T200.265

NEW JERSEY TURNPIKE AUTHORITY TURNPIKE Contract No. T200.265 Drainage Repairs (2013) Mileposts 117 to 122 Bergen County

TABLE OF CONTENTS Table of Contents...... 1 Proposal Bond ...... 1 Letter of Surety ...... 1 Contract Agreement ...... 1 Contract Bond ...... 1 Power of Execution ...... 1 Standard Specifications ...... 1 Supplementary Specifications ...... 1 Division 100 - General Provisions ...... 2 SECTION 101 - GENERAL INFORMATION ...... 2 101.02 Definitions ...... 2 SECTION 102 - BIDDING REQUIREMENTS AND CONDITIONS ...... 4 102.01 Prequalification Of Prospective Bidders ...... 4 102.03 Proposals ...... 4 102.04 Familiarity with Work ...... 5 102.05 Examination Of Contract Documents ...... 6 102.07 Proposal Guaranty ...... 7 102.09 Submitting Proposals ...... 7 102.11 Causes For Rejection ...... 8 102.16 Business Registration Act ...... 8 102.17 Public Law 2005, Chapter 51 and (Executive Order 134) and Executive Order 117 ...... 9 102.18 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN ...... 9 SECTION 103 - AWARD AND EXECUTION OF CONTRACT ...... 9 103.04 Subletting and Assigning Contract ...... 10 SECTION 104 - CONTROL OF WORK ...... 10 104.01 Intent of Contract ...... 10 104.04 Change Of Plans And Specifications...... 10 104.06 Contractor’s Organization ...... 10 104.07 Cooperation By Contractor ...... 10 104.08 Shop And Working Drawings ...... 11 104.13 Sanitary, Health And Safety Provisions ...... 12 104.14 Construction Safety ...... 12 104.15 Access To Working Sites ...... 13 104.16 Protection Of Wetlands And Transition Areas During Construction ...... 13

Table of Contents - 1 T200.265

SECTION 105 - CONTROL OF MATERIALS ...... 18 105.01 Materials ...... 18 105.02 Local Material Sources ...... 19 105.07 Storage of Materials And Staging Areas...... 19 SECTION 106 - LEGAL RELATIONS AND RESPONSIBILITY ...... 20 106.10 Permits, Licenses and Taxes ...... 20 106.18 Utilities...... 21 106.20 Insurance ...... 21 106.24 Small Business Enterprise Program...... 38 106.25 Warranties Made By Contractor ...... 38 106.27 DISCRIMINATION IN EMPLOYMENT ON PUBLIC WORKS ...... 39 SECTION 107 – PROSECUTION AND PROGRESS ...... 40 107.02 Pre-Construction Conference ...... 40 107.03 Commencement Of Work ...... 40 107.12 Lane And Roadway Occupancy Charges ...... 40 SECTION 108 – MEASUREMENT AND PAYMENT ...... 42 108.03 Partial Payments ...... 42 108.04 Payment for Cost-Plus Work ...... 43 108.08 Fuel Price Adjustment ...... 48 Division 200 - Earthwork ...... 50 SECTION 201 – CLEARING AND GRUBBING ...... 50 201.01 Description ...... 50 SECTION 202 - ROADWAY EXCAVATION ...... 50 202.03 Methods of Construction ...... 50 202.04 Measurement ...... 51 202.05 Payment ...... 52 SECTION 203 - EMBANKMENT ...... 52 203.02 Materials ...... 52 203.03 Methods of Construction ...... 52 203.05 Payment ...... 54 SECTION 207 – STONE FOR EROSION CONTROL ...... 54 207.01 Description...... 54 207.03 Methods Of Construction ...... 54 207.05 Payment ...... 55 SECTION 208 - TEMPORARY SOIL EROSION AND DUST CONTROL ...... 55 208.01 Description...... 55 208.02 Materials...... 55 208.03 Methods Of Construction ...... 55 208.04 Measurement ...... 58 208.05 Payment ...... 58 Division 300 - Pavement ...... 60 SECTION 302 - HOT MIX ASPHALT [HMA] PAVEMENTS ...... 60 302.02 Materials ...... 60 302.03 Contractor’s Quality Control ...... 60 302.04 Asphalt Plant and Equipment ...... 60 302.05 Methods of Construction ...... 61 302.07 Air Voids Acceptance Plan ...... 62

Table of Contents - 2 T200.265

302.09 Measurement ...... 62 Division 400 - Structures ...... 63 SECTION 401 - CONCRETE STRUCTURES ...... 63 401.01 Description ...... 63 401.02 Materials ...... 63 401.04 Contractor’s Quality Control ...... 63 401.23 Measurement ...... 63 401.24 Payment...... 64 SECTION 409 – PNEUMATICALLY APPLIED MORTAR ...... 64 409.01 Description ...... 64 409.02 Materials...... 65 409.03 Equipment...... 67 409.04 Method of Construction ...... 68 409.05 Measurement ...... 71 409.06 Payment ...... 71 Division 500 - Incidental Construction ...... 72 SECTION 502 - STORM DRAINS ...... 72 502.01 Description ...... 72 502.02 Materials ...... 72 502.03 Methods of Construction ...... 73 502.04 Measurement ...... 75 502.05 Payment ...... 75 SECTION 503 – MANHOLES AND INLETS ...... 76 503.04 Measurement ...... 76 SECTION 510 - GUIDE RAIL ...... 76 510.01 Description ...... 76 510.02 Materials ...... 76 510.03 Methods of Construction ...... 77 510.04 Measurement ...... 79 510.05 Payment ...... 80 SECTION 516 - PAVEMENT STRIPES AND MARKINGS ...... 80 516.01 Description ...... 80 516.02 Materials...... 81 516.04 Methods Of Construction...... 81 516.05 Measurement...... 86 516.06 Payment...... 87 SECTION 517 – FIELD OFFICE ...... 87 517.01 Description ...... 87 517.03 Methods Of Construction ...... 88 517.04 Measurement ...... 93 517.05 Payment ...... 94 SECTION 523 – MISCELLANEOUS DRAINAGE ...... 94 523.01 Description...... 94 523.02 Equipment...... 94 523.03 Method of Construction...... 95 523.04 Measurement...... 96 523.05 Payment...... 96

Table of Contents - 3 T200.265

SECTION 524 – IMPACT ATTENUATOR ...... 97 524.01 Description...... 97 524.02 Materials...... 97 524.03 Methods Of Construction...... 97 524.04 Measurement...... 98 524.05 Payment...... 98 SECTION 531- FORCE ACCOUNT FOR SNOW REMOVAL ...... 99 531.01 Description ...... 99 531.02 Methods of Construction ...... 99 531.03 Measurement ...... 100 531.04 Payment ...... 100 Division 800 – Traffic Control ...... 101 SECTION 801 - TRAFFIC CONTROL ON THE AUTHORITY’S ROADWAY ...... 101 801.01 Description...... 101 801.02 Materials...... 101 801.03 Methods Of Construction...... 102 801.04 Measurement ...... 145 801.05 Payment...... 147 SECTION 803 – STATE, COUNTY AND LOCAL HIGHWAYS ...... 150 803.01 Description...... 150 803.03 Methods Of Construction...... 150 803.04 Measurement...... 167 803.05 Payment...... 168 Division 900 – Materials ...... 169 SECTION 902 - AGGREGATES ...... 169 902.08 Soil Aggregate ...... 169 902.09 Table ...... 171 SECTION 903 - HOT MIX ASPHALT (HMA) ...... 171 903.01 Composition of Mixtures ...... 171 903.02 Grading Requirements ...... 172 903.03 Job Mix Formula ...... 172 903.04 Sampling and Testing ...... 172 903.05 Tables ...... 172 SECTION 915 - GUARD RAIL ...... 173 SECTION 915 - BEAM GUIDE RAIL ...... 173 915.01 Rail Element ...... 173 915.02 Posts and Recycled/Synthetic Blockouts ...... 173 915.03 Miscellaneous Hardware ...... 173 915.04 Sampling and Testing ...... 173 915.05 Rub Rail ...... 173 SECTION 916 - MASONRY UNITS ...... 174 916.01 Concrete Blocks ...... 174 SECTION 919 - LANDSCAPING MATERIALS ...... 174 919.10 Seed ...... 174 SECTION 920 - TRAFFIC CONTROL DEVICES ...... 175 920.01 Traffic Cones ...... 175 920.03 Safety Vests ...... 176

Table of Contents - 4 T200.265

920.08 Concrete Barrier ...... 177 920.11 Arrow Board ...... 177 SECTION 923 - MISCELLANEOUS ...... 180 923.30 Silt Fence ...... 180 923.37 Geotextile ...... 180 SECTION 924 - SUPERPAVE HOT MIX ASPHALT (HMA) ...... 181 924.01 Composition ...... 181 924.02 Job Mix Formula ...... 181 924.04 Tables ...... 181 SECTION 990 – METHODS OF TESTS...... 182 990.11 A-7 Rapidly Determining The Breakdown In Sizes Of Soil Aggregate ...... 182 APPENDIX A – AFFIRMATIVE ACTION MANDATORY LANGUAGE ...... 1 Appendix B - Requirements of Public Law 2005, Chapter 51 (Executive Order 134) and Executive Order 117 ...... 1 Appendix C - Lane Closing Request Form ...... 1 Appendix D - Escort, Slowdowns Request Form ...... 1 Appendix E - Roadway Closing Form ...... 1 Appendix F - State Police Supplemental Patrol Construction Request Form ...... 1

APPENDIX G- NJDOT APPLICATION FOR HIGHWAY OCCUPANCY ...... 1

APPENDIX X - AUTHORITY REQUIREMENTS FOR SMALL BUSINESS ENTERPRISE SUBCONTRACTORS’ AND SET-ASIDE PROGRAM FOR CONSTRUCTION CONTRACTS ...... 1

APPENDIX Y - TRAFFIC PERMIT APPLICATION ...... 1

APPENDIX Z – COST-PLUS WORK FORMS...... 1

Table of Contents - 5 T200.265

PREQUALIFICATION RECAPITULATION

The undersigned hereby affirms that our firm is prequalified by the New Jersey Turnpike Authority in the classification of ______and rating of ______and there has been no material change in our prequalification subsequent to the latest contractor's Qualifying Statement ______(dated) as required by the Procedure for Prequalification and Award on New Jersey Turnpike Authority Construction Contracts. DISCLOSURE STATEMENT

The undersigned firm name of Bidder, in compliance with N.J.S.A. 52:25-24.2, does hereby state and declare the following list of stockholders or partners in this corporation or partnership, as the case may be, with 10 percent or greater interest therein. Number of Shares of Stock, Corporation or % of Name Address Interest in Partnership

______

______

______NON-COLLUSION AFFIDAVIT The undersigned being duly sworn according to law on my oath depose and say that I am the bidder making this Proposal for the above named project, and that I execute this Proposal with full authority so to do; that said bidder has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in this Proposal and in this affidavit are true and correct, and made with full knowledge that the New Jersey Turnpike Authority relies upon the truth of the statements contained herein and in any statements requested by the Authority showing evidence of qualifications in awarding the contract for said project.

I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by our firm. ______Name of Contractor ______Affiant’s Name ______Subscribed and sworn to before me Affiant’s Signature ______This______day of______, 20______. Affiant’s Title

______

Notary Public of the State of______

My commission expires______, 20______.

Proposal - 1 Firm Name of Bidder ______T200.265

ADDENDA

Acknowledgment is hereby made of the following Addenda:

Accompanying this Proposal is a Proposal Guaranty providing for an amount of money which the undersigned agrees to pay as liquidated damages, and not as a penalty, if the Contract is awarded to the undersigned and the undersigned shall fail to execute and deliver the Contract and the Contract Bond and furnish satisfactory evidence of all required insurance coverage, all within the stipulated time; otherwise, the Proposal Guaranty will be void or returned to the Bidder. It is agreed that the New Jersey Turnpike Authority may collect such damages in the full amount of money provided for in the Proposal Guaranty.

an Individual) The undersigned is a Partnership) under the laws of the a Corporation)

State of ______having principal

Office at ______

______

______

______

______

(Corporate Seal) (Signature) ______

Witness or Attest (Address) ______

______(Date) ______, 20_____

Proposal - 2 Firm Name of Bidder ______T200.265

NEW JERSEY TURNPIKE AUTHORITY

PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned

______as PRINCIPAL: and

______as Surety and duly qualified to transact business in the State of New Jersey, are hereby held and firmly bound unto the New Jersey Turnpike Authority in the sum of

______Dollars and

______Cents ($______) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns.

Signed, this______day of______A.D. two thousand and______.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH that whereas the Principal has submitted to the New Jersey Turnpike Authority a certain Proposal, attached hereto and hereby made a part hereof, to enter into a Contract in writing for Contract No. ______of the New Jersey Turnpike Authority;

NOW, THEREFORE,

(a) If said Proposal shall be rejected by the New Jersey Turnpike Authority, or in the alternative,

(b) If said Proposal shall be accepted by the New Jersey Turnpike Authority, and the Principal shall duly execute the Contract Agreement and furnish the required Contract Bond, within the stipulated time,

Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event, exceed the amount of this obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Authority may accept such proposal; and said Surety does hereby waive notice of any such extension.

Proposal Bond -1 (Std. 1/97 Rev. 1/00)

T200.265

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above.

______[Corporate Seal] ______

WITNESS OR ATTEST ______

______Principal

______[Corporate Seal] ______

WITNESS OR ATTEST: ______

______Surety

Proposal Bond -2 (Std. 1/97 Rev. 1/00)

T200.265

NEW JERSEY TURNPIKE AUTHORITY

LETTER OF SURETY

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned

______as PRINCIPAL: and

______as Surety and duly qualified to transact business in the State of New Jersey, are hereby held and firmly bound unto the New Jersey Turnpike Authority in the sum by which the amount of the Contract, covering the attached proposal, properly and lawfully executed by and between the New Jersey Turnpike Authority and some third party, may exceed the amount bid by the Principal for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns.

