing
subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its
implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who
fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive
Order 11246 as amended.
12.
The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative
action steps, at least as extensive as those standards prescribed in paragraph 6 of these specifications,
so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the
STD FED EEO CONST CONT SPECS
Page 3 of 4
January 2007
Contractor fails to comply with the requirements of the Executive Order, the implementing regulations or
these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
13.
The Contractor shall designate a responsible official to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as
may be required by the Government and to keep records. Records shall at least include for each
employee the name, address, telephone number, construction trade, union affiliation if any, employee
identification number when assigned, social security number, race, sex, status (such as mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the
indicated trade, rate of pay, and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form; however, to the degree that existing
records satisfy this requirement, contractors shall not be required to maintain separate records.
14.
Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon the application of requirements for the hiring of local
or other area residents (such as those under the Public Works Employment Act of 1977 and the
community Development Block Grant Program).
15.
Noncompliance by the Contractor with the requirements of the Affirmative Action Program for Equal
Employment Opportunity may be cause for delaying or withholding monthly and final payments pending
corrective and appropriate measures by the Contractor to the satisfaction of the Department.
STD FED EEO CONST CONT SPECS
Page 4 of 4
January 2007
FHWA ATTACHMENT NO. 3
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL OPPORTUNITY
(EXECUTIVE ORDER 11246)
1. The goals for minority and female participation, in the covered area, expressed in percentage terms for
the Contractor’s aggregate work force in each trade, on all construction work are as shown on Page 2.
These goals are applicable to all the Contractor’s construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the Contractor
also is subject to the goals for both its federally involved and nonfederally involved construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4. (3) a, and its efforts to meet the goals. The hours
of minority and female employment and training must be substantially uniform throughout the length of
the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female employees or trainees from
Contractor to Contractor or from project to project for sole purpose of meeting the Contractor’s goals shall
be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance
with the goals will be measured against the total work hours performed.
2. The Contractor will provide the Department with written notification in triplicate within 10 working days of
award of any construction subcontract in excess of $10,000 at any tier for construction work under the
contract resulting from this solicitation. The notification will list the name, address and telephone number
of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the
subcontract; estimated starting and completion dates of the subcontract; and the geographical area in
which the contract is to be performed.
3. As used in this Notice and in the Contract resulting from this solicitation the covered area is the county or
counties in which the Project is located.
4. If a project is located in more than one county, the minority work hours goal, only, will be determined by
the county which serves as the primary source of hiring or, if workers are obtained almost equally from
one or more counties, the single minority goal will be the average of the affected county goals.
NOTICE OF REQ FOR AFF ACTION
Page 1 of 2
January 2007
WORK HOUR GOALS IN EACH TRADE FOR MINORITY AND FEMALE PARTICIPATION
MINORITY
PARTICIPATION
FEMALE
PARTICIPATION
PERCENT
PERCENT
Atlantic
18.2
6.9
Bergen
15
6.9
COUNTY
Burlington
17.3
6.9
Camden
17.3
6.9
Cape May
14.5
6.9
16
6.9
Essex
17.3
6.9
Gloucester
17.3
6.9
Hudson
12.8
6.9
17
6.9
16.4
6.9
Middlesex
15
6.9
Monmouth
9.5
6.9
Morris
17.3
6.9
Ocean
17
6.9
Passaic
12.9
6.9
Salem
12.3
6.9
Somerset
17.3
6.9
Cumberland
Hunterdon
Mercer
Sussex
17
6.9
Union
17.3
6.9
Warren
1.6
6.9
NOTICE OF REQ FOR AFF ACTION
Page 2 of 2
January 2007
FHWA ATTACHMENT NO. 4
STATE OF NEW JERSEY EQUAL EMPLOYMENT OPPORTUNITY
FOR CONTRACTS FUNDED BY FHWA
The parties to this Agreement do hereby agree that the provisions of NJSA 10:2-1 through 10:2-4 and NJSA
10:5-31 et seq (PL 1975, c 127, as amended and supplemented) dealing with discrimination in employment
on public contracts, and the rules and regulations promulgated pursuant thereunto, are hereby made a part of
this contract and are binding upon them.
During the performance of this contract, the Contractor agrees as follows:
a. The Contractor or subcontractor, where applicable, will not discriminate against any employee or
applicant for employment because of age, race, creed, color, national origin, ancestry, marital status or
sex. The Contractor will take affirmative action to ensure that such applicants are recruited and employed,
and that employees are treated during employment, without regard to their age, race, creed, color,
national origin, ancestry, marital status or sex. Such action shall include but not be limited to the following:
employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the Division of Civil Rights/Affirmative Action setting
forth provisions of this nondiscrimination clause;
b. The Contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees
placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for
employment without regard to age, race, creed, color, national origin, ancestry, marital status or sex;
c.
The Contractor or subcontractor, where applicable, will send to each labor union or representative of
workers with which it has a collective bargaining agreement or other contract or understanding, a notice,
to be provided by the Division of Civil Rights/Affirmative Action, advising the labor union or workers’
representative of the contractor’s commitments under this act and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
The notices referred to in paragraphs a and c may be obtained from the Supervising Engineer of Construction
or his representative at the preconstruction conference.
STATE OF NEW JERSEY EEO FOR CONT FUNDED BY FHWA
Page 1 of 1
January 2007
January 2007
FHWA ATTACHMENT NO. 5
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ATTACHMENT
FHWA FUNDED CONTRACTS
I
UTILIZATION OF DISADVANTAGED BUSINESSES AS CONTRACTORS, MATERIAL SUPPLIERS
AND EQUIPMENT LESSORS.
The New Jersey Department of Transportation (NJDOT) advises each contractor or subcontractor that
failure to carry out the requirements set forth in this attachment shall constitute a breach of contract
and, after the notification of the applicable federal agency, may result in termination of the agreement or
contract by the Department or such remedy as the Department deems appropriate. Requirements set
forth in this section shall also be physically included in all subcontracts in accordance with USDOT
requirements.
II
POLICY
It is the policy of NJDOT that Disadvantaged Business Enterprises, as defined in 49 CFR, Part 26;
Titles I & V of the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA); the Transportation
Equity Act for the 21st Century (TEA-21); and Section V, Part B below, shall have equal opportunity to
participate in the performance of contracts financed in whole or in part with federal funds under this
agreement. Consequently, the DBE requirements of 49 CFR, Part 26, Subsections A, C and F apply to
this agreement.
III
CONTRACTOR’S DBE OBLIGATION
The NJDOT and its Contractor agree that Disadvantaged Business Enterprises, as defined in 49 CFR
Part 26, Subpart A; and in the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) and
the Transportation Equity Act for the 21st Century (TEA-21), and Section V, Part B below, have equal
opportunity to participate in the performance of contracts and subcontracts financed in whole or in part
with federal funds provided under this agreement. In this regard, the NJDOT and all Contractors shall
take all necessary and reasonable steps in accordance with 49 CFR, Part 26 to ensure that
Disadvantaged Businesses are given equal opportunity to compete for and to perform on NJDOT
federally funded contracts. The NJDOT and its Contractors shall not discriminate on the basis of race,
color, national origin, or sex in the award and performance of USDOT assisted contracts.
IV
COMPLIANCE
To signify and affirm compliance with the provisions of this attachment, the bidder shall complete the
Schedule of DBE Participation (Form A) included in the bid package and all forms and documents
required in Sections VII and VIII of these provisions which will be made a part of the resulting contract.
V
GOALS FOR THIS PROJECT
A. This Project includes a goal of awarding 18 percent of the total contract value to subcontractors,
equipment lessors and/or material suppliers that qualify as Disadvantaged Business Enterprises
(DBEs).
1. Failure to meet the minimum goal placed on this project, or to provide a “good faith effort” to
meet the minimum goal, may be grounds for rejection of the bid as being non-responsive.
2. As a source of information only, a Disadvantaged Business Enterprise Directory is available
from the Division of Civil Rights and Affirmative Action. Use of this listing does not relieve the
Contractor of their responsibility to seek out other DBE’s not listed, prior to bid. If a contractor
proposes to use a DBE contractor not listed in the DBE Directory, the proposed DBE firm must
submit a completed certification application to the Division of Civil Rights and Affirmative Action,
fifteen (15) days prior to bid date.
B. DEFINITIONS
DBE UTILIZATION ATTACHMENT
Page 1 of 5
January 2007
1. Disadvantaged Business Enterprise is a firm, “Owned and controlled” by socially and
economically disadvantaged individuals that is also a small business concern, as defined
pursuant to Section 3 of the Small Business Act and Small Business Administration Regulations
(13 CFR, Part 121) which also does not exceed the revenue cap on averaged annual gross
receipts applicable to the firm’s particular Standard Industrial Classification (SIC Code).
2. Owned and Controlled is defined as a firm which is at least fifty-one (51%) percent owned by
one or more disadvantaged individuals, or in the case of a publicly owned business, at least
fifty-one (51%) percent of the stock is owned by one or more disadvantaged individuals, and
whose management and daily business operations are controlled by one or more such
individuals.
