Special Provisions File

Transcription

Special Provisions File
TRAFFIC MONITORING SYSTEM
RECONSTRUCTION AND RESTORATION CONTRACT
(HEAVY MAINTENANCE CONTRACT)
STATEWIDE (2005)
SPECIAL PROVISIONS
Federal Project No. H760B00S372
This is a Federally Funded Project.
AUTHORIZATION OF CONTRACT
The Contract for this Project 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 2001 U.S. Customary English 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 27 inclusive for General, Road, and Bridge Provisions.
Required Contract Provisions, Federal-Aid Construction Contracts (Form FHWA-1273) pages 1 to 10
inclusive, revised March 1994.
Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order
11246), pages 1 to 5 inclusive, dated December 1980, revised April 1984.
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order
11246), pages 1 and 2, dated December 1980, revised April 1984.
State of New Jersey Equal Employment Opportunity for Contracts Funded by FHWA, page 1, dated
November 1978, revised April 1984.
Emerging Small Business Enterprise Utilization Attachment, FHWA Funded Contracts, pages 1 to 7 inclusive,
dated March 2001.
Disadvantaged Business Enterprise Utilization Attachment, FHWA Funded Contracts, pages 1 to 7 inclusive,
dated September 1987, revised January 1989, September 1992, and May 1995.
Incentive Program, Disadvantaged Business Enterprise Utilization Attachment for FHWA Funded Contracts,
pages 1 and 2, dated April 6, 1993.
Equal Employment Opportunity Special Provisions, pages 1 to 11 inclusive, dated February 1976, revised
April 1984, November 22, 1988, and March 1998.
Special Contract Provisions for Investigating, Reporting, and Resolving Employment Discrimination and
Sexual Harassment Complaints, pages 1 and 2 inclusive, dated January 1989.
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.
The Contractor shall pay the minimum wage rates determined by the United States Secretary of Labor and the
New Jersey Department of Labor. If the minimum wage rate prescribed for any craft by the United States Secretary
of Labor is not the same as the minimum wage rate prescribed for that craft by the New Jersey Department of
Labor, the higher rate shall be the rate paid.
State wage rates may be obtained from the New Jersey Department of Labor (Telephone: 609-292-2259) or
by accessing the Department of Labor’s web site at http://www.nj.gov/labor/lsse/lspubcon.html The State wage
1
rates in effect at the time of award will be made a part of this Contract, pursuant to Chapter 150, Laws of 1963
(NJSA 34:11-56.25, et seq.).
In the event it is found that any employee of the Contractor or any subcontractor covered by the Contract, has
been paid a rate of wages less than the minimum wage required to be paid by the Contract, the State may terminate
the Contractor’s or subcontractor’s right to proceed with the Work, or such part of the Work, as to which there has
been a failure to pay required wages and to prosecute the Work to completion or otherwise. The Contractor and its
sureties shall be liable to the State for any excess costs occasioned thereby.
2
DIVISION 100 - GENERAL PROVISIONS
SECTION 101 - GENERAL INFORMATION
101.01 General.
THE FOLLOWING IS ADDED:
Pursuant to NJSA 27:1B-21.6, the Commissioner intends to enter into a multi-year contract for the
advancement of the Project. Although the multi-year contract will pledge funds anticipated to be appropriated for
the Project by the Legislature, payment of the moneys pledged is subject to the availability of funds in the fiscal
year (FY) in which the funds are to be appropriated. Only amounts appropriated by law may be expended.
The Commissioner intends to proceed expeditiously with the Project. However, there is no assurance that the
Annual Appropriations Act will contain an appropriation or that the Federal Government will approve or provide
federal funding for the Project. The Legislature has no legal obligation to make such an appropriation. Failure by
the Legislature to appropriate funds or failure by the Federal Government to approve or provide federal funding
sufficient to advance the Project will not constitute a default under, or breach of, any contract entered into by the
State for the construction of the Project. However, if the State terminates the Contract or suspends work under the
Contract because the Legislature has failed to appropriate or the Federal Government has failed to provide or
approve sufficient funding to advance the Project, the parties to the Contract will retain their rights pursuant to the
suspension of work and termination of Contract Provisions of the Project specifications; except as indicated below.
The Contractor shall not expend or cause to be expended any sum in excess of the amount allocated in the
current fiscal year's Capital Program (as specified below). The Department will notify the Contractor when each
level of additional funding has been appropriated by the Legislature or approved or provided by the Federal
Government. Any expenditure by the contractor which exceeds the amount actually appropriated or exceeds the
amount of approved federal funding is at the Contractor's risk and the Contractor waives any right to recover any
sum in excess of that appropriated amount or the amount approved or provided by the Federal Government even if
the State terminates or suspends work under the Contract because the Legislature has failed to appropriate or the
Federal Government has not provided or approved sufficient funds to advance the Project.
The approved 2006 Capital Program has an item with $ 0.75 million for the construction of the Project.
It is anticipated that 0.5 million dollars in additional funds will be provided during State FY 2007.
It should be noted that the Federal FY begins October 1 of the previous calendar year and that the State FY
begins July 1 of the previous calendar each year.
It should be noted that the State FY begins July 1 of the previous calendar year.
101.03 Terms.
THE THIRD ITEM LISTED UNDER THE TERM “COMPLETION” IS CHANGED TO:
3.
The Contractor has satisfactorily executed and delivered to the Engineer all documents, which is to
include the federal form FHWA-47 “Contractor’s Statement of Materials and Labor” according to 23CFR
635, for Federal Funded Projects, certifications, and proofs of compliance required by the Contract
Documents, it being understood that the satisfactory execution and delivery of said documents,
certificates, and proofs of compliance is a requirement of the Contract.
THE TERM “EXTREME WEATHER CONDITIONS” IS CHANGED TO:
EXTREME WEATHER CONDITIONS. When, solely as a result of adverse weather, the Contractor is
not able to work, the Contractor is entitled to claim that progress of the Work has been affected by
extreme weather conditions and may seek an extension of Contract Time consistent with the provisions
of Subsection 108.11.
3
THE FOLLOWING IS ADDED:
NORMAL WORKING HOURS. The term “Normal Working Hours” shall be defined as the first eight
(8) consecutive hours per day, excluding lunch, with a starting time between 6:00 AM and 9:00 AM.
PREMIUM TIME. The term “Premium Time” shall be defined as the hours directed by the Engineer to be
worked that exceed the normal working hours defined herein or the hours worked on Saturdays, Sundays,
and State Holidays’.
PROJECT SITE. Because the nature of this project requires work to be performed at numerous locations
or work sites, the term “Project Site” with respect to this Contract is defined as any location within the
State of New Jersey.
THE TERM “SUBSTANTIAL COMPLETION” IS CHANGED TO:
SUBSTANTIAL COMPLETION. The term “Substantial Completion” means the point at which the
performance of all Work on the Project has been completed except final cleanup and repair of unacceptable
Work, and provided the Engineer has solely determined that:
1. the Project is safe and convenient for use by the public, and
2. failure to complete the Work and repairs excepted above does not result in the deterioration of other
completed Work; and provided further that the value of repairs and cleanup is less than two percent
of the Total Adjusted Contract Price.
WORK SITE. The term "Work Site" is defined to include any part of a bridge, dam, roadway structure,
sign structure, and appurtenances thereto, and any Department of Transportation facility or Contractor’s
shop. Depending on the nature of repair, the work may be done at the Subject Bridge, dam, or structure, or
individual elements may be moved to a Department facility or to the Contractor’s shop for repair work.