Signed, this______day of______A.D. two thousand and______.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH that whereas the Principal has submitted to the New Jersey Turnpike Authority a certain Proposal, attached hereto and hereby made a part hereof, to enter into a Contract in writing for Contract No. ______of the New Jersey Turnpike Authority;

NOW, THEREFORE,

(a) If said Proposal shall be rejected by the New Jersey Turnpike Authority, or in the alternative,

(b) If said Proposal shall be accepted by the New Jersey Turnpike Authority, and the Principal shall duly execute the Contract Agreement and furnish the required Contract Bond, within the stipulated time,

Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of this obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Authority may accept such Proposal; and said Surety does hereby waive notice of any such extension.

Letter of Surety-1

T200.265

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above.

______[Corporate Seal] ______

WITNESS OR ATTEST: ______

______Principal

______[Corporate Seal] ______

WITNESS OR ATTEST: ______

______Surety

Letter of Surety-2

T200.265

NEW JERSEY TURNPIKE AUTHORITY

CONTRACT AGREEMENT NEW JERSEY TURNPIKE Contract No. T200.265 Drainage Repairs (2013) Mileposts 117 to 122 Bergen County

THIS AGREEMENT made this ______day of ______in the year of our Lord, two thousand and ______between the New Jersey Turnpike Authority, party of the first part, sometimes hereinafter called Authority, and ______part____ of the second part, sometimes hereinafter called Contractor.

WITNESSETH, that the Said Contractor, in consideration of the payments hereinafter specified, hereby covenants and agrees to furnish and deliver all the materials, to do and perform all the work and labor required to be furnished and delivered, done and performed for, and to do and perform all things necessary or proper for, or incidental to the completion of Contract No. T200.265 in strict and entire conformity with the Specifications, attached hereto, and the Plans which consist of 63 drawings numbered 1-63 bearing the general title:

NEW JERSEY TURNPIKE AUTHORITY NEW JERSEY TURNPIKE Contract No. T200.265 Drainage Repairs (2013) Mileposts 117 to 122 Bergen County and other Contract Documents which are hereby made a part of this Agreement as fully and with the same effect as if the same had been set forth at length in the body of this Agreement.

Contract Agreement-1

T200.265

Phase 1: All work in Work Zones 1, 3, 5, and 7 shall be performed and completed on or before September 4, 2013.

Phase 2: All work in Work Zones 2, 4, and 6 shall be performed and completed on or before January 14, 2014.

Phase 3: All work under the Contract shall be performed and completed on or before January 29, 2014.

If the Contractor fails to complete fully, entirely and in conformity with the provisions of the Contract, the Project and each and every part and appurtenance thereof, within the time stated above, or any portion for which a completion date is stipulated within such further time as may have been granted in accordance with the provisions of the Contract, then the Contractor shall and hereby agrees to pay the Authority for each and every calendar day that he is in default on time to complete such portion of the work for which a completion date is stipulated or to complete the entire Project, the following amount:

Phase 1: Four Thousand Five Hundred Dollars ($4,500.00) per calendar day, and

Phase 2: Four Thousand Five Hundred Dollars ($4,500.00) per calendar day, and

Phase 3: Four Thousand Five Hundred Dollars ($4,500.00) per calendar day, which said amount per calendar day is agreed upon by the parties hereto to be liquidated damages and not a penalty.

The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, if so directed by the Authority, and to indemnify and save harmless the Authority, its officers, employees and agents against and from all damages and liabilities, threatened, pending or completed actions, proceedings or suits of every kind and all costs incurred in the defense, settlement or satisfaction thereof (including attorney's fees and court costs), including damages and liabilities, actions, proceedings, suits, costs, claims and judgments of officers, employees or agents of the Contractor and of its subcontractors, and from all damages, liabilities, actions, proceedings, suits, costs, claims, or judgments to which the Authority or any of its officers, employees, or agents may be subjected by reason of injury to the person or property of others resulting from the performance of the Project; or the acts or omissions, whether negligent or not, of the Contractor, its officers, employees or agents, and of its subcontractors; or of the Authority, its officers, employees and agents, or of third persons; or through any improper or defective machinery, implements or appliances used in the Project; and the Contractor shall further defend, if so directed by the Authority, indemnify and save harmless the Authority, its officers, employees and agents from all damages, liabilities, actions, proceedings, suits, costs or claims of any kind, which may be brought or instituted by any subcontractor, material man or laborer who has performed work or furnished materials in or about the Project or by, or on account of, any claims or amount recovered for any infringement of patent, trademark or copyright. So much money due to the Contractor under and by virtue of the Contract as shall be considered necessary by the Authority may be retained by the Authority and held until such suits, proceedings, actions, claims or amounts shall have been settled, and suitable evidence to that effect furnished to the Authority. The obligations of this paragraph shall survive the expiration, termination or rescission of this Contract.

In consideration of the premises, the Authority hereby agrees to pay, as sole compensation for the performance of the Project, payments for the actual quantity of authorized work performed, as provided in the Specifications, at the prices for the Scheduled Items of Work in the Proposal.

Contract Agreement-2

T200.265

This Contract is to be binding upon the Authority, its successor or successors, and upon the contractor and ______heirs, executors, administrators, successor or successors, and is voidable and may be terminated by the Authority, in accordance with the Provisions of the Specifications, or if the provisions of the statutes relative thereto are not complied with.

Relevant records of private vendors or other persons entering into contracts with covered entities are subject to audit or review by the New Jersey Office of the State Comptroller pursuant to N.J.S.A. 52:15C- 14(d). The Contractor shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request.

IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement the day and year first above written.

Attest: NEW JERSEY TURNPIKE AUTHORITY

______Secretary of the New Jersey Executive Director Turnpike Authority

(Corporate Seal)

Witness or Attest

______Name of Contractor

(Corporate Seal) ______L.S.

______L.S.

Contract Agreement-3

T200.265

NEW JERSEY TURNPIKE AUTHORITY

CONTRACT NO. T200.265

CONTRACT BOND

KNOW ALL MEN BY THESE PRESENTS:

That we, , (An individual, a partnership, a corporation)

duly organized under the Laws of the State of______

and having a usual place of business at______

as Principal, and

a corporation duly organized under the Laws of the State of and duly authorized to do business in the State of New Jersey and having a usual place of business at

, as Surety, are holden and stand firmly bound and obligated unto the New Jersey Turnpike Authority, as Obligee, in the sum of

lawful money of the United States of America, to and for the true payment whereof we bind ourselves and each of us, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

The condition of the above obligation is such that whereas, the above named

Principal did on the day of , 20 , enter into a contract with the

Obligee, New Jersey Turnpike Authority generally described as follows:

which said contract is made part of this Bond the same as though set forth herein.

Contract Bond-1

T200.265

Now, if the said Principal shall well and faithfully do and perform the things agreed by the Principal to be done and performed according to the terms of said contract, and shall pay all lawful claims of laborers and other beneficiaries as defined by N.J.S. 2A:44-143 for labor performed or materials, provisions, provender of other supplies, or teams, fuels, oils, implements or machinery furnished, used or consumed in the carrying forward, performing or completing of said contract, we agreeing and assenting that this undertaking shall be for the benefit of laborers and any beneficiary as defined in N.J.S. 2A:44-143 having a just claim, as well as, for the Obligee herein, then this obligation shall be void; otherwise, the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated.

The said Surety hereby stipulates and agrees that no modifications, omissions or additions in or to the terms of the said contract or in or to the plans or specifications therefore shall in anywise affect the obligation of said Surety on its bond, and the Surety hereby waives notice of same.

IN WITNESS WHEREOF, we have hereunto set our hands and seals

this day of in the year 20 .

WITNESS OR ATTEST:

PRINCIPAL [CORPORATE SEAL]

WITNESS OR ATTEST:

SURETY [CORPORATE SEAL]

Contract Bond-2

T200.265

NEW JERSEY TURNPIKE AUTHORITY

POWER OF EXECUTION

The undersigned, a ______corporation, partnership, individual under the laws of the State of ______, having principal office or registered agent in New Jersey at ______, street

______, hereby nominates, constitutes and appoints town

______with full power to act ______, alone or in

______, on behalf of ______conjunction with another person name of company to make, execute, seal and deliver on its behalf as contractor and as its act and deed, any and all contracts, change orders, monthly and final payment certificates and other like instruments.

Such contracts, change orders, monthly and final payment certificates and other like instruments shall be binding upon said company as fully and to all intents and purposes as if such instruments had been duly executed and acknowledged and delivered by the authorized officers of the company when duly executed, as indicated above, by either one of the aforementioned.

WITNESS OR ATTEST: NAME OF COMPANY

______BY: ______Signature

SIGNATURE OF AUTHORIZED PERSONS TO ACT ON BEHALF OF ABOVE COMPANY

______Address

______Date

______

Corporate Seal:

Power of Execution-1

T200.265

NEW JERSEY TURNPIKE AUTHORITY NEW JERSEY TURNPIKE Contract No. T200.265 Drainage Repairs (2013) Mileposts 117 to 122 Bergen County

STANDARD SPECIFICATIONS The Standard Specifications of the New Jersey Turnpike Authority (Authority), Sixth Edition, dated 2004, copies of which are issued separately, as amended and augmented by the Supplementary Specifications, shall govern the construction of this Project and the execution of the Contract.

The New Jersey Department of Transportation (NJDOT) 2007 Standard Specifications for and Bridge Construction, as amended and augmented by the NJDOT Special Provisions herein, shall govern the items of construction for non-Turnpike roadways within this contract where indicated by the following New Jersey Turnpike Authority Supplementary Specifications.

The attention of the Bidders is specifically directed to the provisions of such Standard Specifications, which are hereby made a part hereof, as if fully set forth at length herein.

SUPPLEMENTARY SPECIFICATIONS The following clauses represent modifications to the corresponding subsections of the Standard Specifications and Sections and Subsections added to the Standard Specifications, all relating exclusively to the above Contract. Any applicable provision in the Standard Specifications not amended by and not in conflict with the Supplementary Specifications shall be understood to be in full effect.

Supplementary Specifications - 1

T200.265

DIVISION 100 - GENERAL PROVISIONS

SECTION 101 - GENERAL INFORMATION

101.02 DEFINITIONS

B. Terms The following is added:

Electronic Bidding The means of producing a Proposal using the Authority’s approved software that has been downloaded from the Authority’s website.

The following is replaced:

Proposal The Authority issued Electronic Bidding form which has been completed, executed, and submitted by the Bidder as a bid for the performance of the Project.

Owner Is defined as the New Jersey Turnpike Authority. Whenever in Subsection 106.20 the approval, consent, concurrence or permission of the Owner or Authority is required or authorized (an “Approval”), the approval of the Chief Engineer or his designee shall be deemed the approval of the Owner.

Third Party Contractor Shall mean all persons, firms, partnerships or corporations entering into the contract with the Owner to assist Owner in Owner’s responsibilities

Insured Includes Owner, Contractor, any Third Party Contractor retained by Owner as applicable, Subcontractors, and Sub-Subcontractor named in a policy or a Certificate of Insurance signed by a duly authorized representative of the Insurer

Insurance Broker Shall mean an individual or organization representing the Owner in soliciting, negotiating or buying coverage and rendering services related to these functions.

Insurer Shall mean the insurance carrier providing any or all of the insurance to be provided by Owner.

Site Shall mean the location described in the Contract Documents.

Employees Shall include all laborers, craftspersons, superintendents and executive officers engaged in wage paid employment at the Site in connection with the Work.

Supplementary Specifications - 2

T200.265

Payroll Shall mean all wages of subject employees earned for hours worked for the above Contract subject to the standard exclusions provided by the applicable New Jersey law.

OCIP or Wrap-up Shall mean Owner provided and paid insurance program with the insurance coverages and limits described in Subsection 106.20.

Safety Representative The term refers to the person hired by the Contractor to be responsible for the management of all the Contractor’s safety matters. The Safety Representative shall possess appropriate credentials as determined by the Authority and shall have successfully completed the 30-hour course given by OSHA in Construction Safety and Health. The Chief Engineer or his designee may accept other safety certifications or safety training in lieu of the above.

Excluded Parties a. “Excluded Parties” are contractors, subcontractors, and other individuals who are hazardous materials removal and/or transport companies, vendors, suppliers, fabricators, material dealers, drivers, or others whose function is solely to supply materials, personnel, parts or equipment to and from the Site. This includes but is not limited to vendors, suppliers, fabricators, material dealers, drivers, truckers and crane owner/operators whose on-site employees are engaged solely in the delivery, loading, hauling, and/or unloading of material to or from the Site. Contractors and Subcontractors not working at the Project Site (such as deliverymen, truckers, haulers, etc.) and others who occasionally work/visit the Site are also excluded. Determination of who is an Excluded Parties shall be made by the Authority in consultation with the Contractor and the Insurance Broker.

b. Notwithstanding any apparent limits to the definition of "Excluded Parties" described above, Owner reserves the right, in its sole discretion to remove or exclude (after first being included) any Contractor or Subcontractor from the OCIP, notwithstanding such party’s apparent eligibility for same.

c. "Excluded Parties" shall not be included under the OCIP. All Excluded Parties, subcontractors and individuals as defined herein may be required to provide evidence of their own insurance to the Owner before access to the Site is allowed. The specific requirements are detailed in Subsection 106.20D.