3. Any individual in one of the following groups who is also a U.S. Citizen or lawfully admitted
permanent resident presumed to be socially and economically disadvantaged under the DBE
Program.
(a) Black Americans – includes any persons having origins in any of the black racial groups of
Africa;
(b) Hispanic Americans - includes persons of Mexican, Puerto Rican, Cuban, Dominican,
Central or South American, or other Spanish or Portuguese culture; or origin, regardless of
race;
(c) Native American - includes persons who are American Indians, Eskimos, Aleuts or Native
Hawaiians;
(d) Asian-Pacific Americans - includes persons whose origins are from Japan, China, Taiwan,
Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia,
Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific
Islands (Republic of Palau) the Commonwealth of the Northern Mariana Islands, Macao,
Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia or Hong Kong;
(e) Subcontinent Asian Americans - includes persons whose origins are from India, Pakistan,
Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka;
(f) Women - regardless of race;
(g) Other - Any additional groups whose members are designated as socially and economically
disadvantaged by the Small Business Administration, at such time as the SBA designation
becomes effective; or a determination made by the NJDOT’s Division of Civil Rights and
Affirmative Action, on a case-by-case basis;
VI
COUNTING DBE PARTICIPATION
A. Each DBE is subject to a certification procedure to ensure its DBE eligibility status prior to award of
contract. In order to facilitate this process it is advisable for the bidder to furnish the names of
proposed DBE’s to the Department fifteen (15) days before bid opening. Once a firm is determined
to be a bona fide DBE by the Division of Civil Rights and Affirmative Action, the total dollar value of
the contract awarded to the DBE is counted toward the applicable DBE goal.
B. The Contractor may count toward its DBE goal only expenditures to DBE’s that perform a
commercially useful function in the work of a contract. A DBE is considered to perform a
commercially useful function when it is responsible for execution of a distinct element of the work of
a contract and carrying out its responsibility by actually performing, managing and supervising the
work involved. To determine whether a DBE is performing a commercially useful function, the
Contractor shall evaluate the amount of work subcontracted, industry practice and other relevant
factors.
C. If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its
contract with its own workforce, or the DBE subcontracts a greater portion of the work of a contract
than would be expected on the basis of normal industry practice for the type of work involved, you
must presume that it is not performing a commercially useful function.
D. If the prime Contractor is a certified DBE, payments made to the Contractor for work performed by
the Contractor will be applied toward the DBE goal. Payments made to the Contractor for work
performed by non-DBE’s will not be applied toward the goal.
DBE UTILIZATION ATTACHMENT
Page 2 of 5
January 2007
E. The prime Contractor may count 60 percent of its expenditures to DBE suppliers who are not
Manufacturers, provided that the DBE supplier performs a commercially useful function in the
supply process. The contractor may count 100% of its expenditure to DBE suppliers who are also
manufacturers. Manufacturers receive 100% credit toward the DBE goal.
F. When a DBE subcontractor sublets part of the work of its contract to another firm, the value of the
subcontract work may be counted towards the DBE goals only if the subcontractor itself is a DBE.
Work that a DBE subcontractor subcontracts to a non-DBE firm, does not count toward DBE goals.
VII
GOOD FAITH EFFORT
To demonstrate sufficient reasonable efforts to meet the DBE contract goals, a bidder shall document
the steps it has taken to obtain DBE participation, including but not limited to the following:
A. Attendance at a pre-bid meeting, if any, scheduled by the Department to inform DBE’s of
subcontracting opportunities under a given solicitation.
B. Advertisement in general circulation media, trade association publications, as well as minority-focus
media for at least 20 days before bids are due. If 20 days are not available, publication for a
shorter reasonable time is acceptable.
C. Written notification to DBE’s that their interest in the contract is solicited;
D. Efforts made to select portions of the work proposed to be performed by DBEs in order to increase
the likelihood of achieving the stated goal;
E. Efforts made to negotiate with DBE’s for specific sub-bids including at a minimum:
1. The names, addresses and telephone numbers of DBE’s that were contacted;
2. A description of the information provided to DBE’s regarding the plans and Specifications for
portions of the work to be performed; and
3. A statement of why additional agreements with DBE’s were not reached;
F
Information regarding each DBE the bidder contacted and rejected as unqualified and the reasons
for the bidder’s conclusion;
G. Efforts made to assist the DBE in obtaining bonding or insurance required by the Bidder or the
Department.
NOTE: If the Division of Civil Rights and Affirmative Action determines that the apparent successful low
bidder has failed to meet the requirements of this section, the bidder will be afforded the
opportunity for administrative consideration prior to the award or rejection of the contract. As part
of the administrative reconsideration process, the bidder will have the opportunity to provide
written documentation or argument concerning the issue of whether it met the goal or made
adequate good faith efforts to do so. NJDOT will send the bidder a written decision on
reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or
make adequate good faith efforts to do so. The result of the reconsideration process is not
administratively appealable to the USDOT.
VIII
AFFIRMATIVE ACTION PLANS
A. General contractors are required to submit their firm’s Affirmative Action Program annually to the
Division of Civil Rights and Affirmative Action. Until such time as these programs are submitted
and approved, Contractors must have their programs in the Division of Civil Rights and Affirmative
Action no later than seven (7) State business days after the date of receipt of bids.
B. This program will include, but is not limited to the following:
1. The name of the Contractor’s D/ESBE Liaison Officer to administer the firm’s Disadvantaged
Business Program.
2. An explanation of the affirmative action methods used in seeking out and considering
Disadvantaged Business Enterprises as subcontractors, material suppliers or equipment
lessors.
3. An explanation of affirmative action methods intended to be used in seeking out and
considering Disadvantaged Business Enterprises as subcontractors, material suppliers or
DBE UTILIZATION ATTACHMENT
Page 3 of 5
January 2007
equipment lessors. This refers to the Contractor’s ongoing responsibility, i.e., Disadvantaged
Business Enterprise/Affirmative Action activities after the award of the contract and for the
duration of said project.
C. The following shall be submitted either with the bid or to the Division of Civil Rights and Affirmative
Action no later than seven (7) State business days after the date of receipt of bids.
1. DBE Form “A” - Schedule of DBE Participation. List all DBE’s participating in the contract listing
the scope of work, dollar value and percent of total contract to be performed.
2. Supplement to DBE Form “A” - A list of all subcontractors who submitted bids or quotes on this
project.
3. DBE Form B - Affidavit of Disadvantaged Business Enterprise. Each proposed DBE not listed in
the NJDOT DBE directory must submit Form B attesting to its validity as a DBE. (All firms must
be certified by the Department’s D/ESBE Liaison Officer prior to award of the contract).
4. Request for Exemption - In the event that the bidder fails to meet the specified goal, they must
submit within seven State business days of the bid, a written request for exemption to the goal.
This request must include a written statement addressing Items A through G in Article VII of this
attachment in addition to an accounting of the reason(s) why each items in the bid proposal
was not subcontracted. Submittal of such request does not imply Departmental approval. An
assessment of the material will be conducted by the Department’s Division of Civil Rights and
Affirmative Action.
IX
AFFIRMATIVE ACTION AFTER AWARD OF THE CONTRACT
If at any time following the award of contract, the Contractor intends to sublet any portion(s) of the work
under said contract, or intends to purchase material or lease equipment not contemplated during
preparation of bids, said Contractor shall take affirmative action:
1. To notify the Resident Engineer, in writing, of the type and approximate value of the work which the
Contractor intends to accomplish by such subcontract, purchase order or lease.
2. To signify and affirm compliance with the provisions of this Section, the Contractor shall submit the
Post-Award DBE Certification Form to the Regional Supervising Engineer with his application to
sublet or prior to purchasing material or leasing equipment. Post Award DBE forms may be
obtained from the Resident Engineer.
3. To give disadvantaged firms equal consideration with non-minority firms in negotiation for any
subcontracts, purchase orders or leases.
4. If a prime contractor fails to meet its original DBE obligation, they must request an exemption to the
goal following criteria in Section VIII (C)(4) and provide a good faith effort thereof. This request
must include a written statement addressing each of the Good Faith Efforts outlined in Section VII,
A-G.
X
CONSENT BY DEPARTMENT TO SUBLETTING
The Department will not approve any subcontract proposed by the Contractor unless and until said
Contractor has complied with the terms of this attachment.
XI
SELECTION AND RETENTION OF SUBCONTRACTORS
A. The Contractor is further obligated to provide the Resident Engineer with a listing of firms,
organizations or enterprises solicited and those utilized as subcontractors on the proposed project.
Such listing shall clearly delineate which firms are classified as disadvantaged.
B. Efforts made to identify and retain a Disadvantaged Business Enterprise as a substitution
subcontractor when the arrangements with the original DBE proved unsuccessful, shall be
submitted in writing to the Department’s D/ESBE Liaison Officer for approval. Work in the category
concerned shall not begin until such approval is granted in writing.
C. Notification of a subcontractor’s termination will be sent to the Department by the Contractor
through the Resident Engineer. Said termination notice will include the subcontractor’s ethnic
classification and reason for termination.