101.04 Inquiries Regarding the Project.
Inquiries regarding the various types of work of this Contract shall be directed to the following representatives
of the Department having offices at P.O. Box 613, Trenton, New Jersey 08625, or such other individuals as may
hereafter be designated:
1. Before Award of the Contract. All inquiries shall be directed to:
Mr. Edgardo Datu
Project Engineer
Bureau of Transportation Data Development
1035 Parkway Avenue, P.O. Box 613
Trenton, New Jersey 08625
Telephone: (609) 530-5379 or (609) 530-3478
FAX: (609) 530-3514
All inquiries shall include the following:
a. Name of the company;
b. Telephone number, fax number, and contact person; and
c. Specifics of the inquiry, including anticipated impacts.
The Department will investigate the information provided in the inquiry and then respond through an
addendum only if determined to be necessary.
4
2.
After Award of the Contract. All inquiries shall be directed to the Resident Engineer through the
following:
Mr. Brian Britton
Principal Engineer, Planning
Bureau of Transportation Data Development
P.O. Box 613
1035 Parkway Avenue
Trenton, New Jersey 08625
Telephone: (609) 530-3478
FAX: (609) 530-3514
5
SECTION 104 - SCOPE OF WORK
104.01 Intent
The New Jersey Department of Transportation (NJDOT) is seeking a qualified firm to perform repairs and/or
perform complete installations of the Traffic Monitoring System infrastructure. Traffic Monitoring Systems are
comprised of Automatic Vehicle Classification Stations (AVC), Weigh-in-Motion (WIM) Stations, Automatic
Traffic Recording (ATR) Stations or Speed and Traffic Counting Stations.
The repairs performed by the Contractor shall normally consist of, but not be limited to, the removal and
replacement of defective weigh-in-motion axle weight sensors (WIM Sensors) of various designs and the installing
of newer replacement designs. Repairs shall also consist of cutting and installing new inductive Loop Detectors in
the roadway or installing non-invasive Micro loop technology. WIM Sensor and Loop Detector replacement may
require the road surface to be milled and paved before installation can be accomplished.
Complete installations consist of installing WIM Sensors, Loop Detectors, and/or Microloop detectors;
foundations; junction boxes; conduits; electrical service; telephone service; cabinets; and other related construction
activities as may be required to install a completely functional system.
Due to the nature of this contract, it may be necessary to perform construction operations at any particular
location at night. Allowable working hours will be designated by the Resident Engineer, as determined by Traffic
Operations.
104.05 Increased or Decreased Quantities.
THIS SUBSECTION OF THE STANDARD SPECIFICATIONS IS CHANGED TO READ AS FOLLOWS:
The estimated quantities set out in the proposal form are presented solely for the purpose of obtaining a
representative bid price, but are not intended to indicate the Department’s anticipation as to the actual quantities.
The Department reserves the right to increase or decrease quantities as needed during the period of the Contract.
All bid prices must remain as quoted and shall not be subject to increase for the duration of the Contract.
104.07 Changes in Character of Work.
THE FIRST PARAGRAPH UP TO AND INCLUDING THE FIRST SENTENCE OF ITEM 1 IS CHANGED
TO:
If an ordered alteration in the Work pursuant to Subsection 104.02 materially changes the character of the
work of a Pay Item, and if the change substantially increases or decreases the actual unit cost of such changed item
as compared to the actual or estimated actual cost of performing the work of said item according to the Contract
Documents originally applicable thereto, in the absence of a supplementary agreement or unprotested Change Order
specifying the compensation payable, an adjustment in compensation therefore will be made according to the
following:
1. The basis of such adjustment in compensation will be the difference between the actual unit cost to
perform the work of said item or portion thereof involved in the alteration as originally planned and the
actual unit cost of performing the work of said item or portion thereof involved in the alteration, as
changed.
6
SECTION 105 - CONTROL OF WORK
105.08 Cooperation by Contractor
THE FOLLOWING IS ADDED:
The contractor shall:
1. Have a skilled representative make field visits to the various proposed project locations with the engineer
prior to the actual start of work to determine field condition as well as extent of work.
2.
Notify the respective affected utility owners of the proposed work as per Section 105.09.
3.
Notify local property owners regarding access to their respective properties.
4.
Advise the engineer at least forty-eight (48) hours prior to commencement of work.
5.
Not begin work at any location until the location and extent of work has been verified by the engineer or
his representative.
105.09 Cooperation with Utilities.
THE FOLLOWING IS ADDED AFTER THE FIRST PARAGRAPH:
The corporations, companies, agencies, or municipalities owning or controlling the utilities, and the name,
title, address, and telephone number of their local representative are as listed below:
PSE&G
CONECTIV
VERIZON
USA SPRINT
And OTHERS
Bidders are advised to verify the above information as its accuracy and completeness is not guaranteed by the
Department.
The Contractor is advised that the design for this Contract did not identify any anticipated utility conflicts.
However, this Contract does require the Contractor to perform underground excavation and is reminded to call the
State’s One Call System as specified in the Standard Specification’s, as noted in the first paragraph of Subsection
105.09, to verify that a conflict does not exist.
It shall be the Contractor’s responsibility to notify the Resident Engineer in writing two weeks prior to the
utility company actually being required to perform the work on the project based on the time frames shown in the
utility agreements and specifications. Any delay caused by improper notification to the Resident Engineer by the
Contractor shall not be cause for extension of time or additional payment.
The Contractor shall contact the utility company to determine the schedule and the time required for the utility
company to perform the work, if any.
THE FOLLOWING IS ADDED TO THIS SUBSECTION:
The nature of this Project requires the Contractor to determine any utility involvement including formerly
installed and/or abandoned loops, conduits, WIM sensors, electric, telephone and other utilities prior to
commencement of the Contractor’s operations at any particular work site and to make the necessary notifications
thereto. The Contractor shall assume full responsibility and bear all costs related to disruption or damage to any
utility facilities by the Contractor’s operation.
7
105.12 Authority and Duties of Resident Engineer
THE FOLLOWING IS ADDED:
After the award of Contract, the Engineer will notify the contactor in writing of the following:
1.
2.
3.
4.
5.
6.
Traffic Monitoring Sites requiring maintenance and priority.
Type of work to be performed.
Estimate of items and quantities.
Number of sites to be included in request
Notification of local municipality and/or police department if required.
Inform contractor if request is of critical nature.
105.15 Field Office.
1. Construction Field Offices.
THIS SECTION IS CHANGED TO THE FOLLOWING:
There will be no Field Office required for this project. However, the following equipment shall be provided
and delivered to the Resident Engineer’s office no later than ten (10) days after the mailing of the fully executed
contract to the Contractor and before any work begins.
THE FOLLOWING EQUIPMENT SHALL BE PROVIDED.
The Contractor shall provide a computer system to the Resident Engineer. All hardware, software, accessories
and supplies must be supplied new and brought to the Resident Engineer’s office in its original cartons. The
contractor shall repair or replace damaged equipment throughout the duration of the contract. The computer shall
include the following minimum features:
Hardware:
-
Intel Pentium 4 Processor with at least 3.4GHz
1.0 GB, DDR2 SDRAM Memory Non ECC (2 DIMMS)
250 GB Hard Drive
256MB VIDIO CARD, DVI, Dual Monitor
Two (2) 20-inch LCD flat panel monitor, UltraSharp, VGA, DVI
DVI cables for the monitor
16XDVD and 16XDVD+/-RW with Nero (latest edition)
Telephone Modem (Internal or External) and Ethernet card
USB 2-button optical mouse with scroll
Microsoft Windows XP Professional, SP2 with media
Microsoft Office 2003
Norton System Works 2005 Premier
HP All in-one Printer (OfficeJet Printer/ Copier/ Scanner/ Fax Model 7410)
USB Printer cable, 10 ft.