OCIP Is defined as a representative of the Insurance Broker who is located Administrator at the Site or at Authority’s Headquarters in Woodbridge, or in their specified office, and handles insurance enrollment, claims and other matters relating to the Owner Controlled Insurance Program.

OCIP Manual Is the document which details all of the parameters of the OCIP. The

Supplementary Specifications - 3

T200.265

OCIP Manual is a Contract Document and is hereby incorporated by reference in the contract. The failure of the Owner to include the manual in the Bid Documents shall not relieve Contractor of any of the obligations contained therein. The OCIP Manual is available on the Authority’s Web Site (www.state.nj.us/turnpike/professional- services.html) under the Engineering Guides and Information Section. Follow the link entitled “Owner Controlled Insurance Program (OCIP) Manual – Turnpike Widening Contracts” for Turnpike 6 to 9 Widening Contracts and “Owner Controlled Insurance Program (OCIP) Manual – All Other Contracts” for all other Contracts”

New Jersey Guidelines and minimum requirements for the development and Turnpike Authority implementation of the Contractor’s Health and Safety Plan for the Health and Safety Authority’s OCIP Program. The NJTA-HASP Requirements is Plan (NJTA-HASP) available on the Authority’s Web Site Requirements (www.state.nj.us/turnpike/professional-services.html) under the Engineering Guides and Information Section. Follow the link titled “NJTA Minimum Guidelines for Contractor’s OCIP Health and Safety Plan (HASP)”

Health and Safety A written plan or plans that outline the safety management systems Plan that will be used by the contractor to control losses at their job sites.

SECTION 102 - BIDDING REQUIREMENTS AND CONDITIONS

102.01 PREQUALIFICATION OF PROSPECTIVE BIDDERS

Delete the last paragraph and replace it with the following:

Bidders shall submit a valid copy of their Certificate of Registration for the “Public Works Contractor Registration Act” to the Authority’s Engineering Department with their proposal, along with valid copies of the Certificates of Registration for all subcontractors listed in their proposal. Failure to submit a valid copy of the certificate may result in the rejection of the bidder’s Proposal.

102.03 PROPOSALS

Delete the first paragraph and replace with the following:

The Bidder shall submit a Proposal via Electronic Bidding.

Electronic Bidding information is available on the Authority’s Electronic Bidding website. Registration and a subscription fee are required to access the Proposal documents. The Bidder shall download the bidding software. When installing the bid program, the Bidder enters its vendor code assigned by the Authority. The Bidder shall

Supplementary Specifications - 4

T200.265

not alter or in any way change the software.

The Bidder shall download all Proposal documents, including any and all Addenda, from the Authority’s Electronic Bidding website. The Authority assumes no responsibility for errors or omissions in the downloaded Proposal documents. The Bidder shall direct questions or problems with downloading or using the electronic files to the contacts identified on the website.

The Bidder shall specify a price in figures for each Pay Item. For lump sum items, the price shall appear solely in the box provided for the lump sum item under the column designated as “Amounts.” For unit price items, the per unit price shall appear under the column designated “Unit Price” in the appropriate box, and the product of the respective unit price and the approximate quantity for that item shall appear under the column designated “Amounts.” The Total Contract Price is the sum of all figures of the Scheduled Items of Work shown in the column designated “Amounts” and shall appear at the location provided therefor. Determination of the low bidder, for purposes of price comparison will be made on the basis of the correct total price.

The only entries permitted in the Proposal will be the unit or lump sum prices for items that must be bid. The Electronic Bidding software will perform all extensions of the unit or lump sum prices, and calculate the total bid amounts.

The Bidder shall check its bid prior to submission using the Electronic Bidding software. The Bidder shall select “Tools” and then select “Check Bid” and assure there are no errors prior to submitting the electronic bid.

For bids submitted by Joint Ventures, the bidder shall follow the software instructions to indicate their electronic bid as a joint bid.

102.04 FAMILIARITY WITH WORK

All Contract Plan sheets, including any applicable Reference and Standard drawings as listed on the Contract Plan Title Sheet, may be examined at the office of the Authority:

Administration Building 581 Main Street Woodbridge, NJ 08863

Prints of various drawings contained with these contracts will be available at cost. Viewing of these documents will be by appointment only.

For print order and appointment requests, please contact:

Mr. Tony Valte Assistant Project Supervisor E-mail: [email protected] (preferred) Phone: (732) 750-5300, ext. 8244

The NJTA Standard Drawings are not included in the Contract Plan documents provided to registered Plan Holders. The NJTA Standard Drawings are available at:

Supplementary Specifications - 5

T200.265

www.state.nj.us/turnpike/standard-drawings.html.

The Reference Drawings as listed on the Title Sheet will be available electronically (*.pdf format) on the Authority’s Electronic Bidding website.

The following Reference Material will be available electronically (*.pdf format) on the Authority’s Electronic Bidding website:

AS-BUILT NJTP 1969 WIDENING CONTRACT NO. W-1708, DRAINAGE TABULATION (JUNE, 1971) – DWG. NO. 15P,15Q,15R AS-BUILT NJTP 1969 WIDENING CONTRACT NO. W-1708, PLAN (JUNE, 1971) – DWG. NO. 36 - 43A AS-BUILT ROUTE 95 SEC.1U AT ROUTE U.S. 46, CONSTRUCTION PLANS (APR., 1971) – DWG. NO. 31 - 37 AS-BUILT ROUTE 95 SEC.1AC FROM 1500' NORTH OF RT. US 46 TO RT. 80, CONSTRUCTION PLANS (JUNE, 1970) – DWG. NO. 19 - 28 AS-BUILT ROUTE 80 SEC.5V AND ROUTE 95 SEC.1R FROM THE BRIDGE TO RT. 4, GENERAL PLAN (APR., 1963) – DWG. NO. 31 - 38 AS-BUILT ROUTE 95 SEC.1E FROM TEANECK CREEK TO ROUTE 4, PLAN SHEET (AUG., 1960) – DWG. NO. 15 - 19 AS-BUILT ROUTE 95 SEC.1E FROM TEANECK CREEK TO ROUTE 4, PROFILES (AUG., 1960) – DWG. NO. 32 AS-BUILT ROUTE 95 SEC.1G FROM RT. 4 TO FLETCHER AVENUE, DRAINAGE PLANS (OCT., 1960) – DWG. NO. 32 - 39

All Reference Drawings are only for general assistance in the identification of relevant Contracts and Drawing Numbers. The Contractor is advised that the list may not be inclusive of all Contracts and Drawings which may be required for the successful prosecution of work. It is the Contractor’s sole responsibility to research, obtain, and review available documentation, whether listed above or not. The Authority does not guarantee the accuracy of available as-built documentation.

The Contractor is advised that copies of relevant as-built drawings, as well as any and all field notes prepared by the contractor are required to accompany all shop drawing submittals. Refer to Subsection 104.08, Shop and Working Drawings, for shop drawing submittals.

The Contractor may request to visit the site for his own familiarity prior to the proposal due date. All requests shall be via e-mail to Dan Destefano at [email protected]. The e-mail subject line should read, “Contract No. T200.265 Site Visit Request”.

102.05 EXAMINATION OF CONTRACT DOCUMENTS

Delete the first paragraph and replace it with the following:

Supplementary Specifications - 6

T200.265

Prospective bidders must examine the Contract Documents carefully before bidding and must request, electronically, for any interpretation or correction of any apparent ambiguity, inconsistency or error therein. Any requests for interpretation or correction shall be submitted electronically through the Authority’s website “Public Bidders Portal” by logging in and following the instructions at https://capexweb.turnpike.state.nj.us/strategicsourcing/login. If necessary, an interpretation or correction shall be issued by the Chief Engineer as an Addendum. It is the obligation of the Bidder to check the Authority’s Electronic Bidding website for an Addendum. Such Addendum shall become a part of the Contract Documents. Requests for interpretations and/or corrections shall be considered only if received at least five (5) business days prior to the established submission deadline for Proposals.

102.07 PROPOSAL GUARANTY

The last sentence of the first paragraph is deleted and replaced with the following:

In the event Bidder supplies either (i) or (ii), Bidder must utilize the form provided in the Authority’s Electronic Bidding software.

102.09 SUBMITTING PROPOSALS

Delete the first paragraph and replace it with the following:

The Bidder shall submit a Proposal via Electronic Bidding. An authorized representative of the Bidder is required to digitally sign the Proposal. The Authority may reject Proposals that are not digitally signed by the authorized representative of the Bidder with an approved digital signature. More information on digital signatures are found on the Authority’s Electronic Bidding website.

The Bidder is solely responsible for any and all errors and for timely submission of the bid, all components thereof, and all attachments thereto, through the Electronic Bidding system; the Authority assumes no responsibility for any claim arising from the failure of any Bidder or of the electronic delivery system to cause any bid, bid component, or attachment to not be delivered to the Authority on or before the time set for the opening of bids.

The following documents shall be submitted with the Proposal:

Following the first paragraph replace the third bullet item document on the list with the following:

Filed copy of Public Records Filing for New Business Entity, evidencing filing with the New Jersey Department of Treasury, Division of Revenue (if prequalification not required).

Replace the fourth bullet item document on the list with the following:

Supplementary Specifications - 7

T200.265

Acknowledgment of compliance of the Contractor’s Business Registration as required pursuant to Section 1 of P.L.2001, C.134 (N.J.S.A. 52:32-44).

Replace the eighth bullet item document on the list with the following:

Acknowledgment of compliance of the Public Works Certification as required pursuant to P.L.2003, C.91, N.J.S.A 34:11-56:48.

102.11 CAUSES FOR REJECTION

Replace reason (d) with the following:

(d) if the Proposal Guaranty is not verified on the internet by one of the Surety Registry Agencies listed in the Authority’s Electronic Bidding software.

102.15 PUBLIC WORKS CONTRACTOR REGISTRATION ACT

Replace the 3rd sentence with the following:

The Authority requests that Bidders submit a copy of their certificate of registration with the New Jersey Department of Labor prior to bid.

102.16 BUSINESS REGISTRATION ACT

Replace the 2nd and 3rd paragraphs with the following:

Proof of valid business registration with the State of New Jersey Department of Treasury, Division of Revenue shall be submitted by the successful Bidder in the form of a valid BRC in compliance with N.J.S.A. 52:32-44. No contract shall be awarded without proof of business registration with the Division of Revenue. Any questions with regard to obtaining a BRC can be directed to the Division of Revenue at (609) 292-1730. Alternatively, further information is available on the internet at:

http://www.state.nj.us/treasury/revenue/gettingregistered.shtml

No subcontract shall be entered into by the Contractor unless the Subcontractor first provides proof of valid business registration.

The Authority requests that all Bidders submit a copy of the Bidder’s BRC prior to bid.

The Contractor shall submit to the Authority a copy of the Contractor’s list of Subcontractors and their addresses and any updates that take place during the performance of the Contract. The Contractor shall submit a complete and accurate list of Subcontractors to the Authority before final payment is made for goods provided or

Supplementary Specifications - 8

T200.265

services rendered or for construction of a construction project under the Contract.

102.17 PUBLIC LAW 2005, CHAPTER 51 AND (EXECUTIVE ORDER 134) AND EXECUTIVE ORDER 117

In order to safeguard the integrity of State government procurement by imposing restrictions to insulate the award of State contracts from political contributions that pose the risk of improper influence, purchase of access, or the appearance thereof, Executive Order 134 was signed on September 22, 2004 (“EO 134”). The Order is applicable to all State agencies, the principal departments of the executive branch, any division, board, bureau, office, commission within or created by a principal executive branch department, and any independent State authority, board, commission, instrumentality or agency. Executive Order 134 was superseded by Public Law 2005, c.51, signed into law on March 22, 2005. In September 2008, Executive Order 117 was signed and become effective November 15, 2008. It applies to the same government contracting entities subject to Executive Order 134, but extends the political contribution restrictions by expanding the definition of “business entity” to include, for example, more corporate shareholders and sole proprietors. Executive Orders 134 and 117, and Public Law 2005, c.51 contain restrictions and reporting requirements that will necessitate a thorough review of the provisions. Pursuant to the requirements of Public Law 2005, Chapter 51, (“EO 134”) the terms and conditions set forth in this subsection and in Appendix B are material terms of any contract resulting from this bid solicitation.

The required certification forms shall be submitted by the intended awardee only who will be notified in writing and sent the required forms by the Authority.

The required certification forms must be submitted to the Authority within 48 hours of Notice by the Authority.

Please note that more than one Certification and Disclosure may be required from your firm

See Appendix B for Compliance Requirements.

102.18 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN

New Jersey Public Law 2012, c.25 requires all parties seeking to enter into a contract with the Authority to certify that it is not providing goods or services of $20,000,000 or more in the energy sector of Iran. Each Bidder shall certify under penalty of perjury, date and return to the Authority the completed form entitled “Disclosure of Investment Activities in Iran” as set forth in the Proposal. Failure to include the completed form, certified and dated, may be grounds for rejection of Bidder’s Proposal.

SECTION 103 - AWARD AND EXECUTION OF CONTRACT

Supplementary Specifications - 9

T200.265

103.04 SUBLETTING AND ASSIGNING CONTRACT

The specialty items under this Contract are: Concrete in CIP Pipe Invert Slab Pneumatically Applied Mortar, Centrifugally Cast Pipe Liner, Resin

SECTION 104 - CONTROL OF WORK

104.01 INTENT OF CONTRACT

The following is added before the first paragraph:

Contract No. T200.265 which involves diversion of stream flow, re-lining of various CMP and RCP pipes using centrifugally cast concrete and resin liner, drainage system cleaning and video inspection, and various drainage system repairs from Mile 117 to Mile 122 in Bergen County, New Jersey.