XII
CONCILIATION
DBE UTILIZATION ATTACHMENT
Page 4 of 5
January 2007
In cases of alleged discrimination regarding these DBE provisions and guidelines, an investigation will be
undertaken by the Federal Office of Contract Compliance in conjunction with the Division of Civil Rights
and Affirmative Action of the New Jersey Department of Transportation and the Federal Highway
Administration.
XIII
DOCUMENTATION
A. The Department or the federal funding agencies may at any time require such information as is
deemed necessary in the judgment of the Department to ascertain the compliance of any bidder or
contractor with the terms of these provisions.
B. Record and Reports.
The Contractor shall keep such records as are necessary to determine compliance with its
Disadvantaged Business Enterprise Utilization obligations. The records kept by the Contractor will
be designed to indicate:
1. The names of disadvantaged subcontractors, equipment lessors and material suppliers
contacted for work on this project.
2. The type of work to be done, materials to be utilized or services to be performed other than the
work of the prime contractor on the project.
3. The actual dollar value of work subcontracted and awarded to DBE’s.
4. The progress being made and efforts taken in seeking out and utilizing Disadvantaged
Business Enterprises. This would include solicitations, quotes and bids regarding project work
items, supplies, leases, etc.
5. Documentation of all correspondence, contacts, telephone calls, etc., to obtain the services of
Disadvantaged Business Enterprises on this project.
6. Records of all DBE’s and non-DBEs who have submitted quotes/bids to the Contractor on the
project.
C. Submit reports, as required by the Department, on those contracts and other business transactions
executed with Disadvantaged Business Enterprises in such form and manner as may be prescribed
by the Department.
D. All such records must be maintained for a period of three (3) years following acceptance of final
payment and will be available for inspection by the Department.
XIV
PAYMENT TO SUBCONTRACTORS
The Contractor agrees to pay its subcontractors in accordance with the Specifications.
XV
NON-COMPLIANCE
Failure by the bidder to comply with the Specifications may result in rejection of the bid. The Contractor
may further be declared ineligible for future Department contracts.
DBE UTILIZATION ATTACHMENT
Page 5 of 5
January 2007
FHWA ATTACHMENT NO. 5 (A)
INCENTIVE PROGRAM DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ATTACHMENT FOR
FHWA FUNDED CONTRACTS
I
PURPOSE.
To ensure that certified Disadvantaged Business Enterprises (DBE’s), as defined in 49 CFR Part 26,
have the maximum opportunity to compete for and perform on Department construction projects.
II
INTENT.
To encourage prime contractors to utilize the services of DBE’s who have not previously been prime
contractors or subcontractors on Department projects, and afford DBE’s the opportunity to again
experience in Department construction contract work.
III
ELIGIBILITY.
Only prime contractors and DBE’s certified prior to the date of bid, or prospective DBE’s that have
submitted to the Division of Civil Rights/Affirmative Action on or before the day of bid a completed “New
Jersey Department of Transportation Disadvantaged Business Enterprise Disclosure Affidavit” (PR-131)
and all required documentation and have never been either prime contractor or subcontractor on
Department construction projects will be eligible for participation in this program. A list of those eligible
DBE’s will be available from the Division of Civil Rights/Affirmative Action. Any bidder who submits the
name of a certified first-time DBE as part of its goal commitment is also eligible. Any DBE participating
in the program must submit to the prime contractor a certification that they have never been either a
prime contractor or subcontractor on a Department construction project under their present name or
any other name. The prime contractor shall submit this certification with their required DBE submission.
IV
INCENTIVE.
Prime contractors utilizing first-time DBE’s will be given a credit toward their goal percentage identified
in companion document “Disadvantaged Business Enterprise Utilization Attachment For FHWA Funded
Contracts”, dated September 1987, revised January 1989, September 1992 and May 1995, equal to the
actual dollar amount subcontracted to a first time DBE with the total project credit limited to two percent
(2%) of the total bid price but not to exceed $200,000. This extra credit will reduce the goal percentage
award as well as be applicable to the reduced goal percentage.
V
PROGRAM REQUIREMENTS.
A. A prime contractor may present any number of first time DBE’s for each project. Credit will be given
only for the actual amount subcontracted up to the limits established in IV above.
B. The prime contractor shall be responsible for the entire DBE goal percentage established for the
project.
C. Failure to use a first time DBE shall cause the original goal award percentage prior to applying first
time DBE credits to remain in effect.
D. Failure to meet the goal award percentage, coupled with a lack of good faith effort as determined by
the Division of Civil Rights/Affirmative Action, will be considered to be non-compliance on the part
of the prime contractor who may be placed in show cause and subsequently be grounds for
rejection of the bid as nonresponsive.
INCENTIVE PROGRAM DBE UTILIZATION
Page 1 of 1
January 2007
Interim Revision - March 2009
FHWA ATTACHMENT NO.6
EQUAL EMPLOYMENT OPPORTUNITY SPECIAL PROVISIONS
1.
General
a. Equal employment opportunity requirements not to discriminate and to take affirmative action to
assure equal employment opportunity as required by Executive Order 11246 and Executive Order
11375 are set forth in Required Contract Provisions (Form FHWA-1273) and these Special
Provisions which are imposed pursuant to Section 140 of Title 23 USC, as established by Section
22 of the Federal Aid Highway Act of 1968. The requirements set forth in these Special Provisions
shall constitute the specific affirmative action requirements for project activities under this contract
and supplement the Equal Employment Opportunity requirements set forth in the Required Contract
Provisions.
b. The Contractor will work with the State agencies and the Federal Government in carrying out Equal
Employment Opportunity obligations and in their review of activities under the contract.
c.
The Contractor and all subcontractors holding subcontracts, not including material suppliers, of
$10,000 or more, will comply with the following minimum specific requirement activities of Equal
Employment Opportunity. The Contractor will include these requirements in every subcontract of
$10,000 or more with such modification of language as is necessary to make them binding on the
subcontractor. (The equal employment opportunity requirements of Executive Order 11246, as set
forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal-Aid Highway Program Manual,
are applicable to material suppliers as well as contractors and subcontractors).
d. Noncompliance by the Contractor with the requirements of the Affirmative Action Program for Equal
Employment Opportunity may be cause for delaying or withholding monthly and final payments
pending corrective and appropriate measures by the Contractor to the satisfaction of the
Department.
2.
Equal Employment Opportunity Policy
The Contractor will accept as its operating policy the following statement which is designed to further
the provisions of equal employment opportunity to all persons without regard to their race, color,
religion, sex, or national origin, and to promote the full realization of equal employment opportunity
through a positive continuing program:
It is the policy of this Company to assure that applicants are employed, and that employees are treated
during employment, without regard to their race, religion, sex, color, or national origin. Such action
shall include employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship, preapprenticeship, and on-the-job training.
3.
Equal Employment Opportunity Officer
The Contractor will designate and make known to the Department contracting officers an equal
opportunity officer (hereinafter referred to as the EEO Officer) who will have the capability, authority and
responsibility to effectively implement and promote an active contractor program of equal employment
opportunity.
4.
Dissemination of Policy
a. All members of the Contractor’s staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommended such action, or who are substantially involved in such action, will
be made fully cognizant of, and will implement, the Contractor’s equal employment opportunity
policy and contractual responsibilities to provide equal employment opportunity in each grade and
classification of employment. To ensure compliance, the following minimum actions will be taken:
EEO SPECIAL PROVISIONS
Page 1 of 7
January 2007
Interim Revision - March 2009
(1) An initial project site meeting with key supervisory and office personnel will be conducted
before or at the start of work, and then not less than once every 6 months, at which time the
Contractor’s equal employment opportunity program will be reviewed and explained. The
meetings will be conducted by the EEO Officer or other knowledgeable company official.
(2) All new supervisory and office personnel will be given a thorough indoctrination by the EEO
Officer or other knowledgeable company official covering all major aspects of the Contractor’s
equal employment opportunity obligations within 30 days following their reporting for duty with
the Contractor.
(3) All personnel engaged in direct recruitment for the project will be instructed by the EEO Officer
or appropriate company official concerning the Contractor’s procedures for locating and hiring
minority and female employees.
b. In order to make the Contractor’s equal employment opportunity policy known to all employees,
prospective employees and potential sources of employees, i.e., schools, employment agencies,
labor unions (where appropriate), college placement officers, etc., the Contractor will take the
following actions:
(1) Notices and posters setting forth the Contractor’s equal employment opportunity policy will be
placed in areas readily accessible to employees, applicants for employment and potential
employees.
(2) The Contractor’s equal employment opportunity policy and the procedures to implement such
policy will be brought to the attention of employees by means of meetings, employee
handbooks, and/or other appropriate means.
5.
Recruitment
a. When advertising for employees, the Contractor will include in all advertisements for employees the
notation: “An Equal Opportunity Employer”. All such advertisements will be published in
newspapers or other publications having a large circulation among minority groups in the area from
which the project work force would normally be derived.
b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and
direct recruitment through public and private employee referral sources likely to yield qualified
minority and female applicants, including, but not limited to, State employment agencies, schools,
colleges and minority-oriented organizations. To meet this requirement, the Contractor will, through
his EEO Officer, identify sources of potential minority and female employees, and establish
procedures with such sources whereby applicants may be referred to the Contractor for
employment consideration.