4 Each - USB2.0 Thumb Drives, each1GB capacity
SMART-UPS 1250 power protection
Office Shredder, Cross cut (GBC Shredmaster 1150s)
Supplies:
-
Extra Ink Cartridge, 8 Color (C9363W) and 16 Black (C8767WN)
1 Pack (150 Sheets), Glossy Paper, P/N: HP Q1987A
5 Cases 8-1/2 X 11 Multipurpose Office Paper
1 Case 8-1/2 X 14 Multipurpose Office Paper
2 Dozen 8-1/2 x 11 Writing Pad
8
-
2 Dozen 8-1/2 x 14 Writing Pad
100 Blank CD-R Disks
50 Blank DVD+R Disks, 16X
50 CD/DVD Jewel Cases (Regular)
CD/DVD Labels, Fellowes Model 99945 and CD-Stomper
CD Storage (Fellowes 112 CD Spinner, Model 83123)
The hardware and software shall be acceptable to the Resident Engineer prior to purchase/installation.
microcomputer shall be installed at a location determined by the Resident Engineer.
The
The Contractor shall ensure that the system is fully operational. The Contractor shall acquire any software upgrades
that are issued during the duration of the Project. The Contractor shall not be permitted to use this computer
equipment at any time. It is being supplied solely for the Department’s use. The Contractor shall forward all
manuals, instructions, and literature received with the computer system to the Resident Engineer. The Contractor is
responsible for the maintenance of the computer system and any part that becomes inoperable or defective shall be
replaced within 48 hours.
The Contractor shall not be responsible for the replacement of equipment that is lost or damaged due to misuse.
The computer system hardware, software, accessories and telephone answering machine will become the property
of the Department upon termination of the Contract.
The Contractor shall provide one (1) telephone answering machine.
Uniden 5.8GHz CXAI-5198 Extended Range Digital Answering System. Speakerphone
Payment for office equipment will be included and made under:
Pay Item
Pay Unit
Office Equipment
Lump Sum
The following additional equipment shall be furnished by the Contractor for the exclusive use of the Resident Engineer.
The equipment shall be in good working condition. The contractor shall repair or replaced damaged equipment
throughout the duration of the contract. The equipment shall become the property of the Contractor after Acceptance.
Four (4) portable hand held cellular phones. The cellular phones shall operate on digital, PCS digital and analog
networks. The plan shall provide a single rate with no long distance or roaming charges for calls coast to coast.
The cellular plan shall provide for the anticipated usage of approximately three thousand (3,000) shared minutes per
month.
The cellular phones shall have the following minimum features:
Slim Lithium-ion battery with three (3) hours talks time.
One-touch voice mail access key.
Caller ID service with name display.
Vibration alert.
Accessories and supplies
Plantronics Headset
Carrying Case with Belt holder
AC Rapid Charger
Cigarette lighter Power adapter/Charger
9
Payment will be made for actual cellular phone use charges and related taxes for time used exceeding the quantity of the
service specified as evidence by paid bills from the service provider, submitted within 60 days of receipt from the service
provider. The Lump Sum amount provided in the Proposal is an estimated amount and will be adjusted on the basis of
paid bills.
The Contractor shall not be responsible for the replacement of equipment that is lost or damaged due to misuse.
The Resident Engineer shall review the price plan prior to activation of the cellular phone service.
No separate payment will be made for any of the following:
Activation fee
Termination fee
Equipment fee
Extended Warranty
Payment for cellular telephone service will be made under:
Pay Item
Pay Unit
CELLULAR PHONE SERVICE
LUMP SUM
E-Z PASS
The contractor shall provide two (2) E-Z Pass Toll Tags. The Lump Sum amount provided in the Proposal is an
estimated amount and will be adjusted on the basis of the paid bills.
Payment will be made under:
Pay Item
Pay Unit
E-Z PASS
LUMP SUM
105.22 Substantial Completion.
THE THIRD SENTENCE OF THE FIRST PARAGRAPH IS CHANGED TO:
If the Engineer determines that the work is substantially complete, the Engineer will then prepare a letter which
states the date of Substantial Completion and establishes a reasonable time within which the Contractor shall
perform the final cleanup, and repair unacceptable work, which time may be prior to Contract Time as modified.
SECTION 106 – CONTROL OF MATERIAL
106.06 Materials Field Laboratory
THE ENTIRE TEXT IS CHANGED TO:
A Materials Field Laboratory is not required for this Project.
10
SECTION 107 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
107.23 Insurance.
The Pay Item and the last paragraph are changed to read as follows:
Payment will be made under:
Pay Item
Owner’s and Contractor’s
Protective Liability Insurance
Pay Unit
Lump Sum
All other insurance costs, as specified in this subsection, shall be at the Contractor’s own expense.
SECTION 108 - PROSECUTION AND PROGRESS
108.02 Subcontracting.
Specialty Items are as listed below:
WIM System Calibration and Piezoelectric Sensor Installation and Testing.
108.05 Mobilization.
THE ENTIRE SUBSECTION IS CHANGED TO:
The item MOBILIZATION OF TRAFFIC CONTROL is to include lane closings and all necessary equipment to
undertake the construction of contract items. This item will be paid on a PER DAY basis, and will include the
additional cost incurred for construction operations done on Saturdays, Sundays, holidays and nighttime work.
Payment will be made under:
Pay Item
Pay Unit
MOBILIZATION OF TRAFFIC CONTROL
DAY
No additional compensation will be paid for extension to the regular work day or for regular work shift exceeding the
normal 8 hours.
108.10 Time of Completion.
All work and actions associated with this Contract shall be completed within a period of twenty-four (24)
months from the date of award of this contract.
The NJDOT shall have the option to extend or amend this Contract at any time with the concurrence of the
Contractor.
11
108.11 Extensions and Reductions of Contract Time.
THIS SUBSECTION IS CHANGED TO:
A.
Basis for Extension. Where appropriate under the provisions of this Subsection, extensions or
reductions to the Contract Time may be provided by Construction Order, however, such extensions or
reductions will be allowed only to the extent that the increase or decrease in the Work or delays of the
types indicated below affects current controlling operations and the overall Completion. Increases or
decreases in Work or such delays, which do not affect the overall Completion, are not to be the basis for
reduction or extension of Contract Time. Extensions of Contract Time will not be granted under this
Subsection where it is determined that the Contractor could have avoided the circumstances which
caused the request for extension.
If the Contractor is delayed in completion of the Work by reason of changes made under Subsection
104.02, or by failure of the Department to acquire right-of-way, or by any act of other contractors
consistent with Subsection 105.10, or due to the discovery of archeological finds consistent with
Subsection 108.13, or the discovery of hazardous substances, or by any act of the Engineer or of the
Department not contemplated by the Contract, an extension of Contract Time commensurate with the
delay in overall completion of the Contract thus caused will be granted, and the Contractor is relieved
from any claim for liquidated damages or engineering and inspection charges.