104.04 CHANGE OF PLANS AND SPECIFICATIONS.

Delete the tenth paragraph and replace it with the following:

Change Orders may also include appropriate changes in the terms of the Contract, such as extensions of time and adjustment of quantities. Change Orders may also include specifications and drawings that may be necessary to cover the additional work.

104.06 CONTRACTOR’S ORGANIZATION

The following is added after the first paragraph:

All contractor personnel shall wear photo identification at all times on Authority work sites. The photo identification shall have the individual’s name, company name and company telephone number.

104.07 COOPERATION BY CONTRACTOR

The following is added:

The Contractor is advised that other contracts with the Authority and others may be in progress simultaneously with the work to be done under this contract, either within or adjacent to the limits of this contract. The above may result in conflicting lane and roadway closures in accordance with Division 800 of the Specifications. If such conflicts arise, the Contractor shall be prepared to change his schedule and shift to an alternate work area. The denial of a lane, ramp, or roadway closure shall not be considered as a basis for a claim or delay against the Authority.

Supplementary Specifications - 10

T200.265

These contracts include but are not necessarily limited to the following:

Contract No. A100.226 Security Fencing and Access Restrictions Contract No. A600.102D Installation of Variable Message Signs and Sign Structures on the GSP and TPK Contract No. A600.277 Guide Sign Improvements on the NJ Turnpike and Contract No. T100.243 Bridge Repairs and Resurfacing, Milepost 0 to 83, Pearl Harbor Memorial Turnpike Extension (PHMTE) Contract No. T100.244 Bridge Deck Repairs and Resurfacing, Milepost 83 to 122 and Hudson County Extension (NBHCE) Contract No. T100.275 Repainting Structural Steel, TPK Fracture Critical Bridges Contract No. T200.270 Drainage Repairs, Milepost 117 to 122 on the Turnpike

The Contractor will be required to adjust and/or revise his progress schedule on a weekly basis should such lane closing conflict or conflicts should arise. In this case, the Contractor shall opt for opposing direction or other location lane closings and adapt his schedule accordingly, provided such opposing direction or other location lane closings are available. If they are not, the Contractor shall be prepared to interrupt his work, or any party thereof, which required lane closings.

If the Contractor is required to interrupt his work, an extension of time will be granted commensurate with the resulting delay in the completion of the project. Apart from the extension of time, the Contractor will not be compensated for any costs associated with interruption of his work due to the non-availability of lane closings or for weekly adjustments or revisions to his project schedule.

104.08 SHOP AND WORKING DRAWINGS

The following is added after the first paragraph:

Shop and working drawings shall be submitted for the following items of work including but not limited to:

. Guard Rail (all types) . Reinforcement Steel Schedule . Flow diversion plan . Pneumatically Applied Mortar materials, certifications and installation procedure . Concrete CIP pipe invert slab . Concrete CIP collar . Pipe Liner, Resin . Crash Truck with Mounted Attenuator Certification . Safety Plan . Night Lighting Plan (If Required) . Waste Management Plan (WMP)

Supplementary Specifications - 11

T200.265

104.13 SANITARY, HEALTH AND SAFETY PROVISIONS

Add the following to the beginning of the subsection:

The Contractor shall have a Part-Time Safety Representative (SR) per the NJTA Minimum Guidelines for Contractor’s OCIP Health and Safety Plan (HASP), Page 10, Item 3.03(A)(3). The Part-Time SR working hours shall be defined as 10 hours per week.

Add the following after the 2nd paragraph

(A) TOILET FACILITIES

The Contractor shall ensure privacy to all employees and Authority personnel assigned to the Project by providing on site separate toilet facilities for male and female employees. These facilities shall be portable toilets and clearly marked MEN and WOMEN. They are in addition to the facilities provided in the field office.

The total number of facilities shall be determined from the chart listed below. A facility is defined as one unit. A facility site is defined as a location that provides at least one facility for each sex. The maximum distance between the location of facility sites and workers shall be no more than one-half mile.

All toilet facilities shall be in compliance with OSHA Regulation 1926.51(c) with the exception that the Authority will require that separate toilet facilities be provided for males and females. The sewage disposal method shall not endanger the health of employees and shall be in compliance with all State and Federal regulations.

Toilet facilities shall be cleaned and sanitized a minimum of once per week except from May 15 through September 15 in which these facilities shall be cleaned and sanitized a minimum of twice per week.

Number Minimum No. Number Minimum No. of Male of of Female of Employees Facilities Employees Facilities for Male Use for Female Use 1 - 15 1 1 - 15 1 16 - 35 2 16 - 35 2 36 - 55 3 36 - 55 3 56 - 80 4 56 - 80 4 81 - 110 5 81 - 110 5 111 - 150 6 111 - 150 6 Over 150 6+(1) Over 150 6+(1)

(1) - One additional facility for each additional 40 employees of each sex.

104.14 CONSTRUCTION SAFETY

Supplementary Specifications - 12

T200.265

Contractors shall be required to insure that all employees, subcontractors and their suppliers, while on the job site and in conduct of Authority contracts, comply with all provisions of the NJTA-HASP Requirements and any other project specific Health and Safety Plan(s). The Contractor shall familiarize himself with the contents appropriate to his operations. The provisions of the Health and Safety Plans will be strictly enforced. Non-compliance with safety specifications will be treated in the same manner as non-compliance with any Contract item. Willful or repeated non-compliance could result in the shutdown of the job or the suspension of a portion thereof.

The Contractor's personnel in any work area shall wear a vest at all times as specified in Subsection 920.03.

The Federal Occupational Safety and Health Standards, 29 C.F.R. 1910 and 1926 (and all future revisions or additions) are required by law to be followed on all work.

The NJTA -HASP Requirements and any other project specific Health and Safety Plan(s) are supplementary documents to this law, and do not negate, abrogate, alter or otherwise change any provisions of OSHA, or any other applicable laws.

Where other provisions in the Specifications conflict with provisions in the – NJTA- HASP Requirements and any other project specific Health and Safety Plan(s), the more stringent requirements, as determined by the Engineer, shall govern.

The following Subsection is added:

104.15 ACCESS TO WORKING SITES

Access to project work sites shall be shown on the plans or as approved by the Engineer.

Delivery of materials and other work required for the Project shall not interfere with Turnpike traffic.

The following Subsection is added:

104.16 PROTECTION OF WETLANDS AND TRANSITION AREAS DURING CONSTRUCTION

(A). Prior to the commencement of all work, the Contractor shall locate and clearly stake out the boundaries of all wetland areas and transition areas delineated on the Contract Plans, which are outside the limits of construction, with temporary orange plastic fence. “KEEP OUT” signs shall be placed at intervals of not less than 100 feet around perimeter of all staked out areas. Should the marking be damaged during construction, the Contractor shall repair it within one working day.

Supplementary Specifications - 13

T200.265

(B). Entry into or physical disturbance of a designated wetland area and transition area is prohibited, unless it is in accordance with the Contract Plans and Specifications or prior approval has been obtained from the Engineer. Such approval shall not be unreasonably refused.

(C). Temporary shall not be placed in designated wetlands or transition areas outside the limits of construction shown on Contract Plans. Where the entry of vehicles into designated wetland or transition area is required and permitted, the Contractor shall take measures to protect the wetland and transition area from gouging, cutting or other damage by the use of appropriate protective measures such as travel mats.

(D). No fill shall be placed in wetland and transition areas either temporarily or permanently beyond the limits of construction shown in the Contract Plans.

(E). Storage of materials or equipment or parking of vehicles on wetlands and transition areas is prohibited beyond the limits of construction shown in the Contract Plans.

(F). No construction wastes, excess fill, petroleum products or cut vegetative materials shall be placed on any wetland or transition area beyond the limits of construction shown in the Contract Plans.

(G). No buildings or sanitary facilities, whether temporary or permanent, shall be placed on any wetland or transition area.

(H). Where construction is being carried out in adjoining areas or in portions of wetland or transition areas, silt fences shall be placed along the edge of the wetland or transition area so as to prevent silt running onto the wetland or transition area beyond the limits of construction shown in the Contract Plans.

(I). No borrow material shall be taken from a designated wetland or transition area beyond the limits of construction shown in the Contract Plans.

The following Subsection is added:

104.20 NIGHTTIME OPERATIONS

A. General

All operations that are performed during the non-daylight hours shall be properly illuminated to allow for the complete performance and inspection of the work. This work shall consist of furnishing, installing, operating, maintaining, moving, and removing portable light towers and equipment-mounted fixtures for nighttime construction operations, for the duration of the nighttime work on the Contract. Nighttime operations consist of work specifically scheduled to occur after sunset and before sunrise. Before nighttime operations may begin, the Contractor shall demonstrate to the Engineer that its nighttime operation

Supplementary Specifications - 14

T200.265

meets the light level requirements.

B. Light Levels and Illumination Requirements A minimum of 50 lux shall be maintained throughout the entire area of operation. Area of operation is a work area that is a minimum of 65 feet ahead and behind the employee, where an employee is on or near the roadway.

Specific tasks should meet the minimum illumination levels shown in the following table:

Minimum Areas of Illumination Description of Tasks Illumination Level Embankment, fill, and compaction Excavation regular, lateral ditch and channel General Landscape, grassing and sodding illumination 50 lux Maintenance of earthwork embankment throughout area Mechanical sweeping and cleaning of operation Reworking shoulders Subgrade stabilization and construction

General illumination throughout area Bituminous concrete milling* of operation. 50 lux Bituminous concrete paving operation* Minimum of 200 feet ahead and 200 feet behind equipment. General illumination throughout area of operation. 50 lux Bituminous concrete roller operation* Minimum of 100 feet ahead and 100 feet behind equipment.

Supplementary Specifications - 15

T200.265

Minimum Areas of Illumination Description of Tasks Illumination Level Barrier walls and traffic separators Base course construction Bituminous concrete paving operation* Bituminous concrete roller operation* Bridge decks General Bridge painting illumination of Concrete pavement tasks and Drainage structures, culverts, and storm around sewers equipment. Guide rail and fencing Minimum of 25 Highway signs and permanent feet ahead and 100 lux installation 25 feet behind Removal of pavement equipment. Other concrete structures Illumination Painting stripes and pavement markers shall be Pot hole filling provided on the Repair of concrete pavement sides of the Resetting guide rail and fencing equipment. Sidewalks Surface treatment Waterproofing and sealing Any other operation not listed in this table Crack filling, sawcutting, and sealing joints Electrical work Illumination on 200 lux Highway street lighting task. Traffic signals Intelligent transportation systems

*Both requirements of 50 lux and 100 lux for these operations must be met.

Light meter readings shall be taken horizontally to the roadway surface facing the light source. If the Contractor fails to meet the minimum illuminate levels at any time, the Contractor shall cease its nighttime operations until such time that required light levels are attained. The uniformity of illuminance, defined as the ratio of the average illuminance to the minimum illuminance over the work area, shall not exceed 5:1. Construction operations shall be deemed to include all work operations by the Contractor’s personnel, including layout and measurements ahead of the actual work.

1. Equipment Materials and/or equipment shall be in good operating condition and in compliance with applicable OSHA, NEC, and NEMA codes.

The Contractor shall furnish, for use by the engineer, two light meters

Supplementary Specifications - 16

T200.265 capable of measuring the level of illuminance in lux. These light meters shall be supplied to the Engineer for use as necessary to check the adequacy of illumination throughout the nighttime operations. The light meters will become the property of the Contractor after acceptance.

The Contractor shall provide suitable brackets and hardware to mount lighting fixtures and generators on machines and equipment. Mountings shall be designed so that lights can be aimed and positioned as necessary to reduce glare and to provide the required illuminance. Mounting brackets and fixtures shall not interfere with the equipment operator or any overhead structures and shall provide for secure connection of the fixtures with minimum vibration.

Portable and trailer-mounted light towers shall be sturdy and free- standing without the aid of guy wires or bracings. Towers shall be capable of being moved as necessary to keep pace with the construction operation. Portable towers and trailers shall be positioned to minimize the risk of being impacted by traffic on the roadway or by construction traffic or equipment.

Light towers mounted on paving and milling machines, rollers, and other paving equipment shall not exceed the height of vertical underclearances, such as trees, aerial utilities, or bridge underclearances. Lights shall be aimed and adjusted to provide uniform illumination with a uniformity ratio 5:1. The hopper, auger, and screed areas of pavers shall be uniformly illuminated. The operator’s controls on all machines shall be uniformly illuminated.

Conventional vehicle headlights shall not be permitted as the means of illumination while working. All moving equipment used for nighttime operations shall have a lighting system consisting of a minimum of two lights directed in each direction of travel of the equipment. The equipment shall also have a minimum of 0.5 square feet high intensity retroflective sheeting toward the extremities of each side of the equipment. A minimum of 1 square foot of the sheeting shall be visible from each direction. All workers shall, during the hours of darkness, wear reflectorized garments as specified for traffic directors.

Existing street and highway lighting shall not eliminate the need for the Contractor to provide lighting. Consideration may be given to the amount of illumination provided by existing lights in determining the wattage and/or quantity of lights to be provided.

The Contractor shall provide sufficient fuel, spare lamps, generators, and qualified personnel to ensure that all required lights operate continuously during nighttime operations. Each generator shall have a fuel tank of sufficient capacity to permit operation of the lighting system for a minimum of 12 hours. In the event of any failure to the lighting system, the operation shall be discontinued until the required level of

Supplementary Specifications - 17

T200.265

illumination is restored. Hydraulic generator system shall be used in residential areas and areas designated to minimize noise pollution. If hydraulic generator systems are unavailable, other generator-powered systems may be used with the approval of the Engineer.