In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall
referrals, he is expected to observe the provisions of that agreement to the extent that the system
permits the Contractor’s compliance with the equal employment opportunity contract provisions.
(The US Department of Labor has held that where implementation of such agreements have the
effect of discriminating against minorities or females, or obligates the Contractor to do the same,
such implementation violates Executive Order 11246, as amended).
c.
6.
The Contractor will encourage his present employees to refer minority and female applicants for
employment by posting appropriate notices or bulletins in areas accessible to all such employees.
In addition, information and procedures pertaining to the referral of applicants will be discussed with
employees.
Personnel Actions
Wages, working conditions and employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and
termination, shall be taken without regard to race, color, religion, sex, or national origin. The following
procedures shall be followed:
a. The Contractor will conduct a project site inspection at the start of work, and periodically thereafter,
to ensure that working conditions and employee facilities do not indicate discriminatory treatment of
project site personnel.
EEO SPECIAL PROVISIONS
Page 2 of 7
January 2007
Interim Revision - March 2009
b. The Contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
c.
The Contractor will periodically review selected personnel actions in depth to determine whether
there is evidence of discrimination. Where evidence is found, the Contractor will promptly take
corrective action. If the review indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected persons.
d. The Contractor will promptly investigate all complaints of alleged discrimination made to the
Contractor in connection with its obligations under this contract, and will resolve or attempt to
resolve such complaints, within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant, corrective action shall include such
other persons. Upon completion of each investigation, the Contractor will inform complainants of
available avenues of appeal.
7.
Training Special Provisions
As part of the Contractor’s equal employment opportunity affirmative action program, training shall be
provided as follows:
The Contractor shall provide on-the-job training aimed at developing full journey people in the type of
craft or job classification involved.
The number of training positions will be_11_, where feasible, consisting of at least__5__
APPRENTICES and __6__TRAINEES. TRAINEE HOURS=_7,760_.
Apprentices are defined as registered members of an approved apprenticeship program recognized by
the United States Department of Labor (USDOL) Bureau of Apprenticeship and Training (BAT) or a
New Jersey State apprenticeship agency recognized by USDOL BAT (e.g., New Jersey Department of
Education). Graduates of the Pre-Apprenticeship Training Cooperative Program shall be classified as
apprentices. Trainees are defined as skilled, semi-skilled or lower level management individuals
receiving training per one of the approved NJDOT “Revised Standard Training Guidelines” (available
from the Division of Civil Rights).
Where feasible, at least 50% of the training positions will be assigned to Skilled Crafts which include but
are not limited to Carpenters, Dockbuilders, Electricians, Ironworkers and Operating Engineers.
a. Contractor Submission and NJDOT Approval of the Initial Training Program.
At or after the preconstruction conference and prior to the start of work, the Contractor shall submit
a training program to the Resident Engineer for his or her review and comments prior to Division of
Civil Rights review and approval. The Contractor’s training program shall include:
(1) the number of trainees or apprentices to be trained in all selected Training Positions,
(2) the Standard Program Hours for all positions,
(3) an estimate of the Minimum Available Hours actually feasible on the project toward completion
of the Standard Program Hours per position,
(4) a training schedule of Estimated Start Dates for the apprentices or trainees, developed and
coordinated with the project’s work progress schedule,
(5) Training Guidelines for all positions, and
(6) which training will be provided by the Contractor and which by Subcontractors.
The number of apprentices and trainees shall be distributed among the work classifications on the basis
of the Contractor’s needs and the availability of journeypeople in the various crafts within a reasonable
area of recruitment. The Contractor shall submit timely, revised training programs as required
throughout the project to ensure that feasible and Maximum Available Training is provided. Maximum
Available Training is defined as bringing each apprentice or trainee onto the project when work first
becomes available in his/her craft and providing all available training until hours are no longer available.
b. Assignment of Training to Subcontractors
In the event that portions of the contract work are subcontracted, the Contractor shall determine
how many, if any, of the apprentices or trainees are to be trained by subcontractors, provided,
EEO SPECIAL PROVISIONS
Page 3 of 7
January 2007
Interim Revision - March 2009
however, that the Contractor shall retain the primary responsibility for meeting the training
requirements imposed by these Training Special Provisions. The Contractor shall also ensure that
these Training Special Provisions are made applicable to such subcontracts.
c.
Requirements for Recruitment, Selection and Approval of Apprentices and Trainees
(1) Apprentices or trainees should be in their first year of apprenticeship or training. The
Contractor shall interview and screen trainee candidates to determine if their actual work
experience is equivalent to or exceeds that offered by the training program prior to submitting
candidates, via the Resident Engineer, to the Division for review and approval or disapproval.
(2) Training and upgrading of minorities (e.g., Blacks, Asians or Pacific Islanders, Native
Americans or Alaskan Natives, Hispanics) and females toward journeyperson status is a
primary objective of these Training Special Provisions. Accordingly, the Contractor shall make
every effort to enroll minorities and females, by conducting systematic and direct recruitment
through public and private sources likely to yield minority and female apprentices or trainees, to
the extent that such persons are available within a reasonable area of recruitment. This
training commitment is not intended, and shall not be used, to discriminate against any
applicant for training, whether a member of a minority group or not.
(3) No employee shall be employed as an apprentice or trainee in any position in which he or she
has successfully completed a training course leading to journeyperson status or in which he or
she has been employed as a journeyperson. The Contractor shall satisfy this requirement by
including appropriate questions in the employment application or by other suitable means and
by submitting an accurate and complete “Apprentice/Trainee Approval Memorandum.”
Regardless of the methods used, the Contractor’s records should document the findings in
each case.
(4) Skilled craft trainees may complete up to 3,000 total training hours on NJDOT projects, with an
extension of an additional 1,000 hours permitted on a case-by-case basis. Semi-skilled and
lower-level management trainees attain journeyperson status upon completion of a training
guideline and may complete up to three (3) different positions.
d. Apprenticeship and Training Programs
(1) The minimum length and type of training for each position will be established in the training
program selected by the Contractor and approved by NJDOT and the Federal Highway
Administration. NJDOT will approve a program if it is reasonably calculated to meet the equal
employment opportunity obligations of the Contractor and to qualify the average apprentice or
trainee for journeyperson status in the craft concerned by the end of the training period.
(2) Apprenticeship programs registered with the US Department of Labor, Bureau of
Apprenticeship and Training, or with a State apprenticeship agency recognized by USDOL BAT
and training programs approved but not necessarily sponsored by the US Department of Labor,
Employment and Training Administration, Bureau of Apprenticeship and Training shall also be
considered acceptable provided such programs are being administered in a manner consistent
with the equal employment obligations of Federal-aid highway construction contracts. Approval
or acceptance of a training program shall be obtained from the NJDOT Division of Civil Rights
prior to commencing work on the positions covered by the Contractor’s training program. The
Division will review guidelines developed by the Contractor for approval or disapproval in
accordance with the Training Guideline Approval Process described in the “Revised Standard
Training Guidelines”. The Division will also review existing guidelines for revision based on the
same process.
(3) It is the intention of these provisions that training be provided in construction crafts rather than
clerk-typist or secretarial-type positions. Training is permitted in lower level management
positions (e.g., timekeepers), where the training is oriented toward project site applications.
Training in semi-skilled laborer positions is permitted provided that significant and meaningful
training is available on the project site. Some offsite, classroom training (e.g., safety, first aid
instruction) may be permitted as long as such training is an integral part of an approved training
program and does not comprise a significant part of the overall training.
e. Reimbursement of the Contractor for Providing Training
EEO SPECIAL PROVISIONS
Page 4 of 7
January 2007
Interim Revision - March 2009
(1) The Contractor will be credited for each apprentice or trainee employed on the construction site
who is currently enrolled or becomes enrolled in an approved program and will be reimbursed
for such apprentices or trainees as provided hereinafter. Payment will be made under the pay
item Trainees at the bid price in the Proposal per person-hour of training given an employee on
this contract in accordance with an approved training program. If approved, payment will be
made for training persons in excess of the number specified herein. This reimbursement will be
made even though the Contractor receives additional training program funds from other
sources, provided such other sources do not specifically prohibit the Contractor from receiving
other reimbursement. Offsite, classroom training reimbursement may only be made to the
Contractor when the company does one or more of the following and the apprentices or
trainees are concurrently employed on a Federal-aid project: contributes to the cost of the
training and/or provides instruction to apprentices or trainees or pays their wages during the
offsite, classroom training (e.g., safety, first aid instruction) period.
(2) The Contractor shall pay apprentices and trainees according to the project-specific New Jersey
Department of Labor Prevailing Wage Rate Determination for the project.
f.
Documentation Required to be Signed by Apprentices or Trainees and provided to NJDOT
(1) At the start of training, the Contractor shall provide the Resident Engineer and each apprentice
or trainee with an applicable “Training Guideline” and, at the conclusion of training, an accurate
and complete “Training Certificate for Reporting Hours to NJDOT”, showing hours of training
satisfactorily completed.
(2) The Contractor shall maintain and submit an accurate and complete “NJDOT Contractor’s 1409
Quarterly Training Report” to the Resident Engineer within ten (10) days of the end of each
training quarter (e.g., January 10, April 10, July 10, October 10); a copy shall also be given to
each apprentice or trainee.