Additionally, the Contractor may be granted an extension of Contract Time and not be assessed
liquidated damages or the costs of engineering and inspection for any portion of the delay in overall
completion of the Work beyond the time provided in Subsection 108.10 caused by the following reasons:
1. acts of civil or military authorities, war, or riot;
2. fire;
3. floods, tidal waves, earthquakes, cyclones, tornadoes, hurricanes, or other cataclysmic natural
phenomenon (except on working day contracts);
4. extreme weather conditions (see Item 1 of the fourth paragraph) (except on working day contracts);
5. epidemics or quarantine restrictions;
6. strikes or labor disputes beyond the control of the Contractor which prevent work on the
construction operations which are critical to the completion of the Project;
7. shortages of materials (see Item 2 of the fourth paragraph) or freight embargoes;
8. acts of the State in its sovereign capacity;
9. failure of the Engineer to furnish interpretations of the Contract Documents (see Item 3 of the fourth
paragraph).
B.
Criteria for Evaluation. Extension of Contract Time for the reasons set forth in this Subsection will not
be granted unless the Contractor has notified the Engineer in writing of the causes of delay within 15
State Business Days from the beginning of any such delay on forms provided by the Department. The
Engineer will evaluate the facts and the extent of the delay, and the Engineer's findings will be final and
conclusive and will be based on the following:
1. Extensions of Contract Time for extreme weather conditions will be granted in accordance with the
following:
12
Number of Days the Contractor's Work is
Limited to in One Month as the Result of
Extreme Weather Conditions
(April through November inclusive)
16 - 31
15
14
13
12
11
10
9
8
7
6
5
4
3
2
1
0
Extension of Contract
Time Allowable
0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
Extensions of Contract Time for extreme weather conditions will be granted in accordance
with the following for the months of December through March inclusive:
It is anticipated that the average number of total Working Days during this four month winter
period is for road work (Exclusive of temperature sensitive work, for example but not limited to,
paving operations, earthwork, aggregates, curb and sidewalk, etc.) and for bridge work (Exclusive
of temperature sensitive work, for example but not limited to, concrete decks, parapets, bridge
repairs, bridge painting, etc.)
In using the above, the Engineer will:
a. Consider days for which an extension is granted under the above category "floods, tidal
waves, earthquakes, cyclones, tornadoes, hurricanes, or other cataclysmic natural
phenomenon" as days on which the Contractor's work is limited as the result of these
extreme weather conditions;
b. Consider days for which an extension is granted under the above categories for causes
other than "floods, tidal waves, earthquakes, cyclones, tornadoes, hurricanes, or other
cataclysmic natural phenomenon" as days on which the Contractor worked and was
unaffected by extreme weather conditions; and
c. Make the above calculation based on the full number of days in the calendar month as
being days on which the Contractor could have worked without regard to Saturdays,
Sundays, and holidays.
d. Extension of time for extreme weather conditions will only be granted when the Critical
Path of the Progress Schedule is affected and documented by the contractor in
accordance with Subsection108.04. No extension of time will be granted unless the
Contractor submits daily documentation of such extreme weather.
2.
Extensions of Contract Time will not be granted for a delay caused by a shortage of materials unless
the Contractor furnishes:
a. Documentary proof that it has diligently made every effort to obtain such materials from
all known sources within reasonable distance from the Work, and
13
b.
3.
4.
Further proof in the form of a progress schedule, as required in Subsection 108.04,
showing that the inability to obtain such materials when originally planned, did, in fact,
delayed the date of Completion which could not be compensated for by revising the
sequence of the Contractor's operations. The term "shortage of materials" applies only to
raw and fabricated materials, articles, parts, or equipments which are standard items and
do not apply to materials, parts, articles, or equipment which are processed, made,
constructed, fabricated, or manufactured to meet the specific requirements of the
Contract. Only the physical shortage of materials and not the cost of materials will be
considered.
Extensions of Contract Time will not be granted for failure of the Engineer to furnish interpretations
of the Contract Documents until 20 State Business Days after receipt of such demand in writing as
required by Subsections 105.01 and 105.07, and not then unless such request for an interpretation of
the Contract Documents is reasonable and made in good faith, and the failure to respond was
unwarranted.
It is understood and agreed that the Contractor has considered in its bid all of the permanent and
temporary utility facilities in their present or relocated positions as may be shown on Plans, as
described in Specifications and as revealed by its site investigation; is aware that utility company
service demands, adverse field conditions and emergencies may affect the owner's ability to comply
with the proposed schedules for utility work; and is cognizant of the limited ability of the State to
control the actions of the utility companies, including the actions of railroads, and has made
allowances in its bid. Extensions of Contract Time will be granted for extreme weather and exigent
circumstances only, as specifically set forth above and which are outside the control of the
respective utility company(ies) or the Contractor as determined by the Engineer utilizing the
Extreme Weather provisions specified in 1. above. Extension of time for utility work will only be
granted when the Critical Path of the Progress Schedule is affected and documented by the
Contractor in accordance with Subsection108.04.
Except where specifically provided in the Contract Documents, the Contractor shall not make any
claim for damages or additional compensation for any delay in or hindrance to the performance of the
Contract occasioned by any act or omission to act by the State or any of its representatives, or for any of
the reasons enumerated in this Subsection and agrees that any such claim shall be fully compensated for
by an extension of Contract Time to complete performance of the Work.
Extensions of Contract Time will not be granted due to delays caused by, or in any way related to,
the financial condition of the Contractor, subcontractors, sub-subcontractors, material, men, fabricators,
or suppliers. The Contractor and its surety assume full responsibility for ensuring that the financial
condition of any of the above does not delay completion of the Contract.
If, as a result of modifications made under Subsection 104.02, 104.05, 104.06, or 108.09, the Work
required is reduced or altered so that the time required for Completion is reduced, the Engineer may
reduce the Contract Time provided under Subsection 108.10. The Engineer will evaluate the facts and
the extent of the reduction. The Engineer's findings thereon will be final and conclusive.
It is the intention of the above provisions that the Contractor or surety is not relieved of liability for
liquidated damages or engineering and inspection charges for any period of delay in Completion in
excess of that expressly provided for in this Subsection.
108.19 Lane Occupancy Charges.
THE FOLLOWING IS ADDED:
The rate or rates to be applied in the calculation of a Lane Occupancy Charge shall be in accordance with
the following:
$10.00 PER MINUTE/LANE
14
SECTION 109 – MEASUREMENT AND PAYMENT
109.03 Force Account Payment.
5. Profit. Profit shall be computed at ten percent of the following:
THE FOLLOWING IS ADDED:
c.
6.
Total fringe benefits on total direct labor cost as computed above.
Overhead.
THE FIRST SENTENCE IS CHANGED TO:
Any and all overhead for the Contractor is defined to include the following:
THE FIRST SENTENCE TO THE SECOND PHARAGRAPH IS CHANGED TO:
Any and all overhead costs of Contractor to Force Account work shall be computed at 15 percent of the
following:
109.07 Payment Following Substantial Completion.
SUBPART 1 OF THE FIRST PARAGRAPH IS CHANGED TO:
1.
Each subcontractor or supplier has been promptly paid any amount due from any previous progress
payment and shall be paid any amount due from the current progress payment, including all retainage
withheld from the subcontractor or supplier, within 14 days of the receipt by the Contractor of payment
from the Department; or
15
SECTION 617 - TRAFFIC CONTROL
617.03 Traffic Control Devices.
THE FOLLOWING IS ADDED TO THE FIRST PARAGRAPH:
Traffic Control devices shall be NCHRP-350 crash test compliant by the NJDOT implementation dates stated
in the table below and shall be duly certified, if necessary.