A supply of emergency flares shall be maintained by the Contractor for use in the event of emergency or unanticipated situations.

2. Glare Control All lighting provided under this item shall be designed, installed, and operated to avoid glare that interferes with traffic on the roadway or that causes annoyance or discomfort for residences adjoining the roadway. The Contractor shall locate, aim, and adjust the lights to provide the required level of illuminance and uniformity in the work area without the creation of objectionable glare. The Engineer shall be the sole judge of when glare is unacceptable, either for traffic or for adjoining residences. The Contractor shall provide screening such as shields, visors, or louvers on lights as necessary to reduce objectionable levels of glare.

C. Payment

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 as scheduled in the Proposal.

SECTION 105 - CONTROL OF MATERIALS

105.01 MATERIALS

Add the following after the second paragraph:

The Authority will not approve the use of any materials as fill material for the project exhibiting the following characteristics unless specifically provided for in the contract documents: any waste or combination of waste, including toxic, carcinogenic, corrosive, irritating, sensitizing, radioactive, biological infectious, explosive, or flammable waste or otherwise determined to be unsuitable by the Authority which poses a present or potential future threat to human health, living organisms, or the environment. Such un-approved materials also include all hazardous or toxic substances defined as such by the New Jersey Department of Environmental Protection (NJDEP) and/or the United States Environmental Protection Agency (USEPA).

The Authority will not approve the use of any materials that are contaminated as defined by N.J.A.C. 7:26E-1.8 and NJDEP’s most recent version of the Solid and Hazardous Waste Management Program Guidance Document on Contaminated Soil.

Replace the third paragraph with the following:

Supplementary Specifications - 18

T200.265

Within ten (10) days after the date of execution by the Authority of the Contract, the Contractor shall inform the Engineer in writing from whom and where the Contractor proposes to obtain the materials required for the Project, and thereafter advise the Engineer of proposed changes provided, however, the location of proposed borrow pits and / or quarries shall be submitted within ten (10) days of receipt of Notice of Award, as specified in Subsection 103.02. The location of proposed borrow pits and / or quarries shall be approved by the Engineer prior to use for the Project. Said borrow pits and / or quarries shall be limited to borrow pits and / or quarries already in use. The source of supply of each of the materials to be incorporated into the Project shall be approved by the Engineer before delivery is started. The approval of the Engineer may be withdrawn at any time when it appears to the Engineer that the materials have deteriorated subsequent to the giving of such approval. Subsequent to the submission of the initial list of sources of supply the Contractor shall notify the Engineer of all new sources of supply at least thirty (30) calendar days in advance of the proposed shipment of materials from such new sources.

105.02 LOCAL MATERIAL SOURCES

Add the following after the first paragraph:

(A) Sources Provided by the Authority

Replace the second paragraph with the following:

If the Contractor desires to use material from sources other than those designated, the Contractor shall first receive pre-approval from the Authority; and then acquire the necessary rights to take materials from the sources and shall pay all costs related thereto, including any which may result from an increase in length of haul. All costs of exploring and developing such other sources shall be borne by the Contractor. The use of material from other than designated sources will not be permitted until such preliminary samples as may be required by the Engineer have been obtained, tested and approved, and the Contractor receives approval of the source of such materials.

105.07 STORAGE OF MATERIALS AND STAGING AREAS

The following is added after the fourth sentence of the first paragraph:

Storage/Staging areas for this Contract can be located within the Turnpike right-of-way with the approval of the Engineer. The Contractor is responsible for locating and acquiring the storage/staging area to suite the construction. The Contractor will be required to maintain areas in a clean and neat condition.

Prior to occupying and upon vacating any staging area, the Contractor shall submit to the Engineer a minimum of 10 progress photographs documenting the initial and final conditions of the staging area. Progress photographs shall be taken and submitted in accordance with Subsection 107.10.

The following is added after the first paragraph: The following requirements are mandated as part of the NJDEP Highway Agency Stormwater General Permit (Highway Agency Permit) for discharge to surface water and groundwater. Documents and forms listed herein and additional instructions are included in Appendix I – NJDPES Stormwater Permit Program.

Supplementary Specifications - 19

T200.265

1. The Contractor shall operate storage/staging areas within the Authority’s right of way in accordance with the REQUIRED PRACTICES FOR FUELING OPERATIONS, VEHICLE MAINTENANCE, AND GOOD HOUSEKEEPING STATEWIDE BASIC REQUIREMENTS.

2. The Contractor shall complete the form entitled “NEW JERSEY TURNPIKE AUTHORITY STAGING AREA INVENTORY/INSPECTION FORM” within 30 days of occupying any staging area and update every six (6) months. It should be submitted to the Authority’s Engineering Department, Environmental Section as outlined in Appendix I. A copy of the form shall also be submitted to the Engineer for each submission.

3. The Contractor shall provide two weeks written notice to the Authority’s Engineering Department, Environmental Section prior to vacating the staging area. A copy of the notice should also be submitted to the Engineer.

SECTION 106 - LEGAL RELATIONS AND RESPONSIBILITY

106.10 PERMITS, LICENSES AND TAXES

The following is added:

The Contractor's attention is called to the following two permits, recently established by the NJDEP that may also be required on this Contract:

(A). Well Drilling Permit The Contractor shall apply for and obtain a Well Drilling Permit from the NJ Department of Environmental Protection's (NJDEP) Division of Water Resources, Bureau of Water Allocation, when the drilling, boring, coring or excavation of any hole that is > 25 feet in-depth or that enters the groundwater table at an elevation above 25 feet in depth is anticipated. No well drilling shall be permitted until such permit is obtained. Each permit covers all wells within a ¼ sq. mi. area.

(B). Dewatering Permit The Contractor shall apply for and obtain a Dewatering Permit from the NJDEP's Division of Water Resources, Bureau of Water Allocation, when the pumping or lowering of any groundwater at an average rate of 100,000 gallons per day, over a 30-day period, within a 2 sq. mi. area is anticipated. No pumping of groundwater shall be permitted until such permit is obtained.

Pursuant to N.J.S.A. 54:49-19, and notwithstanding any provision of the law to the contrary, whenever any taxpayer, partnership, or S corporation under contract to provide goods or services or construction projects to the State of New Jersey or its agencies or instrumentalities, including the legislative and judicial branches of State government, is entitled to payment for those goods or services or construction projects and at the same

Supplementary Specifications - 20

T200.265

time the taxpayer, or the partner or shareholder of that entity, is indebted for any State tax, the Director of the Division of Taxation shall seek to set-off that taxpayer’s, partner’s or shareholder’s share of the payment due to the taxpayer, partnership, or S corporation. The amount of set-off shall not allow for the deduction of any expenses or other deductions which might be attributable to a partner or shareholder subject to set-off under this act. No payment shall be made to the taxpayer, the provider of goods or services or the contractor or subcontractor of construction projects pending resolution of the indebtedness.

The Director of the Division of Taxation shall give notice to the set-off to the taxpayer, the provider of goods or services, or the contractor or subcontractor of construction projects and provide an opportunity for a hearing with thirty (30) days such notice under the procedures for protests established under R.S. 54:49-18. No requests for conference, protest or subsequent appeal to the Tax Court from any protest under this section shall stay the collection of the indebtedness. Interest that may be payable by the State pursuant to P.L. 1987, c. 184 (c.582:32-32 et seq.) to the taxpayer, the provider of goods or services, or the contractor or subcontractor of construction projects shall be stayed.

106.18 UTILITIES

The following is added after the second paragraph:

As directed by the Engineer, the Contractor shall mark and identify the perimeter of the proposed site of the ground intrusive activities with white paint, flags, stakes, or a combination thereof prior to notifying the New Jersey One Call System of the Contractor’s intent to engage in excavation or demolition. The proposed site shall be the minimum size necessary to safely accommodate the planned excavation or demolition (e.g. small sites, non- linear excavations, spot excavations such as soil borings, sign posts, or guide rail) to avoid unnecessary marking and locating by the Authority in accordance with N.J.A.C. 14:2-3.2.

106.20 INSURANCE

Replace this Subsection in its entirety with the following:

The Contractor is advised that this Contract is entered into solely on the basis that insurance will be provided through an Owner Controlled Insurance Program (known as ‘OCIP’ or ‘Wrap-up Program’) with only some insurance such as, but not limited to, Automobile Liability, to be provided by the Contractor. The Bidder’s attention is directed to this entire Subsection 106.20 which has been modified to implement the ‘OCIP’ or ‘Wrap-up Program’ for this solicitation.

The Contractor, for informational purposes only, within days after award of the Contract, may be required to provide their insurance costs that would have been submitted with the bid if the OCIP had not provided for the following coverages:

Workers’ Compensation – Statutory and Employer’s Liability limits of not less than One Million Dollars ($1,000,000. 00).

Supplementary Specifications - 21

T200.265

General Liability – Two Million Dollars ($2,000,000.00) per occurrence/Two Million Dollars ($2,000,000.00) annual general aggregate and Two Million Dollars ($2,000,000.00) annual products and completed operations aggregate.

Excess/Umbrella Liability – Three Million Dollars ($3,000,000.00) per occurrence, subject to a Three Million Dollars ($3,000,000.00) annual aggregate, in excess of underlying limits and terms.

(A) INSURANCE TO BE PROVIDED BY OWNER

The Owner, prior to the commencement of the Work, will provide and maintain at its own expense the following insurance coverages for the benefit of the Contractor and Subcontractor and Third Party Contractor(s) as applicable performing Work at the work site. Except as otherwise provided below, such insurance coverages will continue in force until acceptance of the Work by the Owner. Insurance provided by the Owner applies only to operations of and for each Insured at the Site. It does not apply to the operations of any Insured in his regularly established main or branch office, factory, warehouse, fabrication shop or similar place or any other work site.

(1) Workers’ Compensation Insurance in compliance with the laws of the State of New Jersey, including Employer’s Liability Insurance (with limits of not less than One Million Dollars ($1,000,000.00) covering the Owner, Contractor and Contractor's designated subcontractors for operations performed in connection with the Work at the Project site.) A separate policy will be issued for each insured. Policies will be renewed and continued until Acceptance of the Work.

(2) Commercial General Liability Insurance (excluding Automobile), in the Owner’s name in the standard ISO form or its equivalent approved by the Authority, with all Contractors, Subcontractors, and Third Party Contractor(s), as applicable, named as insureds and all other indemnified parties under the contract as additional insureds.

Bodily Injury and Property Damage: Total combined per occurrence Limit of Liability for all insureds is Two Million Dollars ($2,000,000.00) subject to a Four Million Dollars ($4,000,000.00) general aggregate and a Four Million Dollars ($4,000,000.00) products and completed operations aggregate. Coverage terms will be provided upon request.

Coverage Details: Standard Commercial General Liability Form Employee Exclusion Removed Blanket Contractual Liability Broad Form Property Damage – Including Completed Operations Independent Contractors Coverage Products/Completed Operations – extending 6 years after project completion (The limits for products/completed operations shall

Supplementary Specifications - 22

T200.265

apply as a one time separate aggregate limit for the entire extension period.) Blanket Underground, Explosion and Collapse – (X,C,U) Liability Non-Owned Watercraft Employees as Additional Insureds Broadened Notice of Occurrence Broadened Knowledge of Occurrence Incidental Medical Malpractice Severability of Interest

(3) Excess Liability Insurance shall have a minimum limit of One Hundred Million Dollars ($100,000,000.00) each accident or occurrence, subject to a minimum limit of One Hundred Million Dollars ($100,000,000.00) aggregate, in excess of the underlying limits and terms as set forth in coverage items above.

(4) All Risk Builders Risk/Installation Floater Insurance Policy. The Authority will not provide Builders Risk insurance

(5) Contractors Pollution Legal Liability Insurance in the amount of Twenty-five Million Dollars ($25,000,000.00) per occurrence and in the aggregate, with respect to any operation of the Contractor or any of its Subcontractors, including the transportation endorsement. This policy or policies will be purchased by the Owner on behalf of all Contractors and will name the Owner as an Additional Insured.

(6) If the Contractor or Subcontractor is engaged in any operation requiring a permit from a Railroad Company located within the work site, the Owner will provide Railroad Protective Insurance.

(B) NOTES AND ADDITIONAL CONDITIONS

(1) All Contractors and Subcontractors will be furnished a copy of certificate of insurance as evidence of coverage.

(2) All premiums for the insurance set forth in Section A above, will be paid by the Owner, and any and all adjustments, including return premiums and dividends for Worker’s Compensation Insurance, General Liability Insurance and Builders All Risk Insurance shall be paid to and belong to the Owner. Contractor and all Subcontractors will execute any instruments of assignment necessary to permit Owner receipt of these adjustments.

(3) Loss, if any, covered by the Builders All Risk Insurance policy is to be adjusted by and payable to the Owner.

(4) With respect to Worker’s Compensation, Employers’ Liability and General Liability, all Contractors and Subcontractors should inform their

Supplementary Specifications - 23

T200.265

insurance broker or agent not to include rating data from work at the Site in their reporting procedures for the calculation of premiums or otherwise.

(5) Waiver of Subrogation - To the extent Contractor or its Subcontractor(s) are insureds under a policy of insurance provided under the OCIP, they each hereby waive their right and the right, if any, of their insurers, to obtain subrogation against others insured by the OCIP. In addition, the OCIP underwriters hereby waive their right of subrogation against the named insureds.

(6) The Contractor and Subcontractors shall cooperate with and assist, in every possible manner, the representatives of the Owner, the insurance brokerage representatives and insurers with respect to:

(a) Accident Prevention and Claims Procedures.

(b) The adjustment of all claims arising out of operations within the scope of the Contract, including litigation of such claims.