(3) The Contractor shall maintain and submit accurate and complete “Biweekly Training Reports” to
the Resident Engineer, and each apprentice or trainee, as periodic reports documenting
performance under these Training Special Provisions.
g. Training and Promotion
(1) The Contractor shall assist in locating, qualifying, and increasing the skills of minority and
female employees, and applicants for employment.
(2) The Contractor shall advise employees and applicants for employment of available training
programs and entrance requirements.
(3) The Contractor shall periodically review the training and promotion potential of minority and
female employees and encourage eligible employees to apply for such training and promotion.
h. Determining Good Faith Compliance
(1) Per the approved program or guideline, the Contractor shall provide Maximum Available
Training to apprentices and trainees by beginning their training as soon as feasible with the
start of craft work utilizing the skill involved on the project construction site and by retaining
them as long as training opportunities exist in their crafts or until their training program positions
are completed.
(2) The Contractor shall recall apprentices or trainees released due to reductions in force when the
work scope permits and they are available to return. When they are unavailable to resume
training on the project site, the Contractor shall submit written proof of recall efforts and
replacement candidates and/or positions in a timely manner. The Contractor shall not
terminate apprentices or trainees prior to completion of their training program positions without
NJDOT consultation and authorization. Apprentices or trainees are not required to be on board
for the entire length of the contract.
(3) The Contractor shall have fulfilled the contractual responsibilities under these Training Special
Provisions if the company has provided Acceptable Training to the number of apprentices or
trainees specified in this contract and/or by providing the remaining hours required to complete
training positions begun by apprentices or trainees on other projects. The number trained shall
be determined on the basis of the total number enrolled on the contract for a significant period.
(4) The Contractor shall be responsible for demonstrating all steps that have been taken in
pursuance of enrolling minorities and females in the training program positions, prior to a
EEO SPECIAL PROVISIONS
Page 5 of 7
January 2007
Interim Revision - March 2009
determination as to whether the Contractor is in compliance with these Training Special
Provisions.
(5) The Contractor shall submit to the Resident Engineer written training program summaries at the
50% time and/or cost stage of the contract and also prior to project completion, describing all
good faith actions and particularly addressing Maximum Available Training for incomplete
training positions, per the procedure found in the revised “Instructions for Implementing the
Training Special Provisions”.
i.
8.
Enforcement Measures and Contractor’s Rating
(1) Payment will not be made if either the failure to provide the required training or the failure to
hire the apprentice or trainee as a journeyperson is caused by the Contractor and evidences a
lack of good faith on the part of the Contractor in meeting the requirements of these Training
Special Provisions.
(2) Per established procedures and scheduled Contract Compliance Reviews, the Contractor’s
performance will be rated and reviewed periodically by the Department.
(3) Noncompliance with these Training Special Provisions may be cause for delaying or
withholding monthly and final payments, pending corrective and appropriate measures by the
Contractor to the satisfaction of the Department, per Item 1d of these EEO Special Provisions.
Unions
If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor will
make maximum effort to obtain the cooperation of such unions to increase opportunities for minorities
and females within the unions, and to effect such union referrals to the construction project. Actions by
the Contractor, either directly or through a contractor’s association acting as agent, will include the
procedures set forth below:
a. The Contractor will use maximum effort to develop, in cooperation with the unions, joint training
programs aimed at qualifying more minorities and females for union membership and increasing
their skills in order to qualify for higher paying employment.
b. The Contractor will use maximum effort to incorporate an equal employment opportunity clause into
each union agreement to the end that such union will be contractually bound to refer applicants
without regard to their race, color, religion, sex, or national origin.
c.
The Contractor will obtain information concerning the referral practices and policies of the labor
unions except that to the extent such information is within the exclusive possession of the labor
unions and they refuse to furnish this information to the Contractor, the Contractor shall so certify to
the Department and shall set forth what efforts have been made to obtain this information.
d. In the event the unions are unable to provide the Contractor with a reasonable flow of minority and
female referrals within the time limit set forth in the collective bargaining agreement, the Contractor
will through independent recruitment efforts, fill the employment vacancies without regard to race,
color, religion, sex, or national origin, making full efforts to obtain qualified and/or qualifiable
minorities and females. (The US Department of Labor has held that it shall be no excuse that the
union with which the Contractor has a collective bargaining agreement providing for exclusive
referral failed to refer minority employees). In the event the union referral practice prevents the
Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and
these special provisions, such Contractor shall immediately notify the Department.
9.
Subcontracting
a. The Contractor will use maximum effort to solicit bids from and to utilize minority subcontractors or
subcontractors with meaningful minority and female representation among their employees.
Contractors may use lists of minority-owned construction firms as issued by the Department.
b. The Contractor will use maximum effort to ensure subcontractor compliance with the equal
employment opportunity obligations.
10.
Documents and Reports
EEO SPECIAL PROVISIONS
Page 6 of 7
January 2007
Interim Revision - March 2009
a. The Contractor will maintain such documents as are necessary to determine compliance with the
contract’s equal employment opportunity requirements. Documents will include the following:
(1) the number of minorities, non-minorities, and females employed in each work classification on
the Project.
(2) the progress and efforts being made in cooperation with unions to increase employment
opportunities for minorities and females (applicable only to Contractors who rely in whole or in
part on unions as a source of their work force).
(3) the progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority and female employees, and
(4) the progress and efforts being made in securing the services of minority and female
subcontractors or subcontractors with meaningful minority and female representation among
their employees.
b. All such documents must be retained for a period of 3 years following completion of the contract
work and shall be available at reasonable times and places for inspection by authorized
representatives of the Department and the Federal Highway Administration.
c.
The contractor and each subcontractor must submit monthly employment and wage data to the
Department via a web based application using electronic Form CC-257R. Instructions for
registering and receiving the authentication code to access the web based application can be found
at:
http://www.state.nj.us/transportation/business/procurement/ConstrServ/documents/NJ_StimulusRe
portingNotification-Contractor.pdf
Instructions on how to complete Form CC257 are provided in the web application. Submit Form
CC-257R through the web based application within 10 days following the end of the reporting
month. Submission of this form also satisfies the requirement of the form FHWA 1391.
All employment and wage data must be accurate and consistent with the certified payroll records.
The contractor is responsible for ensuring that their subcontractors comply with these reporting
requirements. Failure by the contractor to submit Monthly Employment Utilization Report may
impact the contractor’s prequalification rating with the Department.
EEO SPECIAL PROVISIONS
Page 7 of 7
January 2007
FHWA ATTACHMENT NO.7
SPECIAL CONTRACT PROVISIONS FOR INVESTIGATING, REPORTING AND RESOLVING
EMPLOYMENT DISCRIMINATION AND SEXUAL HARASSMENT COMPLAINTS
The contractor hereby agrees to the following requirements in order to implement fully the nondiscrimination
provisions of the Supplemental Specifications.
The Contractor agrees that in instances when it receives from any person working on the project site a verbal
or written complaint of employment discrimination, prohibited under N.J.S.A. 10:5-1 et seq., 10:2-1 et seq., 42
U.S.C. 2000(d) et seq., 42 U.S.C. 2000 (e) et seq. and Executive Order 11246, it shall take the following
actions:
1. Within one (1) working day commence an investigation of the complaint which shall include but not be
limited to interviewing the complainant, the respondent, and all possible witnesses to the alleged act or
acts of discrimination or sexual harassment.
2. Prepare and keep for its use and file a detailed written investigative report which includes the following
information:
a) Investigatory activities and findings.
b) Dates and parties involved and activities involved in resolving the complaint.
c) Resolution and corrective action taken if discrimination or sexual harassment is found to have taken
place.
d) A signed copy of resolution of complaint by complainant and contractor.
In addition to keeping in its files the above-noted detailed written investigative report, the contractor shall
keep for possible future review by the Department all other records, including but not limited to, interview
memos and statements.
3. Upon the request of the Department, provides to the Department within ten (10) calendar days a copy of
its detailed written investigative report and all other records on the complaint investigation and resolution.
4. Take appropriate disciplinary action against any contractor employee, official or agent who has committed
acts of discrimination or sexual harassment against any contractor employee or person working on the
project. If the person committing the discrimination is a subcontractor employee, then the contractor is
required to attempt to effectuate corrective and/or disciplinary action by the subcontractor in order to
establish compliance with project’s contract requirements.
5. Take appropriate disciplinary action against any contractor employee, official or agent who retaliates,
coerces or intimidates any complaint and/or person who provides information or assistance to any
investigation of complaints of discrimination or sexual harassment. If the person retaliating, coercing or
intimidating a complainant or other person assisting an investigation is a subcontractor’s employee, then
the contractor is required to attempt to effectuate corrective and/or disciplinary action by the
subcontractor in order to establish compliance with the project’s contract requirements.
6. Ensure to the maximum extent possible that the privacy interests of all persons who give confidential
information in aid of the contractor’s employment discrimination investigation are protected.
In conjunction with the above requirements, the contractor shall develop and post a written sexual
harassment policy for its work force.