Traffic
Control
Device
Category
Commonly used
NJDOT
Traffic Control Devices
1
Traffic cones, drums and
delineator guide posts
2
3
4
Vertical panel, portable sign
supports, and type III
barricades
AASHTO/FHWA
NJDOT
implementation
implementation
date for newly
date for newly
purchased
purchased Devices
Devices
10/1/1998
1/1/2003
8/15/2003
10/1/2000
1/1/2003
8/15/2003
10/01/1998
3/15/2005
6/15/2005
6/15/2007
Truck mounted attenuators
and traffic barriers-impact
10/01/1998
attenuators (crash cushions),
attenuators
barrier terminals, and
10/01/2002
longitudinal barriers
temporary barriers
Portable, usually trailermounted, devices such as
lighting supports, flashing
arrows panels, temporary
traffic signals, and
changeable message signs
used in or adjacent to the
traveled way
NJDOT deadline
By which devices
must be
NCHRP-350
compliant
to be announced
Note: Resident Engineer’s approval shall be obtained to use traffic control devices that are
certified NCHRP 350 compliant, but not listed in the table.
Newly purchased devices shall be NCHRP-350 compliant. A list of NCHRP 350 compliant and FHWA
approved devices can be found at:
http://www.fhwa.dot.gov/safety/fourthlevel/pro_res_road_nchrp350.htm
3.
Illuminated Flashing Arrows. The solar powered arrow boards approved for use on projects are:
a. Work Area Protection – Arrowmaster Model WAAW–15-SB
b. Solar Technology Inc. – Silent Sentinel
16
c.
d.
e.
Trafcon Industries Inc. – Model TC1-15S
Protect-O-Flash Inc. – Model No. M-90 (LED bulbs only)
TRACOM (Trailer Component Mfg., Inc.)
617.04 General.
THE FOLLOWING IS ADDED:
No lane closures shall be permitted on the following holidays:
Easter Sunday (including 6:00 AM Saturday until Noon Monday
Memorial Day (see note below)
Labor Day (see note below)
Election Day (6:00 AM until 8:00 PM the day of)
Thanksgiving Day (see note below)
Christmas Day (see note below)
New Year’s Day (see note below)
NOTE:
If holiday falls on
No Lane Closures Permitted
Sunday or Monday
6:00 A.M. Friday until
Noon Tuesday
Tuesday
6:00 A.M. Tuesday until
Noon Wednesday
Wednesday
6:00 A.M. Wednesday until
Noon Thursday
Thursday
6:00 A.M. Thursday until
Noon Monday
Friday or
Saturday
6:00 A.M. Thursday until
Noon Monday
Detour signing must be provided for all ramp closures.
Traffic Operations must be notified at least 72 hours prior to any lane closures and one week prior to any
ramp closures being performed.
All lane closures and detours are subject to the approval of the Resident Engineer, the Regional Traffic
Engineer, and Traffic Operations. Detours must be posted and covered during non-closure hours. If county routes
are used for detours, approval must be obtained from appropriate County Engineer.
In an effort to reduce the impact on traffic, it is expected that it may be necessary for the Contractor to
work on Saturdays and Sundays. The allowable working hours as stated above shall also apply to Saturdays and
Sundays.
The Contractor is also made aware that on certain roadways, lane closures will not be permitted during
daylight hours or weekdays. When working on these roadways, Traffic Operations will provide the allowable time
that lane closures will be permitted.
No additional payment will be made for the additional cost of these operations.
17
All costs associated with the above working hours shall be included in the prices bid for the various Pay
Items.
On all routes within this project, traffic shall be maintained in its normal pattern except as may be
necessary while the work is actually in progress. Subject to the approval of the Engineer, on divided highways,
traffic may be diverted from the lane adjacent to the work area. On two-lane highways, traffic may be restricted
only with the approval of the Engineer to the use of a single lane used alternately by competent Flaggers, stationed
at each end of the alternating one-directional lane. At no time will a traffic lane have an unobstructed width of less
than 10 feet.
The length which alternate traffic may be maintained shall be limited to the immediate work area and shall
not exceed 1,000 feet unless otherwise approved by the Engineer.
COMPENSATION
617.16 Method of Measurement.
THE FOLLOWING IS ADDED:
Mobilization of traffic control devices and set up will be measured by day. Separate payment will not be
made for relocating traffic control devices and the lighting system s used for nighttime operations.
Separate payment will not be made for lighting for nighttime operations, but all costs thereof shall be
included in the prices bid for the various Pay Items in the proposal.
617.16 Basis of Payment.
THE FOLLOWING IS ADDED:
Pay Item
Mobilization of Traffic Control
Pay Unit
Day
Payment will not be made for Traffic Control Devices, which are brought to the job site in an inoperable or
unserviceable condition.
18
DIVISION 700 – ELECTRICAL
SECTION 706 – INTELLIGENT TRANSPORTATION SERVICES
FACILITIES
706.01 Description.
THE FOLLOWING ARE ADDED:
This work shall consist of furnishing, installing, and making operational Traffic Monitoring Systems (TMS)
Continuous Stations including the following subsystem components:
1.
Weigh-in-Motion (WIM) System. The WIM system monitors volume, speed, length, gap,
headway, vehicle type classification by axle configuration, and axle weights. The WIM
system is composed of roadway sensors, site processor, remote communication modem,
operating software and software used to process and generates reports on the collected raw
vehicle record files. The roadway sensors are composed of Inductive Loop, weight sensors
(types –Piezoelectric or Bending Plate or Load Cell) and Temperature sensor. The
equipment is installed at each site with Alternating Current (AC) electrical power and
communications for remote station programming, monitoring and failure diagnosis, and
data retrieval.
2.
Automatic Vehicle Classification (AVC) System. The AVC systems utilize appropriate
electronics along with inductive loops and Class 1 piezoelectric axle sensors in each lane to
monitor volume, speed, length, gap, headway and vehicle type classification by axle
configuration. The equipment is installed at each site with power and communications for
remote station programming, monitoring and failure diagnosis, and data retrieval.
3.
Automatic Traffic Recording (ATR) System or Speed Monitoring and Traffic Counting
System. ATR system measure and record vehicle volume, speed, length, gap, and headway
by means of two (2) operating inductive Loop Detectors in each lane connected to
appropriate counting/classifying equipment installed at each site. Alternating Current
electrical power and communications are provided for remote station programming,
monitoring and failure diagnosis, and data retrieval.
MATERIALS AND ELECTRICAL EQUIPMENT
706.02 Materials and Equipment.
Materials and equipment shall conform to Section 701 and 702.
THE FOLLOWING IS ADDED:
The following materials and equipment had been approved by the New Jersey Bureau of Transportation Data
Development for the installation of the Traffic Monitoring Systems:
PIEZOELECTRIC SENSORS
Roadtrax BL Class 1, 6 ft. length by Measurement Specialties Inc
Roadtrax BL Class 1, 10 ft. length by Measurement Specialties Inc
19
Roadtrax BL Class 1, 12 ft. length by Measurement Specialties Inc
Vibracoax Rigid Piezoelectric sensor Class 1, 12 ft. length by Thermocoax, Inc.
LOOP DETECTOR
Loop Detector for TMS shall consist of four (4) full turns of wire unless otherwise directed by the
Engineer.
GROUT
PU 200 (Winter and Summer Versions) by Global Resins Limited
ECM P5G by Electronic Control Measurement Inc
AS475 by International Road Dynamics
Temperature Sensor
BNC Connectors
Thin wall tubing for home run cables. Minimum 3/8” ID, flexible tubing of flexible PVC or
polyethylene
Hand Crimper for BNC Connectors
LCR Meter (BK 875A) – to check and measure Capacitance and Resistance of the sensors before and
after installation
Oscilloscope or Fluke Scope meter, the only instrument that will give a complete verification
that the sensors are fully functioning after the installation.