(c) The Reporting of Claims. All incidents must be reported within 24-hours of injury or damage using methods as provided for by the OCIP Administrator.

(7) The Owner will provide each participant in the OCIP with an OCIP- Manual (which includes summaries of the insurance coverages, loss control procedures, claim procedures, reporting requirements and enrollment forms) and a Safety Advisory (which overviews health and safety good practices and regulatory requirements). Enrollees shall familiarize themselves, incorporate them into their contracts with other Enrollees and comply with the requirements contained in the OCIP Manual. The OCIP Manual is available on the Authority’s Web Site.

(8) Contractor agrees to allow workers to be tested post-injury for Alcohol and illegal drugs at the Owner’s cost.

(9) The Contractor shall participate in safety site visit(s) by the OCIP Administrator and the insurance carriers providing the OCIP coverages. The Contractor shall keep minutes of all such site visits, noting any items identified as safety issues as well as the recommendations and actions of the Contractor to address such issues.

(10) The Contractor agrees to report payroll to the OCIP Administrator on a Monthly or Weekly basis (TBD) per their Internet-Based reporting system.

(11) The Contractor agrees to comply with all requirements and complete and submit all forms required in the OCIP Manual in a timely manner.

Supplementary Specifications - 24

T200.265

(12) The Contractors and Subcontractors shall cooperate with and assist all insurance companies issuing any of the policies of insurance mentioned above in the preparation of all necessary pertinent payroll audits for the purposes of developing and determining all premiums hereunder and shall keep their records relating to the contract in such a manner that said records can readily be separated from other Work the Contractors and Subcontractors are doing.

(13) The Contractor and Subcontractors shall cooperate with any audit and inspection requests.

(14) Owner shall have no obligation to provide insurance other than that referred to in this Contract and in the OCIP Manual. Contractor will review the coverage, limits of liability and insurance policies to satisfy itself that the coverage meets the needs of the Contractor and its Subcontractors. Nothing contained herein shall be deemed to place any responsibility on Owner for ensuring that the insurance required herein is sufficient for the conduct of Contractor’s or Subcontractor’s business. Owner assumes no responsibility for providing coverage in excess of the policy limits. Owner reserves the right to furnish other insurance coverage of various types and limits provided that such coverage will not be less than that specified in this Contract. The furnishing of insurance by Owner through the OCIP shall in no way relieve or limit or be construed to relieve or limit Contractor or any Subcontractor of any responsibility or obligation whatsoever otherwise imposed by this Contract, including any indemnity obligation which Contractor or any Subcontractor has to Owner pursuant to other sections of this Contract. Contractor acknowledges that Owner is not an agent, partner or guarantor of the OCIP insurance carriers and is not responsible for any claims or disputes between Contractor and the insurance carriers. Any type, quality or quantity of insurance coverage or increase in limits not provided by the OCIP which the Contractor requires for its own protection or on account of statute will be the responsibility of Contractor at its own expense.

(15) While it is the intent of the Owner to keep the OCIP in force until the Completion Date and Acceptance of the work, the Owner reserves the right to exclude a Contractor or Subcontractor or terminate or modify the OCIP or any portion thereof at any time. To implement this right to terminate or modify the OCIP, the Owner shall provide at least 45 days advance written notice to all Contractors or Subcontractors covered under the OCIP.

In the event Owner elects to exclude a Contractor or Subcontractor or otherwise terminate or modify the OCIP, the affected Contractors and Subcontractors shall immediately be required to obtain replacement insurance coverage and the reasonable cost of such replacement insurance will be reimbursed by the Owner in accordance with the terms herein. Written evidence of such replacement insurance coverages shall

Supplementary Specifications - 25

T200.265

be provided to the OCIP Administrator, as directed by the Chief Engineer or his designee. All insurance secured by Contractor or its Subcontractors pursuant to this section shall be in policies subject to Owner’s reasonable approval as to form, content, limits of liability, cost and issuing company.

(16) The Contractor shall incorporate into all subcontract agreements and ensure that its Subcontractors incorporate in Sub-subcontract agreements all of the relevant provisions regarding Subcontractor requirements and obligations. Contractor shall be responsible for providing each Subcontractor with a copy of the OCIP Manual and the NJTA-HASP Requirements and requiring contractually that each Subcontractor comply with the provisions contained therein and this entire section of the contract.

(17) No Property Insurance Coverage is provided for personal or business property, equipment, and office equipment, owned or used by the Contractor or Subcontractor other than as described herein. In the event the Contractor or Subcontractor maintains such insurance, such insurance shall include an insurer's waiver of subrogation in favor of the Owner.

(18) The Contractor or Subcontractor may purchase such additional coverage(s) as it deems necessary for its own account, at its own expense and through its own efforts for exposures not covered by the OCIP.

(19) The Contractor shall promptly notify the Insurance Administrator at the completion of each Subcontractor’s Work at the Site.

(20) The insurance coverages referred to in this Section 106.20 are set forth in full in the respective insurance policy forms, and the descriptions of such policies contained in this Subsection 106.20 or in the OCIP Manual are not intended to be complete or to alter or amend any provision of the actual insurance policies and in matters, if any, in which the description may be conflicting with such instruments, the provisions of the actual insurance policies shall govern.

CONTRACTORS MUST EXCLUDE THE INSURANCE COSTS FOR CONTRACTOR AND ITS SUBCONTRACTORS IN THEIR BID FOR THOSE COVERAGES THAT ARE PROVIDED BY THE OCIP.

The Owner reserves the right to request a certification of insurance coverages of the Contractor and any of its Subcontractors to ensure that the cost of OCIP coverages have been excluded from the bid.

(C) INSURANCE TO BE PROVIDED BY CONTRACTOR AND SUBCONTRACTORS

Supplementary Specifications - 26

T200.265

As directed by the Chief Engineer, the Contractor and each of its Subcontractors shall procure, at its sole cost and expense, and shall maintain in force at all times during this Contract until Final Acceptance, policies of insurance as herein below set forth, written by companies approved and otherwise reasonably acceptable by the Owner or it designee and shall deliver to the Authority evidence of such policies. These policies must:

Be written in accordance with the requirements of the subparagraphs below, as applicable;

Be endorsed in form acceptable to the Authority to include a provision that the policy will not be canceled, materially changed, or not renewed without at least thirty (30) days prior written notice to the Authority, attention OCIP Insurance Administrator, by Certified mail, return receipt requested;

State or be endorsed to provide that the coverage afforded under the policies shall apply on a primary and not on an excess or contributing basis with any policies which may be available to the Owner.

State or be endorsed to provide Waiver of Subrogation for General Liability, Automobile Liability and Workers Compensation coverage;

Name as Additional Insured, The Authority, its commissioners, officers, employees and agents.

Policies written on a “claims-made” basis are not acceptable.

At least thirty (30) days prior to the expiration of the policies, evidence of renewal or replacement policies or insurance, with terms and limits no less favorable as the expiring policies, shall be delivered to the Authority.

Deductibles or self-insured retentions above $25,000 will require approval from the Authority.

(1) Special Insurance to be provided by Applicable Contractors and Subcontractors as defined below:

(a) As respects any watercraft (Boats, Barges, etc.) used during the performance of this contract, Marine Protection and Indemnity Insurance covering all marine hazards arising from this contract; including injuries to crew members, if not provided through other insurance; Bodily Injury to third parties and Property Damage to wharves, piers and other structures and loss or damage to other vessels not caused by collision. The policy shall be subject to a limit of liability of not less than $5,000,000 per occurrence and $10,000,000 in the aggregate. If the policy is subject to an aggregate limit, replacement insurance will be required if it is likely such aggregate will be exceeded.

Supplementary Specifications - 27

T200.265

(b) If the project includes transportation of Hazardous Waste/Material from the project site, the Contractor or Subcontractor who transports the hazardous waste/materials from the work site which requires a Hazardous Waste Manifest, and such transport is related to the Work, coverage for bodily injury or property damage including liability for environmental restoration resulting from negligence in the operation, maintenance or use of any motor vehicle involved in the transportation of hazardous waste pursuant to all applicable Federal, State and local laws, rules and regulations, MCS-90 Endorsement must be attached to the policy and supplied on a primary basis with a $5,000,000 limit of liability.

Said Environmental Liability Insurance shall be in effect from the time the Owner permits the asbestos abatement, lead abatement or other environmentally regulated substances and materials work to begin through the completion of the work.

(c) Upon award or upon selection of the Subcontractor, the Contractor shall additionally furnish evidence to the Engineer that the disposal facility chosen has the minimum Environmental Liability Insurance required by applicable Federal, State and local regulations for the duration of the Work.

Any additional insurance policies necessary to obtain required permits or otherwise comply with applicable law, ordinances or regulations regarding the performance of the Work will be provided upon request of the Chief Engineer.

(d) Aircraft Liability Insurance

If the Contractor or subcontractor is engaged in any operations utilizing aircraft, it shall maintain aircraft liability insurance in an amount not less than $10,000,000, written on an occurrence basis.

This policy shall name the Authority, its commissioners, officers, employees and agents as additional insured.

(2) Specific Insurance Policies to be provided by All Contractors and Subcontractors:

(a) Commercial Automobile Liability Insurance policy in Contractor’s name with the Owner and all other Indemnified Parties under the Contract named as additional insureds with limits of liability in the amount of $2,000,000 each occurrence on a combined single limit basis for injuries to persons (including death) and damage to property arising out of the ownership, maintenance or use of any owned, hired or non-owned motor vehicle. If the policy is subject to an aggregate limit, replacement insurance will be required if it is likely such aggregate will be exceeded.

Supplementary Specifications - 28

T200.265

(b) To the extent required by law Statutory Workers Compensation Insurance and Employers Liability Insurance including Maritime Coverage, if appropriate, for operations AWAY FROM THE SITE. Employers Liability Limits shall be at least $1,000,000 each accident.

(c) Commercial General Liability for operations AWAY FROM THE SITE for each Contractor and all Subcontractors. The limits shall be $2,000,000 each occurrence including Products/Completed Operations with a $2,000,000 Aggregate. If the policy is subject to an aggregate limit, replacement insurance will be required if it is likely such aggregate will be exceeded. Each liability policy shall contain an Additional Insured Endorsement naming the Owner and any other entity designated by Owner as Additional Insured, equivalent to the latest ISO Form CG 2010 and will state that the coverage provided to the Additional Insureds is primary and non-contributing with any other insurance available to the Additional Insured.

(d) Umbrella Liability Insurance for operations AWAY FROM SITE for each Contractor and all Subcontractors. The limits shall be $3,000,000 Each Occurrence and Annual Aggregate in excess of those underlying policy limits referenced in 2 a ,b and c above.

(e) Contractor waives, and will require any and all Subcontractor(s) to waive, all rights of recovery under subrogation, because of deductible clauses, inadequacy of limits of any insurance policy or otherwise (including, but not limited to, property damage to equipment, materials and any loss due to business interruption) against the Owner and all other Indemnified Parties under the Contract are included in the Contract and any Contractor or Subcontractor performing work or rendering services in connection with the project, and agrees to effect a waiver of subrogation in favor of the above entities on all policies of insurance, including, but not limited to, property insurance policies covering personal property of any kind, any loss due to business interruption, equipment, materials, owned, hired or in the care, custody or control of the Contractor or such Subcontractor(s). Contractor shall require that all insurance policies related to the Work secured by Contractor or its Subcontractors include clauses providing that each insurance carrier shall also waive all of its rights of recovery by subrogation, or otherwise, against Contractor together with the same parties referenced immediately above in this Section. Contractor shall require similar written express waivers and insurance clauses from each of its Subcontractors. This provision shall apply to each Contractor and Subcontractor performing work or rendering services on behalf of Owner in connection with the planning and development of the Project irrespective of whether or not it is enrolled in the OCIP. A waiver of subrogation shall be effective as to any individual or entity even if such individual or entity (a) would otherwise have a duty of indemnification, contractual or otherwise, (b) did not pay the

Supplementary Specifications - 29

T200.265

insurance premium directly or indirectly, and (c) whether or not such individual or entity has an insurable interest in the property damaged.

(f) In addition to the requirements contained elsewhere in this agreement, all Excluded Contractors and excluded subcontractors shall, at a minimum, separately procure and maintain the insurance required in this section. Additionally all Contractors shall require, and monitor for compliance, their respective excluded subcontractors, to maintain the following insurance:

(1) Workers Compensation Insurance with statutory limits as required in the State(s) where any operations are being performed, including Maritime coverage, if appropriate, and Employers’ Liability limits of not less than $1,000,000 each accident.

(2) General Liability Insurance covering claims for personal injury, bodily injury and property damage arising out of the Work and in a form providing coverage not less than that of a standard Commercial General Liability Insurance policy (“Occurrence Form”). Such insurance shall provide coverage for all operations and include independent contractors, products completed operations for two (2) years after final Acceptance of the Work and final payment has been made contractual liability, explosion, collapse, and underground hazards. The policy shall include an additional insured endorsement in accordance with Paragraph c above. The policy shall include an additional insured endorsement in accordance with Paragraph c above. The limits of such insurance shall not be less than $2,000,000 per occurrence, $2,000,000 general aggregate limit and $2,000,000 aggregate for products and completed operations. If the policy is subject to an aggregate limit, replacement insurance will be required if it is likely such aggregate will be exceeded. Each liability policy shall contain an Additional Insured Endorsement naming the Owner and any other entity designated by Owner as Additional Insured, equivalent to the latest ISO Form CG 2010 and will state that the coverage provided to the Additional Insureds is primary and non-contributing with any other insurance available to the Additional Insured.