Failure by the contractor to comply with the above requirements may be cause for the New Jersey
Department of Transportation to institute against the contractor any and all enforcement proceedings and/or
sanctions authorized by the contract or by state and/or federal law.
SPECIAL PROVISIONS - NONDISCRIMINATION
Page 1 of 1
January 2007
Specific Requirements for Consolidated Rail Corporation for Work on Its ROW. (Appendix No. 8)
( This appendix is attached as .pdf file.)
APPENDIX NO. 8
CONRAIL DOCUMENT CE-6, REV. 2/97
SPECIFIC REQUIREMENT
OF
CONSOLIDATED RAIL CORPORATION
FOR
WORK ON ITS RIGHT OF WAY
CE-6 REV 2-97
SPECIFIC REQUIREMENTS
OF
CONSOLIDATED RAIL CORPORATION
FOR
WORK ON ITS RIGHT OF WAY
APPROVED:
(signed G. A. Thelen)
2/1/97
___________________________________
G. A Thelen - Assistant Vice President
Engineering
CONRAIL RIGHT OF WAY
APPENDIX 8
CE-6 REV 2-97
SCOPE
It must be clearly understood that Conrail owns and uses its right of way for the primary purpose
of operating a railroad. All work shall therefore be done in a manner such that the rail operations
and facilities are not interfered with, interrupted or endangered. In addition, any facilities that are
a result of the proposed work shall be located to minimize encumbrance to the right of way so
that Conrail will have unrestricted use of its property for current and future operations.
The sponsor of the project shall be ultimately responsible for assuring that its agents, consultants,
contractors and sub-contractors fully comply with the specifications contained herein. The term
'sponsor' used throughout these specifications shall mean the sponsor, its employees, its agents,
consultants, contractors, sub-contractors, etc.
The following terms and conditions shall apply to any project which requires performance of work
on the right of way or other property of Conrail.
RIGHT OF ENTRY ON CONRAIL PROPERTY
No entry upon Conrail property shall be permitted without the proper authorization by Conrail to
the sponsor in the form of an agreement or a proper permit-to-enter prepared by Conrail. The
applicant shall pay the associated fees and execute the permit-to-enter prior to entering Conrail
property. The location and design of that portion of the access route to the project site that is on
Conrail property shall be shown clearly on any plans for the project and approved by Conrail.
It is to be clearly understood that the issuance of a permit-to-enter does not constitute authority
to proceed with any construction work. Construction cannot begin until a formal agreement
between Conrail and the sponsor is executed, and the sponsor receives permission from Conrail’s
representative to proceed with the work.
INSURANCE
In addition to any other forms of insurance or bonds required under the terms of any contract or
specifications and except to the extent that any of the requirements of this section are expressly
waived or revised in writing by Conrail, prior to the commencement of any work, contractor, at
his own cost and expense, shall maintain insurance of the following kinds and amounts and deliver
to Conrail satisfactory evidence of such insurance as indicated herein:
1. Public Liability Insurance
Public Liability Insurance, including contractual liability insurance of not less than $5,000,000
combined single limit for bodily injury and/or property damage for damages arising out of bodily
injuries to or death of all persons in any one occurrence and for damage to or destruction of
property, including the loss of use thereof, in any one occurrence. Conrail shall be named as an
additional insured under this insurance.
2. Automobile Liability Insurance
Automobile Liability Insurance with a limit of not less than $5,000,000 combined single limit for
bodily injury and/or property damage per occurrence. Conrail shall be named as an additional
insured under this insurance.
3. Workers’ Compensation / Employers’ Liability Insurance
CONRAIL RIGHT OF WAY
-2-
APPENDIX 8
CE-6 REV 2-97
Employers’ Liability and Occupational Disease Insurance with limits of $1,000,000 each accident,
$1,000,000 policy limit and $1,000,000 each employee. Such policy shall include a waiver of
subrogation in favor of Conrail.
4. General Contractors Pollution Legal Liability Insurance
General Contractor’s Pollution Liability Insurance with limits of not less than $5,000,000 per
occurrence / $5,000,000 aggregate bodily injury, property damage and cleanup expenses resulting
from pollution conditions. Conrail shall be named as an additional insured under this insurance.
5. Railroad Protective Liability Insurance
With respect to the operations performed by it or any of its’ subcontractors, contractor shall
provide Railroad Protective Liability Insurance (ISO-RIMA FORM) in the name of Consolidated
Rail Corporation *, with a limit of not less than $2,000,000 per occurrence, combined single limit
for bodily injury and/or property damage, for damages arising out of bodily injuries to or death of
all persons and for damage to or destruction of property, including the loss of use thereof. Such
insurance shall also contain an aggregate of not less than $6,000,000 for damages arising out of
more than one occurrence. * Conrail shall be the “Named Insured” on this policy.
The insurance specified above shall be carried until the project is satisfactorily completed and
formally accepted by Conrail. The above indicated insurance coverages shall be effected under
standard form policies issued by insurers of financial responsibility that are rated “A” or better by
Best’s Insurance Reports, “AA” or better by Standard & Poor’s Insurance Rating Service, and
“Aa” or better by Moody’s Investors Service. Conrail reserves the right to reject as inadequate
any insurance coverage provided by an insurance company that is rated less than the ratings above
by any of the aforementioned rating services. The above indicated insurance coverages shall be
enforceable by any legitimate claimant after the termination or cancellation of the project, whether
by expiration of time, by operation of law or otherwise, so long as the basis of the claim against
the insurance company occurred during the project and when the insurance was in force.
Contractor shall furnish Conrail with certificates of insurance evidencing the insurance coverages
required in sections 1, 2, 3, & 4, and shall also furnish the original Railroad Protective Liability
Insurance policy referred to in section 5 at least thirty (30) days prior to commencement of the
project. All insurance policies shall be endorsed to provide that the insurance company shall give
thirty (30) days prior written notice to Conrail if the policies are to be terminated or if any
changes are to be made which shall in any way affect the insurance requirements of the project.
Certificates, policies or notices should be sent to Manager - Insurance, Consolidated Rail
Corporation, 2001 Market Street - 6A, PO Box 41406, Philadelphia, PA 19101-1406.
CHANGES IN RAILROAD FACILITIES
Temporary and permanent changes of signal, communication, power transmission lines, trailers,
drainage and other railroad facilities required in connection with the project to clear temporary
and/or permanent work of the sponsor as shown on the approved construction plans, shall be
made or caused to be made by Conrail at the sole cost and expense of the sponsor in accordance
with Conrail's force account estimate. Any other changes made or services furnished by Conrail
at the request of the sponsor shall be the sole cost and expense of the sponsor.
PROTECTION OF RAILROAD OPERATIONS
CONRAIL RIGHT OF WAY
-3-
APPENDIX 8
CE-6 REV 2-97
The sponsor shall conduct the work in such a manner as to safeguard the operations, facilities,
right of way and property of Conrail. All work affecting the above items shall be subject to the
approval of Conrail. The sponsor's operations adjacent to, over or under Conrail's tracks,
facilities, right of way, and property shall be governed by Conrail's standards and by such other
requirements as specified by Conrail's representative so as to insure the safe operation of trains,
prevent delay to trains and insure the safety of all concerned, including the sponsor's forces.
An operating track shall be considered obstructed or fouled when any object is brought closer
than fifteen (15) feet (4.6 m) horizontally from the centerline of track and projects above the top
of tie or as determined by Conrail’s representative. A power line shall be considered fouled when
any object is brought to a point less than eight (8) feet (2.5 m) therefrom. A signal line shall be
considered fouled when any object is brought nearer than six (6) feet (1.8 m) to any wire or cable.
Cranes, trucks and other equipment shall be considered as fouling the track, power line or signal
line when failure of equipment, whether working or idle, with or without load, will obstruct the
track or other Conrail facilities.
Equipment used by the sponsor shall be in first-class condition to preclude any failure that would
cause interference with the operation of Conrail trains or damage to its facilities. The sponsor's
equipment shall not be placed or put in operation adjacent to the tracks or facilities of Conrail
without obtaining clearance from Conrail’s representative. All such equipment shall be operated
by the sponsor in a manner satisfactory to Conrail. No equipment or material shall be stored on
Conrail property.
In general, a hazard occurs and a flagman is necessary in the following circumstances: (1) the
driving of sheeting or piles within twenty five (25) feet (7.6 m) of the tracks, (2) the removal or
demolition of all or part of an overhead or adjacent structure, (3) the erection of any structural
material, or (4) the performance of any other operation that could obstruct or foul (as described
above) the tracks or other facilities of Conrail as determined by Conrail's representative.
Minimum overhead and lateral clearances as specified by Conrail, shall be maintained during the
performance of all work. Existing overhead and lateral clearances shall be maintained during
construction unless a temporary reduction in clearance for construction purposes is approved, in
writing, by Conrail. The sponsor shall erect a highly visible construction fence no closer than
fifteen (15) feet (4.6 m) from the centerline of the track through the work area to insure that the
lateral clearance requirement is being met.