Angle Grinder for smoothing out grout after installation
Plumbers putty or duct seal to form dams at the end of the grout
Power Washer for washing out slot
Wet cutting pavement saw with diamond blade(s)
Air compressor (oil free)
Axle Sensor and Temperature sensor should be ordered with sufficient lead-in cable to reach the control cabinet without
splices. No splicing of WIM or AVC Sensor Leads is permitted. It is the responsibility of the Contractor to verify in the
field that leads are of sufficient length before installation. The resident engineer will decide the type of sensor to install at
each location.
CONSTRUCTION
706.03 Construction Requirements.
THE FOLLOWING PHARAGRAPHS AND SPECIAL PROVISIONS ARE ADDED:
The provisions of Section 701 and 702 shall apply, unless otherwise stated below.
All work performed that is directly related to the installation and performance of the Weigh-in-Motion (WIM)
System, Automatic Vehicle Classification (AVC) System and Automatic Traffic Recording (ATR) System or
Speed/Traffic Counting System be conducted under the supervision and assistance of a person certified by the
sensor or equipment vendor. Contractor shall notify the Engineer and the NJDOT Bureau of Transportation Data
Development (Brian Britton, 609-530-3478) a minimum of 72 hours prior to performing any work on Traffic
Monitoring Systems facilities.
WORKING DRAWINGS.
Shop drawings shall be sent directly to:
New Jersey Department of Transportation
Bureau of Transportation Data Development
Division of Traffic Engineering and Safety
P.O. Box 613
1035 Parkway Avenue
20
Trenton, New Jersey 08625
Four copies shall be provided
The Bureau of Transportation Data Development has the overall responsibility in the operation and maintenance of the
Traffic Monitoring Systems.
Monthly or as needed, the Bureau of Transportation Data Development will provide the Resident Engineer with a
priority listing of Traffic Monitoring System Sites requiring maintenance.
SENSOR INSTALLATION
1. Weigh-in-Motion (WIM) System.
Each lane of the WIM site shall be constructed in a loop - axle sensor – loop – axle sensor – loop (L-P-LPL) configuration. Three (3) inductive loops and two (2) weight sensors shall be installed in each lane of traffic in
accordance with the plan. Lengths of weight sensors will not exceed the width of the lanes and shall be ordered
with
enough lead-in cable to be connected to the system electronics inside the cabinet without splices.
When directed, loops shall be installed after milling of the roadway surface. The inductive
loop detector shall be installed prior to installation of the top layer of the surface course and the axle sensor shall be
installed in the top layer of the surface course. The loop edges are to be established using two survey stakes each
for
the leading and trailing edge of each loop. After the overlay, the location of each loop edge is to be re-established
to
facilitate the marking and cutting of the slot for the axle sensor. Accurate measurement of spacing between loops
and sensors are to be maintained so that the system can be properly calibrated. Loop leads are to remain
undisturbed
by any facet of axle sensor installation.
Installation of WIM Axle Sensor will include wet cutting the WIM Axle Sensor slot;
cutting the lead-in cable slot (min. of 2in. deep & 1/8in. wider than the conduit); cleaning the slot by wire brushing
and power washing with fresh water; drying the slot; testing, installing the WIM Axle sensor and WIM Axle sensor
lead-in cable, installing thin wall tubing to the lead in cable (minimum 3/8” ID, flexible PVC or polyethylene
tubing)
from the end of the sensor to the nearest junction box, installing the WIM Axle Sensor encapsulation and lead-in
cable loop sealant; grinding top of the encapsulation material flushed with the road; pulling the lead-in cable
through
the conduit to the cabinet and terminating to the to the WIM computer system with BNC connector.
The Temperature Sensor is usually installed in the shoulder closest to the Control Cabinet. Installation of
the Temperature Sensor will include wet cutting the Temperature Sensor Probe slot, cutting the lead-in cable slot,
cleaning the slot by wire brushing and power washing with fresh water; drying the slot, installing the Sensor
encapsulation and lead-in cable loop sealant, pulling the lead-in cable through the conduit to the cabinet and
terminating to the WIM computer system. Each WIM computer system will have a separate Temperature Sensor.
Piezoelectric Sensor Installation procedure using Roadtrax BL sensors Class 1 by Measurement Specialties
Inc.
1.
Layout and mark the location of the loops and sensor on the road. The sensor should be exactly
perpendicular to the flow of traffic. Shorter sensors (6 feet length) are positioned to one side in a wheel
path, NOT in the center of the lane; longer sensors are typically centered in the lane.
2.
Cut a slot for the sensor ¾” wide and 1” deep. The slot should be 8” longer than the sensor. Wet cut the
slot with ¾” wide diamond blade blades be ganged together to get a single ¾” wide cut. Cut the lead in
21
cable slot, minimum of 2” deep and 1/8” wider than the tubing or flexible conduit. Use high pressure
water and compressed air to clean all foreign matters out of the slot and 6” on all sides of the slot. Dry
the slot and place a strip of duct tape along the pavement 1/8” gap between the edge of the slot and the
tape on both sides for the full length of the slot. No epoxy mixing or placement will begin until the
Engineer has approved all surface cleaning operation.
3.
Check to see that the sensor is straight and flat with no twist or curls. Use an LCR Meter, measure the
capacitance, resistance and dissipation factor of the sensor. Record all results. All capacitance reading
should be within 20% of the reading on the data sheet provided with each sensor. Clean the length of the
brass element of the sensor with steel wool/emery pad.
4.
Place the installation brackets on the sensor every 6” (+/-1”). Make sure all the brackets are facing the
same direction.
5.
Slightly bend down the end of the sensor at 30 deg. angle. Slightly bend down the sensor at the lead
attachment at 15 deg. angle. Then bend it back level, forming a lazy Z. Position the sensor in the slot
starting at the end setting the clips into the slot. The top of the sensor should be exactly 3/8” below the
road surface and the top of the brackets are 1/8” below the surface of the road. The sensor should be the
same depth along the entire length and should not cross any expansion joint or crack in the pavement.
6.
Premix the resin for about 2 minutes or until smooth. Make sure the resin is homogeneous prior to
adding in the hardener. Start pouring a small bead of the resin in the direction of lead cable attachment,
going back to the end pouring another pass and continuing the process until the slot is filled completely.
Lightly trowel the resin smooth and carefully ensuring that it is not over worked. As soon as the resin
starts to cure, remove the tape.
7.
Allow the resin to fully cure and grind off any excess materials flush with the road using an angle
grinder or belt sander. Do not over grind.
8.
Complete the installation by filling the lead in cable slot with loop sealant materials. A thin walled
plastic tubing (minimum 3/8” ID flexible PVC or polyethylene) will contain the lead-in cable. In the
unlikely event that the sensor needs to be replaced, the lead in cable can then be pulled through the
tubing.
9.
Using an LCR meter, perform the final tests on the sensor, including capacitance, resistance and
dissipation factor. Record all results. All capacitance reading should be within 20% of the reading on
the data sheet provided with each sensor.
10. When the cable is routed all the way into the cabinet, cut the cables to the final length. Again, check
capacitance, resistance and dissipation factor. Record all results. The resistance and dissipation factor
should be the same, within 20% of the reading on the data sheet provided with each sensor; the
capacitance will go down at a rate of 2.7 nF/100’ of cable cut off.