(3) Commercial Automobile Liability Insurance covering all owned, non-owned and hired automobiles, trucks and trailers. Such insurance shall provide coverage not less than the Standard ISO Commercial Automobile

Supplementary Specifications - 30

T200.265

Liability policy with limits not less than, $2,000,000 Combined Single Limit and naming the Owner and all other Indemnified Parties under the Contract as additional insureds.

(4) Umbrella Liability Insurance with limits of $3 million per occurrence and annual aggregate in excess of those policies listed in (1), (2) and (3) above. If the policy is subject to an aggregate limit, replacement insurance will be required if it is likely such aggregate will be exceeded.

(D) NOTIFICATION OF CONTRACT AWARD AND REQUEST FOR INSURANCE

When the Owner advises a successful bidder of the award of a Contract, the Owner will also notify the Insurance Broker. Notification to the Insurance Broker is required of all Contractors and Subcontractors.

(1) Any work sublet by a Contractor must be reported to and approved by the Owner.

(2) The Contractor and his Subcontractors are required to complete the Contractor Insurance Information and enrollment forms as set forth in the Authority’s OCIP Manual and return it to the designated OCIP Administrator. Upon receipt of this completed information, the designated OCIP Administrator will arrange for and send to the eligible Contractors or eligible Subcontractors:

(a) A Certificate of Insurance evidencing Workers’ Compensation and Employers’ Liability coverage. The original policy providing coverage will be sent as soon as practicable.

(b) A Certificate of Insurance evidencing Commercial General Liability coverage.

(c) A Certificate of Insurance evidencing Umbrella Liability Insurance, if requested.

(d) A Certificate of evidencing All Risk Builders Insurance (if applicable).

(E) INSURANCE TO BE PROVIDED BY CONTRACTORS AND SUBCONTRACTORS IN THE EVENT OF TERMINATION OF THE OCIP

In the event that the OCIP is terminated for any reason, the Contractor shall procure and maintain, until acceptance by the Authority of the Project, insurance for liability for damages imposed by law and assumed under this contract, of the kinds and in the amount hereinafter provided. All insurance companies must be authorized to do business in the State of New Jersey, and must carry an A.M.

Supplementary Specifications - 31

T200.265

Best Rating of A-VII or better. Before commencing any services hereunder, the Contractor shall furnish to the Authority a certificate or certificates of insurance (together with declaration pages if requested by the Authority) in form satisfactory to the Authority showing that it has complied with this article. The certificate or certificates and declaration pages shall provide that the policies shall not be canceled or restrict any coverage until 30 days prior written notice has been given the Authority. All certificates and notices of cancellation of change shall be mailed to: Chief Engineer, New Jersey Turnpike Authority, P.O. Box 5042, Woodbridge, NJ 07095-5050. Upon request, the Contractor shall furnish the Authority with a certified copy of each policy itself, including the provision establishing premiums.

In the event that the Contractor fails to provide or refuses to renew any insurance policy required to be maintained herein, or if such policy is canceled or modified so that the insurance does not meet the requirements contained herein, the Authority may refuse to make payment of monies due under this Contract. The Authority in its sole discretion may use such monies to purchase insurance on behalf of the Contractor.

The types and minimum limits of insurance shall be:

(1) COMMERCIAL GENERAL LIABILITY INSURANCE.

The minimum limits of liability for this insurance shall be as follows:

Bodily Injury and Property Damage (Each occurrence combined single limit) $2,000,000

Personal Injury Each Occurrence $2,000,000 General Aggregate $2,000,000 Products Aggregate $2,000,000 Fire Damage Legal Liability $ 100,000 Medical Payments $ 5,000

This policy shall name the Authority, its commissioners, officers, employees and agents as additional insureds.

The coverage to be provided under this policy shall be at least as broad as the standard basic unamended and unendorsed ISO Commercial General Liability policy.

This insurance policy shall include, Personal Injury, Broad Form Property Damage, Contractual Liability including the deletion of the coverage restriction related to work conducted within fifty (50) feet of a railroad, products, completed operation, X.C.U., and independent contractors coverages. With respect to products, completed operations coverage shall remain in force for a period of two (2) years following the completion and/or termination of the contract.

Supplementary Specifications - 32

T200.265

(2) BUSINESS AUTOMOBILE LIABILITY INSURANCE.

The Comprehensive Automobile Liability policy shall cover owned, non- owned and hired vehicles with minimum limits as follows:

Combined Single Limit of Liability for Bodily Injury or Property Damage any one accident; $2,000,000

This policy shall name the Authority, its commissioners, officers, employees and agents as additional insureds.

The Contractor and any subcontractors, who will be transporting any hazardous materials, hazardous substances, hazardous wastes and contaminated soils as part of the work under this contract, shall provide the Authority with evidence of levels of financial responsibility as required by the Motor Carrier Act of 1980 and 49 C.F.R., Part 387.

The Contractor and/or subcontractor, as the case may be, shall provide the Authority with one of the following: (1) an Endorsement for Motor Carrier Policies of Insurance for Liability under Sections 29 and 30 of the Motor Carrier Act of 1980 (Form MCS-90) issued by an insurer, (2) a Motor Carrier Surety Bond for Public Liability under Section 30 of the Motor Carrier Act of 1980 (Form MCS-82) issued by a surety, or (3) a written decision, order or authorization of the Interstate Commerce Commission authorizing the Contractor or subcontractor to self-insure pursuant to 49 C.F.R., Part 1043.5.

(3) WORKERS COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE.

Workers Compensation Insurance shall be provided in accordance with the requirements of the laws of the State of New Jersey and shall include an all-states endorsement to extend coverage to any state which may be interpreted to have legal jurisdiction. Employers' Liability Insurance shall be provided with a limit of liability of $1,000,000 for each accident as required by New Jersey law.

(4) CONTRACTORS POLLUTION LIABILITY (CPL) INSURANCE.

With regard to services rendered by Contractors and/or their Subcontractors for this project, a Contractor's Pollution Liability Policy (CPL) shall be provided.

The CPL shall include, but not be limited to, coverage for on-site cleanup, bodily injury and/or property damage to third parties, contractual liability, and automobile liability for the transportation of materials to and from the project site, completed operations and a severability of interest clause.

Supplementary Specifications - 33

T200.265

The policy shall be issued on a project specific and occurrence basis dedicated exclusively to the project for the services rendered hereunder. The policy shall be renewed annually for the duration of the project and for a period of two (2) years following termination of the contract or the completion of the project. The minimum limits of liability dedicated to this project shall be as follows:

Each Occurrence $5,000,000 Annual Aggregate $10,000,000

The policy shall name the Authority, its commissioners, officers, employees and agents as additional insureds.

(5) UMBRELLA LIABILITY INSURANCE

Umbrella liability insurance is required with limits in excess of those underlying policies stated under parts (a) (b) and (c) with minimum limits as follows:

Minimum limit each occurrence and annual aggregate $3,000,000

This policy shall name the Authority, its commissioners, officers, employees and agents as additional insured.

(6) OWNER'S PROTECTIVE LIABILITY INSURANCE.

The contractor shall obtain and maintain a separate Owner's Protective Liability policy with minimum limits as specified below. This policy shall name the New Jersey Turnpike Authority, its commissioners, officers, employees and agents as named insured. The policy shall remain in force until completion of the project.

Minimum limits of liability for bodily injury and property damage combined C/S/L each occurrence and aggregate - $5,000,000.

(7) MARINE LIABILITY INSURANCE.

If the Contractor or subcontractor is engaged in any marine operation, it shall maintain marine liability insurance in a minimum limit of $10,000,000, written on an occurrence basis.

This policy shall name the Authority, its commissioners, officers, employees and agents as additional insured.

(8) AIRCRAFT LIABILITY INSURANCE.

If the Contractor or subcontractor is engaged in any operations utilizing aircraft, it shall maintain aircraft liability insurance in an amount not less than $10,000,000, written on an occurrence basis.

Supplementary Specifications - 34

T200.265

This policy shall name the Authority, its commissioners, officers, employees and agents as additional insured.

(9) RAILROAD PROTECTIVE LIABILITY INSURANCE.

If the Contractor or Subcontractor is engaged in any operation requiring a permit from a Railroad Company located within the worksite, the Contractor will provide Insurance in such amounts and such limits as required by the individual Railroad Company.

(10) INSURANCE, CERTIFICATE AND ENDORSEMENT REQUIREMENTS.

Each of the above required policies shall contain the endorsements as stated below:

Thirty (30) days notice of cancellation or any restriction in coverage by registered mail to the New Jersey Turnpike Authority.

All policies, except Workers Compensation and Employer's Liability Insurance, shall contain a waiver of subrogation clause in favor of the New Jersey Turnpike Authority.

With respect to policies (1),(2),(4) and (6), the other insurance clause under each policy shall be amended to read as follows: "This policy will act as primary insurance and not contribute with policies issued to the New Jersey Turnpike Authority."

Insurance coverage in the minimum amounts provided for herein shall not relieve the Contractor or subcontractor of any liability which might exceed that amount, nor shall it preclude the Authority from taking such other actions as are available to it under any other provisions of this contract, or otherwise in law.

In the event that the Contractor or subcontractor fails or refuses to renew any insurance policy required to be maintained herein, or if such policy is canceled or modified so that the insurance does not meet the requirements contained herein, the Authority may refuse to make payment of monies due under this contract. The Authority, it its sole discretion, may use such monies to purchase insurance on behalf of the Contractor or subcontractor, or it may default the Contractor and direct the surety to complete the project. The Authority may waive or modify and requirement set forth in the insurance program set forth herein. During any period when the required insurance is not in effect, the Chief Engineer may suspend performance of the Contract. If the contract is so suspended, no additional compensation or extension of time shall be due on account of such suspension.

Supplementary Specifications - 35

T200.265

The Contractor shall also require all subcontractors to comply with the insurance requirements stated above, including providing evidence of such insurance coverages in the same manner as stated above. If any subcontractor cannot comply with this requirement, then such subcontractor shall be added under the Contractor's policies as an additional insured.

Notwithstanding that minimum amount of insurance coverage carried or required to be carried by the Contractor are specified herein, the liability of the Contractor shall not be limited to the amounts so specified and shall extend to any and all liability in excess of the insurance coverages so provided nor shall these minimum limits preclude the Authority from taking any action available to it under the provisions of the contract or otherwise in Law.

(11) ADDITIONAL PROVISIONS

(a) Contractor and all Subcontractors shall not violate or knowingly permit to be violated any conditions of the policies of insurance provided by Owner under the terms of this Paragraph 106.20. All requirements and obligations imposed on the Contractor by this Paragraph 106.20, the OCIP Manual or the insurance policies referred to herein shall likewise, by Contractor or otherwise, be imposed on, assumed and performed by each of the Subcontractors.

(b) The Contractor agrees and will require each Subcontractor to agree to keep and maintain an accurate and classified record of its payroll data and information in accordance with the requirements of the insurance company or companies and as required in the OCIP Manual. The Contractor and its Subcontractors agree to permit its books and records to be examined and audited periodically by the Insurer, Owner or their respective representatives. Prior to start of work, the Contractor shall furnish and cause its Subcontractors to furnish to Owner or its designee, in a form satisfactory to Owner as set forth in the OCIP Manual, an estimate of direct labor cost (listed by Standard Workers’ Compensation Insurance classification) to be incurred in connection with the work at the Site, and the total price due each Subcontractor under its contract. Contractor shall provide Owner as requested or required, with certified payrolls for all on-site labor performed by Contractor and its Subcontractors. Failure by the Contractor to provide certified payrolls may, at Owner’s option, be cause to withhold payment until compliance.

(c) Contractor shall deliver to the designated OCIP Administrator prior to the commencement of the work, satisfactory evidence of insurance coverage for Contractor on a standard ACORD form

Supplementary Specifications - 36

T200.265

or other form as required by Owner. Sample ACORD certificate is included in the OCIP Manual. Upon request, copies of the actual insurance policies or renewals or replacements thereof shall be submitted to Owner. All policies of insurance the Contractor or Subcontractor are required to secure and maintain in accordance with this Contract will be placed with A.M. Best- rated VII or better insurance companies’ satisfactory to Owner and shall provide sixty (60) days written notice of cancellation, non-renewal or reduction of coverage. Contractor will be responsible to pay all insurance premiums including any charges for required waivers of subrogation or the endorsement of Additional Insureds. All Insurance furnished by Contractor or its Subcontractors will be in full force and effect during contractor’s performance under the Contract or as otherwise required by the Contract. The coverage and limits of insurance required in this Contract will not be construed as a limitation of liability to Owner or in any way modify the Contractor’s or its Subcontractor’s obligations to indemnify Owner. Contractor’s failure to deliver satisfactory evidence of coverage shall not be construed as a waiver of Contractor’s obligation to provide the required insurance coverage. Contractor shall be responsible for obtaining satisfactory evidence of insurance coverage from each of its Subcontractor’s prior to commencement of Subcontractor’s work.

Nothing contained in this Paragraph 106.20 shall relieve the Contractor and/or its Subcontractors of their respective obligations to exercise due care in the performance of their duties in connection with the Work and complete the Work in strict compliance with the Contract.

(12) ENVIRONMENTAL OBLIGATIONS AND INDEMNIFICATION

In fulfilling its obligations under the Contract, the Contractor and all Subcontractors shall comply with any and all applicable Federal, State and local laws, rules and regulations governing the handling, transportation, disposal and abatement of asbestos, asbestos containing materials, asbestos contaminated materials, lead paint materials, petroleum, petroleum constituents, and all other environmentally regulated substances and hazardous materials. The Contractor shall indemnify and hold harmless, without limitation, the indemnified parties from any and all fines, penalties and assessments levied against or imposed upon the Indemnified Parties as a result of the Contractor’s failure to comply with any and all applicable federal, state and local laws, rules and regulations governing the handling, transportation, disposal and abatement of asbestos, asbestos containing materials, asbestos contaminated materials, lead paint materials, petroleum, petroleum constituents, and all other environmentally regulated substances and hazardous materials.