All wire and attachments shall be treated as live unless notified by Conrail’s representative that
same have been grounded and de-energized. Particular attention shall be given to the use of hand
lines containing metal strands which cannot be used when working near or above exposed live
wires. When working over wires, tools and materials not in use shall be stored in a manner to
prevent them from falling. Tools or materials shall not be thrown to or by men working over the
wires. The sponsor shall be responsible for locating and protecting all underground facilities.
CONRAIL RIGHT OF WAY
-4-
APPENDIX 8
CE-6 REV 2-97
Painting and paint removal procedures shall be approved by the Conrail and inspected by
Conrail’s representative prior to beginning the work over railroad right of way. The sponsor shall
protect the track structure and railroad property from any material used in conjunction with
performing the work. A flagman shall be required whenever the above described work fouls or is
likely to foul the track, as previously defined.
The sponsor shall give notice to Conrail's representative at least fourteen (14) days in advance of
the time work is to be commenced. Conrail shall assign, at the sole cost and expense of the
sponsor, conductors and/or flagmen, or other similar qualified employees to protect Conrail’s
trains and facilities when in the opinion of its representative, the construction work will cause or
may cause a hazard to Conrail facilities and the safe operation of trains. No operations of the
sponsor shall be carried out without all the necessary protection to properly safeguard the work.
The minimum hours per day for railroad employees engaged in flagging service shall be eight (8)
hours. The overtime rate will be charged for all time in excess of eight (8) hours. Flagmen are
paid from the time they leave headquarters until they arrive back at headquarters. The travel time
to and from project site is known as "deadheading" and is paid at full rate of pay, plus travel
expenses. No conductor or flagman may remain on duty longer than twelve (12) hours in any
twenty-four (24) hour period.
The providing of flagmen or inspectors or the taking of other precautionary measures, shall not,
however, relieve the sponsor from liability for payment of damages caused by their operations.
The sponsor must obtain permission from the flagman before fouling or obstructing any track.
The sponsor shall be responsible for damage to Conrail facilities or property arising out of the
execution of its work. Conrail shall undertake any necessary repair work at the sole cost and
expense of the sponsor. Billing for the work shall be in accordance with Conrail’s standard billing
procedures.
Conrail labor shall be charged to sponsor at actual rate plus amount paid for insurance, railroad
retirement, excise tax, vacation allowance, holidays, health and welfare benefits, small tools, 401k
payment and overhead in accordance with Conrail's standard billing procedures. Materials shall
be charged to the sponsor at actual cost to Conrail plus transportation costs, handling expense
and applicable taxes.
RAILROAD ENGINEERING AND INSPECTION
Conrail, at its sole discretion, may assign an engineer or inspector for the general protection of
railroad property and operations during the construction of the project. This inspection service
shall be supplied at the sole cost and expense of the sponsor.
PAYMENT OF RAILROAD SERVICES
It is a requirement that the sponsor shall reimburse Conrail in full for work undertaken by Conrail
in accordance with any provision of these special requirements. Final contract payment shall not
be made by the sponsor to its contractor, sub-contractor, consultant or agent, until Conrail
certifies that all railroad bills against them, if any, have been paid in full.
TEMPORARY GRADE CROSSING
CONRAIL RIGHT OF WAY
-5-
APPENDIX 8
CE-6 REV 2-97
Under most circumstances, a grade crossing of our track will not be permitted. Should the
sponsor demonstrate a necessity for a temporary grade crossing of Conrail's tracks, the sponsor
shall be required to apply for and execute the standard private grade crossing agreement for each
crossing required. Application for the crossing shall be made to Conrail at least twelve (12)
weeks before the crossing is required and addressed to:
Consolidated Rail Corporation
3501 Island Ave.
Philadelphia, PA 19153
Attention: Robert J. Dempsey
Manager, Real Estate Services
Telephone: (215) 937-7562
A letter size plan showing the location, size, construction details, and access to the requested
crossing should accompany the letter of application. The plan shall be fully detailed and
dimensioned with all Conrail facilities shown and referenced. The sponsor shall state the purpose
for which the crossing is needed and the expected life of the crossing. All application fees,
construction, maintenance, protection and removal costs shall be at the sole cost and expense of
the sponsor. The roadbed and all other Conrail facilities will be restored to the original condition
subject to the approval of Conrail's designated representative.
SHEETING AND SHORING REQUIREMENTS
The following items are to be included in the design and construction procedures for all
permanent and temporary facilities adjacent to Conrail tracks:
1) Footings for all piers, columns, walls or other facilities shall be located and designed so that
any temporary sheeting and shoring for support of adjacent track or tracks during
construction shall not be closer than ten (10) feet (3.0 m) from the centerline of the nearest
track.
2) When excavation for construction of the above mentioned facilities is within the theoretical
railroad embankment line (see Conrail Drawing SK-1, attached), interlocking steel sheet
piling, driven prior to excavation, must be used to protect track stability. The use of trench
boxes or similar devices is not acceptable. Soldier piling and lagging will be considered for
supporting adjacent track(s) only when its use is approved by Conrail. Consideration for
the use of soldier piling and lagging shall be made if the required penetration of steel sheet
piling cannot be obtained and when dry, non-running, stable material will be encountered.
3) The sheeting shall be designed to support all lateral forces caused by the earth, railroad and
other surcharge loads. The railroad loading to be applied is an E-80 loading. This loading
consists of 80 Kip (356 KN) axles spaced five (5) feet (1.5 m) on centers. The lateral forces
acting on the sheeting shall be computed as follows:
(a)
The Rankine Theory shall be used to compute the active earth pressure due to the
weight of the soil.
(b)
The Boussinesq analysis shall be used to determine the lateral pressure caused by
the railroad loading. The load on the track shall be taken as a strip load with a
width equal to the length of the ties (8'-6" or 2.6 m). The vertical surcharge, q (psf),
caused by each axle, shall be uniform and equal to the axle weight divided by the tie
CONRAIL RIGHT OF WAY
-6-
APPENDIX 8
CE-6 REV 2-97
length and the axle spacing (5'-0" or 1.5 m). For an E-80 loading, this results in: q
= 80,000 / (8.5 X 5) = 1882 psf (90.1 KPa).
(c)
The horizontal pressure due to the live load surcharge at any point on the sheet
piling wall is Ph and can be calculated by the following: Ph = (2q/π)(β-sin β cos
2∝) (see Conrail Drawing SK-2, attached).
4) Deflection design criteria is as follows:
(a)
1/2” (1.27 cm) maximum deflection for sheet piling ten (10) feet (3.0 m) from
centerline of the nearest track.
(b)
1” (2.54 cm) maximum deflection for sheet piling greater than ten (10) (3.0 m) feet
from centerline of the nearest track.
Use K (at-rest earth pressure) for design of all braced and tie-back excavations.
(c)
5) The allowable stresses for the sheet piling and other steel members (wales, struts, etc.) shall
be in accordance with AREA Chapter 15, Part 1. These allowable stresses may be
increased ten percent (10%) due to the temporary nature of the installations. A factor of
safety of at least 1.5 must be used on temporary sheeting for the embedment length (i.e.
multiply calculated embedment depth by 1.5).
6) Where soil or rock anchors are used, all anchors must be tested. Testing shall be in
accordance with industry standards with ten percent (10%) of the anchors "Performance
Tested" and all others "Proof Tested". All tie-back anchor stresses are to be in accordance
with AREA Chapter 8, Part 20.5.7.
7) Exploratory trenches, three (3) feet (0.9 m) deep and fifteen (15) inches (0.4 m) wide in the
form of an "H" with outside dimensions matching the outside of sheeting dimensions are to
be hand dug, prior to placing and driving steel sheeting, in areas where railroad
underground installations are known to exist. These trenches are for exploratory purposes
only and are to be backfilled with the backfill compacted immediately. This work must be
done in the presence of Conrail’s representative.
8) Absolute use of track is required while driving sheeting within fifteen (15) feet (4.6 m)
from centerline of a live track. The procedure for arranging the use of track shall be as
outlined on pages Three and Four.
9) Cavities adjacent to the sheet piling, created by the driving of sheet piling, shall be filled
with sand and any disturbed ballast must be restored and tamped immediately.
10) Sheet piling shall be cut off at the top of tie during construction. After construction and
backfilling has been completed, piling within ten (10) feet (3.0 m) from centerline of track,
or when bottom of excavation is below a line extending a l:l slope from end of tie to point
of intersection with sheeting, shall be cut off eighteen (18) inches (0.5 m) below existing
ground line and left in place.
11) Any excavation adjacent to track shall be covered and ramped and provided with barricades
as required by Conrail. A lighted walkway with a handrail must be provided adjacent to the
track for any excavation within ten (10) feet (3.0 m) of the centerline.
12) Final backfilling of excavation shall be as required by project specifications.
CONRAIL RIGHT OF WAY
-7-
APPENDIX 8
CE-6 REV 2-97
13) The sponsor is to advise Conrail of the time schedule of each operation and obtain approval
of Conrail for all work to be performed adjacent to Conrail tracks so that it may be
properly supervised by railroad personnel.
14) All drawings for temporary sheeting and shoring shall be prepared and stamped by a
Registered Professional Engineer and shall be accompanied by complete design
computations when submitted for approval.