11. When the lane is opened to traffic, perform a functional test on the sensor using an oscilloscope. Record
and print curve results.
Vibracoax Class 1 Piezoelectric Sensor:
1.
Layout and mark the location of the loops and sensor on the road. The sensor should be exactly
perpendicular to the flow of traffic. Shorter sensors (6 feet length) are positioned to one side; longer
sensors are typically centered in the lane.
2.
Wet cut the slot into the roadway using a 3/16 inch saw blade set to a depth of 1½ inch. Chip out
material from between the two saw cuts to form the slot where the piezoelectric sensor will go. Cut the
lead in cable slot, minimum of 2” deep and 1/8” wider than the tubing or flexible conduit. Use wire
brush, high pressure water and compressed air to clean all foreign matters out of the slot and 6” on all
sides of the slot. Dry the slot and place a strip of duct tape along the pavement 1/4” gap between the
22
edge of the slot and the tape on both sides for the full length of the slot. No epoxy mixing or placement
will begin until the Engineer has approved all surface cleaning operation.
3.
Adjust the installation brackets so that the screws are set to 3/16” deep. Attached the brackets to the
piezoelectric sensor using cable ties or tie wire. Use all 7 supplied brackets, spaced evenly over the
length of the sensor.
4.
Lower the piezoelectric sensor and the lead-in cable into the roadway slot to ensure proper fit. The
upper surface of the sensor must be 5/16” below the surface of the roadway. The distance must be
maintained primarily in the wheel paths of the road. After proper clearance is obtained, pull the cable
ties tight so that the sensor is snug to the screw of the installation bracket and carefully remove the
sensor from the slot.
5.
Prepare the grouting material according to the manufacturer’s specification. Fill the slot one half (½)
full to tack the sensor in place. Before the sensor is placed in slot, it is crucial that voids are kept to a
minimum by using a putty knife to quickly press the grout against the sides of the slot. Grout is not to be
poured into the slot for the lead-in cable. Use loop sealant or duct seal to plug the flow of grout into the
lead-in cable slot.
6.
Set the Piezoelectric sensor into the grout while gently moving it back and forth to reduce the voids
underneath the sensor. Allow 10-15 minutes for the grout to partially cure. The sensor should not
move, held firmly in place by the grout.
7.
Remove the installation brackets by cutting cable ties or tie-wire. Trim back the cable ties below the
surface of the road.
8.
Prepare grouting materials to fill up the remainder of the sensor slot. Pour grout evenly through out the
sensor slot, up to the top covering the sensor completely, following the contour of the road surface.
Allow the resin to fully cure (30-40 min.) and grind off any excess materials flush with the road using an
angle grinder or belt sander. Do not over grind. Remove any excess grout from the roadway around the
sensors to prevent any bump when driving over the sensors.
9.
Complete the installation by filling the lead in cable slot with loop sealant materials. A thin walled
plastic tubing (minimum 3/8” ID flexible PVC or polyethylene) will contain the lead-in cable. In the
unlikely event that the sensor needs to be replaced, the lead in cable can then be pulled through the
tubing.
10. When the cable is routed all the way into the cabinet, cut the cables to the final length and install the
BNC connectors. Again, check the resistance and voltage output using a digital multimeter. The
resistance should be infinity and voltage deflection should be observed as truck passes over the sensor.
Record all results.
TESTING
The provisions of Section 701.16 shall apply, unless otherwise stated below.
The contractor is responsible for recording data and preparing the report of test results.
For work having been reported completed by the Contractor, any measurements not consistent with the
equipment manufacturer’s operational requirements or that of the Resident Engineer’s findings shall be corrected at the
Contractor’s expense.
The Contractor shall be responsible for recording data for each of the above tests and providing a completed
report to the Resident Engineer.
LOOP DETECTOR
23
The contractor shall provide a loop inductance meter to perform the inductance tests. If the loop inductance
does not conform to the traffic monitoring equipment manufacturer’s requirements, the number of turns of wire in the
trench shall be adjusted and the inductance of the loop shall be re-tested at the contractor’s expense. All measurements
shall be made at the detector unit location, with loop field-connected to lead-in cables and detector units disconnected.
The Contractor shall perform the following tests:
Loop Inductance
Resistance (Continuity)
Leakage Resistance to ground and other conductors
Change of inductance when a vehicle drives over the loop
TESTING PIEZOELECTRIC SENSORS:
The piezoelectric sensors should be tested prior to and after installation. The contractor shall provide an
LCR meter, such as a BK Instruments 875A or 875B to perform the following tests. These tests should be done
prior to installation:
1. Capacitance - measure the capacitance of the sensor with the attached lead in cable
2. Dissipation Factor – should be less than 0.04
3. Resistance – measure the resistance across the sensor.
Readings should be within the manufacturer’s current specification for the product.
Once the sensor is installed and the grout has cured, retest the sensor according to the instruction above.
On Site Calibration: When calibration is required, the vendor shall calibrate the WIM system after
successful installation and testing. An NJDOT Bureau of Transportation Data Development (BTDD) representative
shall witness and approve the testing and calibration of the completed system. The contractor shall notify NJDOT
BTDD (Brian Britton 609-530-3478) 7 days in advance of the scheduled dates for installation, testing and
calibration.
Each weight sensor shall meet the following accuracy criteria:
Mean Error
Standard Deviation
Speed
+/- 1 MPH
+/- 2 MPH
Axle spacing
+/- 2 in
+/- 3 in
Vehicle Length
+/- 12 in
+/- 18 in
Gross Vehicle Weight
+/- 5%
+/- 8%
Steering Axle
+/- 10%
+/- 10%
The above accuracy specification shall be based on a testing program as defined in ASTM Standard E1318
for type 1 WIM equipment.
Test unit for Calibration Loading: The contractor will provide a loaded, pre-weighed, and measured test
vehicle that will make multiple runs over the WIM-system sensors in each lane at prescribed speeds. The test
vehicle shall be a five axle tractor-trailer combination truck with good suspension, preferably air, with a nonshifting load (approximately symmetric side to side load) to a weight of between 75,000 to 80,000 pounds, gross
vehicle weight (GVW). Ensure that the truck is in excellent mechanical condition and the tires are dynamically
balanced and inflated to recommended pressures. The contractor shall provide documentation of the weight (Front
axle and GVW) from certified static scales. At least 10 runs per lane shall be made before adjustments to the
calibration factors and 3 more runs after the adjustment with value meeting the tolerance listed above. Each sensor
will be calibrated independently from each other in each lane. Record all calibration data from each run and submit
a copy to BTDD personnel.
Before Calibration: The following steps are involved in the on-site calibration process for each
instrumented lane:
1. Adjust all WIM-system settings to the manufacturer’s specification or the vendor’s recommendations
(vendor’s representative must be certified and experienced in the type of system being
calibrated).
24
2.
Using a calibrated radar speed meter, take sample speed readings from an average of 10 vehicles each
lane and adjust the WIM system settings accordingly.
Acceptance Test for New Traffic Monitoring Systems.
For new sites or sites with newly installed sensors, the Department will take ownership of the site only
upon successful completion of the acceptance test. All sensors have to be tested in accordance with the testing
procedure above, with-in limit specified above or by the manufacturer. For WIM sites, no calibration will be
scheduled until all test results had been reviewed by the Bureau of Transportation Data Development (BTDD)
Representative. (Call Brian Britton at (609) 530-5379). Acceptance test will start after the successful calibration.
The AVC, and the ATR system should operate continuously for 21 consecutive days recording and storing data.