15) Where physical conditions of design impose insurmountable restrictions requiring the
placing of sheeting closer than specified above, the matter must be submitted to Conrail for
approval of any modifications.
16) Five (5) copies of the submission are to be sent to Conrail's Area Engineer. The sponsor is
advised to expect a minimum thirty (30) day review period from the day the submission is
received by the Area Engineer.
17) Conrail's representative must be present at the site during the entire sheeting and shoring
procedure period. The sponsor must notify the railroad representative at least seventy-two
(72) hours in advance of the work. No changes will be accepted after that time.
ERECTION, HOISTING AND DEMOLITION REQUIREMENTS
1) A plan showing the locations of cranes, horizontally and vertically, operating radii, with
delivery or disposal locations shown. The location of all tracks and other railroad facilities
should also be shown.
2) Crane rating sheets showing cranes to be adequate for 150% of the actual weight of the
pick. A complete set of crane charts, including crane, counterweight, and boom
nomenclature is to be submitted.
3) Plans and computations showing weight of picks must be submitted. Where beams are
being removed over Conrail facilities, the weight shall include the weight of concrete or
other material that will be included in each pick. Calculations shall be made from plans of
the existing and/or proposed structure showing complete and sufficient details with
supporting data for the demolition or erection of the structure.
4) If the sponsor can prove to Conrail that plans do not exist and weights must be calculated
from field measurements, the field measurements are to be made under the supervision of
the Registered Professional Engineer submitting the procedure and he shall include
sketches and estimated weight calculations with his procedure. If possible, field
measurements shall be taken with a Conrail representative present. Weights shall include
the weight of concrete, or other material, that will be included in the lifts.
5) If the procedure involves either the cutting of steel or the bolting of joints which would
affect Conrail operations, a detailed staging plan with estimated durations will be required.
6) A location plan showing all obstructions such as wires, poles, adjacent structures, etc.,
must be provided to show that the proposed lifts are clear of these obstructions.
7) A data sheet shall be prepared listing the type, size and arrangements of slings, shackles, or
other connecting equipment. Include copies of a catalog or information sheets for
specialized equipment.
8) A complete procedure is to be included, indicating the order of lifts and any repositioning
or rehitching of the crane or cranes.
CONRAIL RIGHT OF WAY
-8-
APPENDIX 8
CE-6 REV 2-97
9) Demolition shield submittals must include a plan showing the details of the shield, a written
installation and removal procedure and design calculations verifying the capacity of the
shield. The shield should be designed for a minimum load of fifty (50) pounds/sq.ft (245
kgs./sq.m)plus the weight of the equipment, debris and any other load to be carried.
10) Temporary support of any components (overhead or undergrade) or intermediate stages is
to be shown and detailed. A guardrail (railroad) will be required to be installed in a track
where a temporary bent is located within twelve (12) feet (3.7 m) from the centerline of
that track.
11) A time schedule of the various stages must be shown as well as a schedule for the entire
lifting procedure.
12) All bridge erection or demolition procedures submitted will be prepared, signed and sealed
by a Registered Professional Engineer.
13) Five (5) copies of the lifting procedures are to be sent to Conrail's Area Engineer. The
sponsor is to expect a minimum thirty (30) day review period from the day the submission
is received by The Area Engineer.
14) Conrail's representative must be present at the site during the entire demolition and erection
procedure period. The sponsor must notify the railroad representative at least seventy-two
(72) hours in advance of the work. No changes will be accepted after that time.
15) The name and experience of the employee supervising the operation must be supplied to
Conrail.
OVERGRADE BRIDGE REQUIREMENTS
CLEARANCES
1) The minimum vertical clearance above the top of the higher rail shall be twenty three
(23) feet (7 m) at all times. In areas where the railroad has been electrified with a
catenary wire, and areas which are likely to be electrified, the minimum vertical
clearance must be twenty four (24) feet, six (6) inches (7.5 m) above the top of the
higher rail.
2) The minimum horizontal clearance measured from the centerline of track to the near
face of the obstruction must be twenty (20) feet (6.1 m) for tangent track and
twenty one (21) feet (6.4 m) for curves. See Conrail Standard Plan 48754-B,
attached.
3) Whenever practicable, bridge structures must have the piers and abutments located
outside of the railroad right of way. All piers located less than twenty five (25) feet
(7.6 m) from the centerline of track require a crashwall designed in accordance with
specifications outlined in the current AREA manual.
4) All piers should be located so that they do not interfere with ditches. Where special
conditions make this impossible, an explanation of these conditions must be
submitted with the drainage plans for review by Conrail.
5) The permanent clearances should be correlated with the methods of construction so
that temporary construction clearances will not be less than the minimum allowed.
CONRAIL RIGHT OF WAY
-9-
APPENDIX 8
CE-6 REV 2-97
6) Bridge structures shall provide sufficient lateral and vertical clearance for anticipated
future tracks, changes in track centers and raising of tracks for maintenance
purposes. The locations of these tracks shall be determined by inquiry to Conrail.
7) The profile of the top of rail should be examined to determine if the track is in a sag
at
the location of the bridge. If the track is in a sag, the vertical clearance from
the track to the bridge should be increased sufficiently to allow raising the track to
remove the sag.
8) Plans for bridges must show dimensioned locations of all utilities which might be
located on the railroad right of way.
9) Vertical and horizontal clearances must be adjusted so that the sight distance to
railroad signals is not reduced from what is existing.
10) All proposed temporary clearances which are less than those listed above must be
submitted to Conrail for review and must be approved by Conrail prior to
construction.
11) Clearances are subject to the requirements of the state in which the construction
takes place and must be approved by the State and Conrail if less than those
prescribed by law.
DRAINAGE
1) Maintaining the existing drainage and providing for future drainage improvements is
of the utmost importance. Conrail will give special attention to reviewing drainage
details.
2) Drainage plans must be included with the general plans submitted to Conrail for
approval.
These plans must include hydrologic and hydraulic studies and
computations showing the frequency and duration of the design storm used, as well
as the method of analysis such as Soil Conservation Service or the Rational method.
Conrail uses storms with a 100-year recurrence interval as the minimum design
storm.
3) Lateral clearances must provide sufficient space for construction of the required track
ditch parallel to the standard roadbed section. If the ditch cannot be provided, or the
pier will interfere with the ditch, then a culvert of sufficient size must be provided.
See Conrail Standard Plans 48754-B and 48747, attached.
4) Ditches and culverts must be sized to accommodate all increased run-off due to the
construction and the increased size must continue to the natural outlet of the ditch.
Ditches must be designed in accordance with good drainage engineering practices
and must meet all local codes and ordinances.
CONRAIL RIGHT OF WAY
-10-
APPENDIX 8
CE-6 REV 2-97
5)
No scuppers or other deck drains, roadway drainage, catch basins, inlets or
outlets are permitted to drain onto Conrail property. Any variation of this policy
must have the prior approval of Conrail. If an exception is ultimately granted,
maintenance of such should not be Conrail's. Drainage from scuppers and deck
drains must be conveyed through pipes, preferably to a point which is off Conrail
property. If the drainage must be conveyed into a railroad ditch, calculations must be
provided to Conrail which indicate the ability of the ditch to carry the additional runoff.
6) Additional drainage may require the installation of a pipe or pipes, new ditch or
reprofiling of the existing ditch.
EROSION CONTROL
1) Embankment slopes on Conrail property adjacent to the track must have a slope of
2:1 or less and be paved for a minimum of two (2) feet (0.6 m) beyond the outside
edge of the bridge foundation structure. The purpose of the pavement is to minimize
erosion of the embankment material and to reduce deterioration of the sub-grade
material by drainage water. The pavement shall consist of a prepared sub-base
and/or filter fabric with grouted rip-rap on the surface.
2) The general plans for the bridge should indicate the proposed methods of erosion
control during construction and must specifically address means to prevent silt
accumulation in ditches and culverts and to prevent fouling the track ballast and subballast. If the plans do not show erosion control, the contractor must submit a
proposed method of erosion control and must have this method approved by Conrail
prior to beginning any grading on the site.
3) Existing track ditches must be maintained at all times throughout the construction
period. After the construction has been completed, all erosion and siltation must be
removed and the ditches must be restored.
4) Conrail's approval of drainage and erosion control plans will not relieve the sponsor
submitting these plans from ultimate responsibility for a satisfactory plan.
REFERENCES
1) In areas where underground utilities may be affected, Conrail's C.E. 8,
"Specifications for Pipeline Occupancy" will govern.
2) In areas where power or communication lines will be affected, Conrail's C.E. 4,
"Specifications for Wire, Conduit and Cable Occupations" will govern.
CE-6 prepared by F. X. Giacoma, Civil Engineer, Conrail Engineering Department.
CONRAIL RIGHT OF WAY
-11-
APPENDIX 8
CE-6 REV 2-97
CONRAIL RIGHT OF WAY
-11-
APPENDIX 8
CE-6 REV 2-97
CONRAIL RIGHT OF WAY
-12-
APPENDIX 8
CONRAIL RIGHT OF WAY
-13-
CE-6 REV 2-97
APPENDIX 8
CONRAIL RIGHT OF WAY
-14-
APPENDIX 8
CE-6 REV 2-97