The AVC and ATR stations should record traffic data correctly to be witnessed by BTDD staff at the beginning and
end of the 21 day test period. Collected data will then be processed and analyzed for reasonableness. Failure of
the system furnished by the contractor/vendor will cause for the acceptance test to be repeated after problems have
been corrected.
EXCAVATION AND BACKFILL
Excavation and Backfill. The provisions of Section 701.06 shall apply, unless otherwise stated below.
The item “Piezoelectric Axle Sensor Removal” shall consist of removal of the complete axle sensor,
backfilling and replacement of the road with the same approved grout used in piezoelectric axle sensor installation.
Piezoelectric Axle Sensor Removal will only be performed in conjunction with installation of a new piezoelectric
sensor. When axle sensor removal is performed in conjunction with the milling and resurfacing operation of a
deteriorated roadway prior to replacement of the Axle Sensor, the Item “Axle Sensor Removal” shall not be used.
The Item “Dynax Axle Frame Removal” shall consist of the complete removal of the dynax frames set
(left and right), backfilling and replacement of the road surface with fast setting concrete.
Bending Plate Removal requires complete removal of bending plate type WIM Axle sensor and frame,
cutting and removing conduits and lead-in wires, cleaning of vault and preparation for filling, and filling void with
fast setting concrete.
The Item “Foundation Removal” shall consist of the removal of any cabinet and foundation or junction
box as directed by the Engineer, including anchor bolds, conduit stubs, and reinforcing steel to a depth of eighteen
(18) inches below the surface, backfilling the excavation, and restoring the surface.
COMPENSATION
706.04 Method of Measurement.
WIM Site, One Lane. WIM Site One Lane shall be used for new site installation or complete reinstallation of loops and sensors in at least one direction of the roadway. WIM Site One Lane includes installation
as described in Section 706.03 (Sensor Installation: 1. Weigh-in-Motion System). WIM Site One Lane include the
Axle Sensors, Inductive Loops, Temperature Sensor, wall tubing to the lead in cables, Grout, tools used for the
installation, calibration and the supervision by the certified personnel.
WIM Site, One Lane will be measured by Unit. Each lane will be 1 Unit
WIM Site, One Lane Type “R”. WIM Site, One Lane Type “R” (Restricted) shall be performed as
described above (WIM Site, One Lane). The work shall be performed during restricted hours, which can include
25
nighttime, weekends, or any time outside normal working hours. All costs associated with premium time, any
additional safety precautions, illumination of the project site during hours of darkness, shall be included in the Pay
Item. WIM Site, One Lane Type “R” will be measured by Unit. Each lane will be 1 Unit
WIM Axle Sensor. WIM Axle Sensor will be used to replace WIM axle sensor or add new WIM axle
sensor without installing new loops in accordance with section 706.03 as per manufacturer’s installation procedure.
WIM Axle Sensor include the Axle Sensor, wall tubing to the lead in cables, Grout, tools used for the installation,
and the supervision by the certified personnel. (Calibration not included).
WIM Axle Sensor will be measured by number of units.
WIM Axle Sensor Type “R”. WIM Axle Sensor Type “R” (Restricted) shall be performed as described
above (WIM Axle Sensor). The work shall be performed during restricted hours, which can include nighttime,
weekends, or any time outside normal working hours. All costs associated with premium time, any additional safety
precautions, illumination of the project site during hours of darkness, shall be included in the Pay Item.
WIM Temperature Sensor. WIM Temperature Sensor include Installation, cutting the sensor and the
lead
in cable slots, cleaning, sealing, pulling the lead-in cable through the conduit, into the cabinet, connecting to the
WIM computer system and testing and adjusting to the correct temperature.
WIM Temperature Sensor will be measured by number of units.
Loop Detector. Loop Detector shall be performed as described in Section 702.03 and as shown in the
ITS detail of the WIM system installation. Loop detectors will be measured by the linear foot of saw cut in which
the wire is installed.
Loop Detector Type “R’. Loop Detector Type “R’ (Restricted) shall be performed as described above
(Loop Detector). The work shall be performed during restricted hours, which can include nighttime, weekends, or
any time outside normal working hours. All costs associated with premium time, any additional safety precautions,
illumination of the project site during hours of darkness, shall be included in the Pay Item.
Loop detector leads will be measured by linear foot.
Piezoelectric Axle Sensor Removal. Piezoelectric Axle Sensor Removal shall be performed as described
above (Excavation and Backfill).
Piezoelectric Axle Sensor Removal will be measured by number of units.
Dynax Frame Removal. Dynax Frame Removal will be measured by number of units. Each set of frame will
be measured as one unit and as described above (Excavation and Backfill).
Bending Plate Removal. Bending Plate Removal will be measured by number of units and as described
above (Excavation and Backfill). Bending Plate Removal includes all materials and tools
needed to remove the bending plate sensor, frame, conduits and lead-in wires, cleaning of vault and preparation for
filling, and filling void with fast setting concrete.
Foundation Removal. Foundation Removal will be measured by number of units and as described
above (Excavation and Backfill).
706.05 Basis of Payment
THE FOLLOWING IS ADDED:
Payment will be made under:
26
Pay Item
WIM Site One Lane – (___ Sensor Type)
WIM Site One Lane Type “R” – (___ Sensor Type)
WIM Axle Sensor – (___ Sensor Type)
WIM Axle Sensor Type “R” – (___ Sensor Type)
WIM Temperature Sensor
Piezoelectric Axle Sensor Removal
Dynax Frame removal
Bending Plate Removal
Foundation Removal
Loop Detector
Loop Detector Type “R”
Pay Unit
Unit
Unit
Unit
Unit
Unit
Unit
Unit
Unit
Unit
Linear Foot
Linear Foot
Separate payment will not be made for testing loop detectors and weight sensors.
Separate payment will not be made for the excavation and/or roadway repairs required for the installation of
the rigid metallic conduit.
Separate payment will not be made for fees and associated costs required by the disposal, recycling facility,
or NJDEP. All cost thereof shall be included in the price bid for the appropriate Pay Item.
Payment for parts and materials not identified in the Pay Items shall be based on the actual cost plus 15% as evidenced by
paid bills from the service or material provider.
Warrantee
The electronic equipment system, supplied and installed by the vendor will be warranted for a period of 3
years from the date of acceptance at no cost to the State. For a period of 3 years from date of acceptance, any
upgrades of software or firmware will be supplied by the vendor to NJDOT at no cost.
The loops and weight sensors installed by the vendor/contractor will be warranted for a period of 18 months from
the date of acceptance at no cost to the State. Warrantee includes labor, replacement parts, sensor and sensor
installation, lane closing and all equipments and materials necessary to correct the problem.
CONTRACTOR PARTICIPATION
DESCRIPTION.
The Contractor participating in this Contract is advised that the use of the Contractor in the proposed areas of work is at
the discretion of the New Jersey Department of Transportation (NJDOT). NJDOT reserves the rights to perform or have
another Contractor perform any or all of this work without commitment or understanding that the above work should be
solely performed by the Contractor.
DIVISION 800 – LANDSCAPING
SECTION 808 - FERTILIZING AND SEEDING
808.05 Basis of Payment.
THE SECOND PARAGRAPH IS CHANGED TO:
27
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:
- A 10-foot work strip from the toe of slope and a 15-foot strip from the top of slope or adjacent to
drainage ditches constructed under this Contract.
- all areas within the right-of-way limits approved for storage of topsoil.
all areas designated for preparation of existing soil as specified under Section 805.
28