Supplementary Specifications - 37

T200.265

The liability of the Contractor under this section shall in no way be limited by the amount of insurance coverage provided and shall continue beyond the expiration of the Contract for claims, losses, expenses, fines, penalties and assessments which arise out of the Contractor’s or its Subcontractor’s performance during the term of the Contract.

106.24 SMALL BUSINESS ENTERPRISE PROGRAM

Delete the first paragraph and replace it with the following:

In accordance with Executive Order No. 84 signed by Governor Jim Florio on March 5. 1993 and Executive Order No. 71 signed by Governor James E. McGreevey on October 2, 2003, it is the policy of the New Jersey Turnpike Authority (the “Authority” or “NJTA”) that Small Business Enterprises (“SBE”), as determined and defined by the State of New Jersey, Department of Treasury, Division of Revenue (“Division”) and the Department of the Treasury (“Treasury”) in N.J.A.C. 17:13-1.1 et seq and N.J.A.C. 17:14-1.1 et seq., respectively, have the opportunity to compete for and participate in the performance of contracts for the purchase of goods and services and for construction services required by the Authority. The Authority further requires that its contractors shall agree to take all necessary and responsible steps, in accordance with the aforementioned regulations, to ensure that SBEs have these opportunities.

In the second and third paragraphs, change “Commerce Commission to “Division”.

Add the following Subsection:

106.25 WARRANTIES MADE BY CONTRACTOR

The Contractor represents and warrants:

A. That he is financially solvent, that he is experienced in and competent to perform the type of services contemplated by this Contract, that the facts stated or shown in any papers submitted or referred to in connection with his Proposal are true, and, if the Contractor be a corporation, that it is authorized to perform this Contract;

B. That he has carefully examined and analyzed the provisions and requirements of this Contract and inspected the construction site, that from his own investigations he has satisfied himself as to the nature of all things needed for the performance of this Contract, the general and local conditions and all other matters which in any way affect this Contract or its performance, and that the time available to him for such examinations, analysis, inspection and investigation was adequate;

C. That the Contract is feasible of performance in accordance with all its provisions and requirements and that he can and will perform in strict accordance with such provisions and requirements;

Supplementary Specifications - 38

T200.265

D. That no Commissioner, officer, agent or employee of the Authority is personally interested directly or indirectly in this Contract for the compensation to be paid hereunder, and;

E. That, except only for those representations, statements or promises expressly contained in this Contract, no representation, statement or promise, oral or in writing, of any kind whatsoever by the Authority, its Commissioners, officers, agents, employees or consultants has induced the Contractor to enter into this Contract or has been relied upon by the Contractor, including any with reference to: (1) the meaning, correctness, suitability, or completeness of any provisions or requirements of this Contract; (2) the nature, existence or location of materials, structures, obstructions, utilities or conditions, surface or subsurface, which may be encountered at the construction site; (3) the nature, quantity, quality or size of the materials, equipment, labor and other facilities needed for the performance of this Contract; (4) the general or local conditions which may in any way affect this Contract or its performance; (5) the price of the Contract; or (6) any other matters, whether similar to or different from those referred to in (1) through (5) immediately above, affecting or having any connection with this Contract, the bidding thereon, any discussions thereof, the performance thereof or those employed therein or connected or concerned therewith.

Nothing in the Contract Documents or any other part of the Contract is intended as or shall constitute a representation by the Authority as to the feasibility of performance of this Contract or any part thereof. Moreover, the Authority does not warrant or represent either by issuance of the Contract Documents or by any provisions of this Contract as time for performance or completion or otherwise that the Contract may be performed or completed by required herein or by any other times.

The Contractor further represents and warrants that he was given ample opportunity and time and by means of this subsection was requested by the Authority to review thoroughly all documents forming this Contract prior to opening of Proposals on this Contract in order that he might request inclusion in this Contract of any statement, representation, promise or provision which he desired or on which he wished to place reliance; that he did so review said documents, that either every such statement, representation, promise or provision has been included in this Contract or else, if omitted, that he expressly relinquishes the benefit of any such omitted statement, representation, promise or provision and is willing to perform this Contract without claiming reliance thereon or making any other claim on account of such omission.

The Contractor further recognizes that the provisions of this Subsection, (though not only this Subsection) are essential to the Authority’s consent to enter into this Contract and that without such provisions, the Authority would not have entered into this Contract.

106.27 DISCRIMINATION IN EMPLOYMENT ON PUBLIC WORKS

Supplementary Specifications - 39

T200.265

All contractors and subcontractors must comply with the requirements of N.J.S.A. 10:2-1 Discrimination in Employment on Public Works bound hereinafter as Appendix J.

SECTION 107 – PROSECUTION AND PROGRESS

107.02 PRE-CONSTRUCTION CONFERENCE

The second paragraph is deleted and replaced with the following:

The Contractor, his superintendent, or his authorized agent shall be present at the conference and shall present a list of proposed subcontractors, if any, a list of suppliers from whom materials are anticipated to be purchased, an executed application for a Traffic Permit to begin work at the site, two (2) copies of the Health and Safety Plan (HASP) and Safe Work Plans (SWP) that comply with the minimum guidelines in “New Jersey Turnpike Authority Health and Safety Plan Requirements” (available via the Authority’s Web Site, www.state.nj.us/turnpike/professional-services.html, by following the link titled “NJTA Minimum Guidelines for Contractor’s OCIP Health and Safety Plan (HASP)” under the Engineering Reference Material section) with all requests required of a satisfactory HASP and SWP as set forth elsewhere in the contract documents, and other data as required by the Authority. The information so presented shall be on forms submitted to the Contractor with the notice of this preconstruction conference. Separate Safety Kickoff Meeting, utility meeting, pre-concrete conferences, and/or other meetings may be scheduled when required by these Supplemental Specifications, or as needed.

107.03 COMMENCEMENT OF WORK

The first paragraph is deleted and replaced with the following:

Upon execution of the contract by the Authority, a fully executed copy thereof together with a Notice to Proceed will be forwarded to the Contractor. Receipt of the executed Contract and Notice shall constitute the Contractor's authority to enter upon the site of the work, provided the Contractor has prior thereto submitted to the Engineer, and he has accepted, the insurance certificates required under Subsection 106.20 and applied for and received a Traffic Permit required under Section 801. Construction operations shall not begin until the Contractor has supplied, and the Engineer has accepted, the HASP and SWP, the progress schedule and other certifications, forms, schedules, and any other documents required by the Contract Documents prior to the beginning of construction operations and established a field office as required by the Supplementary Specifications. Furthermore, no construction operations shall begin until the Safety Kickoff Meeting has been held and the contractor has satisfied all requirements thereto.

107.12 LANE AND ROADWAY OCCUPANCY CHARGES

The Contractor is advised that severe impacts are experienced by the traveling public occasioned by having a lane or lanes closed beyond the allowable lane closure hours

Supplementary Specifications - 40

T200.265 listed in the Authority’s Manual for Traffic Control in Work Zones. In the event that the Contractor fails to open a lane or lanes or make the lane or lanes fully available for use by Authority Maintenance crews, according to the allowable lane closure hours, the Authority will have the right to collect a Lane Occupancy Charge for the use and occupancy of each such lane or lanes beyond the allowable lane closure hours until such time that the lane or lanes are reopened to traffic or made fully available for use by Authority Maintenance crews. Therefore, the contractor will be assessed a Lane Occupancy Charge for a delay in the reopening of the lane closing(s), premised upon road user costs and costs incurred by the Authority for engineering, inspection, and administration (including overhead). The Lane Occupancy Charges shall be collected by deducting the appropriate Charges, as determined in accordance with the Authority’s Road User Cost Manual and Lane Occupancy Charge Worksheet, from the Contractor’s partial payments.

The Authority’s Road User Cost Manual and Lane Occupancy Charge Worksheet are available on the Authority’s Web Site (www.state.nj.us/professional-services.html) under the Engineering Reference Material section.

The Lane Occupancy Charges for lane closings in this Contract are shown in the table below, and they will be assessed after the expiration of the permissible lane closing periods specified in the Authority’s Manual for Traffic Control in Work Zones, until such time as the lane is fully available for use by Authority patrons or Authority Maintenance crews, as applicable, for each location of work in this Contract.

Reopening Of Lane Lane Occupancy Charge Is Late By: Assessed: 1 to 15 minutes $500 16 to 30 minutes $500 [Type a quote from the 31 to 45 minutes $500 document or the 46 to 60 minutes $500 summary of an 61 to 75 minutes $500 interesting point. You can position the text 76 to 90 minutes $500 box anywhere in the 91 to 105 minutes $500 document. Use the 106 to 120 minutes $500 Text Box Tools tab to Notes: change the formatting Every 15 minutes late after 2 hours is an additional of the pull quote text charge of $5,000 to a maximum total daily charge of box.] $20,000.

Note that the charges above shall not be added together. The Lane Occupancy Charge to be assessed is the single value in the right-hand column corresponding to the lateness of work zone pick up found in the left-hand column.

THE CONTRACTOR IS ADVISED THAT ROADWAY CLOSURES MAY NOT BE AVAILABLE FOR WORK ON THIS PROJECT. However, the Contractor may be allowed to utilize any roadway closure installed/scheduled by others for work on other Contracts

Supplementary Specifications - 41

T200.265

or for Authority Maintenance. The Contractor is advised that severe impacts are experienced by the traveling public occasioned by having a roadway closed beyond the hours specified by Contract documents or the Operations Department. In the event that the Contractor fails to remove their operations from a roadway or make the roadway fully available for use, the Authority will have the right to collect a Roadway Occupancy Charge for the use and occupancy of the roadway beyond the specified hours until such time that the roadway is reopened to traffic or made fully available for use. Therefore, the contractor will be assessed a Roadway Occupancy Charge for a delay in the reopening of the roadway closing, and costs incurred by the Authority for engineering, inspection, and administration (including overhead). The Roadway Occupancy Charge shall be collected by deducting the amount from the Contractor’s partial payments.

Roadway Occupancy Charges for roadway closings will be assessed after the hours specified by the Engineer and will be in the amount of $20,000 per day, until the roadway is fully available for use by Authority patrons or Authority Maintenance crews as applicable.

SECTION 108 – MEASUREMENT AND PAYMENT

108.03 PARTIAL PAYMENTS

The first and fourth paragraphs are deleted and replaced with the following:

At monthly intervals, or semi-monthly when the work accomplished in a two-week period amounts to a minimum of $250,000, the Engineer will prepare a "Certificate for Payment to Contractor," which shall be executed by the Contractor, showing the approximate quantities of work completed and all permanent materials and equipment furnished but not incorporated in the work, up to the date of such certificate, and the value of such materials and equipment as security for the fulfillment of this contract by the Contractor until the completion of the contract. The Authority will pay monthly or semi-monthly to the Contractor while carrying on the Work, the balance not retained after deducting there from all previous payments. In connection with the value of the approximate quantities of work completed, an amount equivalent to two (2) percent of the amount due will be deducted and retained from the partial payments pending substantial completion. In the first estimate following substantial completion, the Authority will reduce the amount retained to one (1) percent of the total value of the contract. No additional retainage will be withheld provided that the work is proceeding satisfactorily and timely on the basis of approved construction schedules. Ten (10) percent of the value of permanent materials and equipment furnished but not incorporated in the work will be deducted and retained at all times. This will be in addition to any amount retained in connection with the total value of the approximate quantities of work completed. The total value of the contract will be considered to mean the original total Awarded value of the Contract, adjusted by the total value of all approved Change Orders.

If it becomes evident on the basis of the approved progress schedule or otherwise that the completion date for the Contract will not be met, the Authority reserves the right to retain four (4) percent of the total value of the approximate quantities of work completed throughout the entire Contract period and to make additional retention in the amount of

Supplementary Specifications - 42

T200.265

the liquidated damages as specified in the contract.

In accordance with N.J.S.A. 2A:30A-2, as amended, regarding the prompt payment of construction contracts, the required 30-day payment period shall begin when the “Certificate for Payment to Contractor” has been approved in the Authority’s contract management system (CapEx Manager) by the Assistant Chief Engineer of Construction.

As a result of the American Recovery and Reinvestment Act as well as the State of New Jersey Stimulus Initiatives, Contractors and Subcontractors are required to submit monthly employment and wage data to the State via an automated web based application using electronic Form CC-257R through the New Jersey Portal at http://www.state.nj.us

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. Within five (5) business days of submitting the required data each month, the Contractor shall provide a written statement to the Authority certifying that he and his subcontractors have submitted the required information to the State.

108.04 PAYMENT FOR COST-PLUS WORK

This Subsection is deleted in its entirety and replaced with the following:

Where the Contractor and the Engineer cannot negotiate an agreement for extra work or for work designated as cost-plus work elsewhere in the Contract Documents, the Chief Engineer may direct and require the Contractor to do such work on a cost-plus basis to be compensated as provided in this Subsection.

The total costs for labor, materials, equipment, bonds, insurance and tax as provided in the following Subparts, together with applicable markups shall constitute full compensation for all direct and indirect costs, including overhead, and profit, and shall be deemed to include all items of expense not specifically designated.

(A) LABOR.

Labor shall mean:

(1) Actual hourly wages, as set forth and substantiated by the Contractor’s Certified Payroll Records, paid to and received by foremen, shop stewards, surveyors, laborers, mechanics and other employees below the rank of superintendent, exclusive of timekeepers, as dictated by union contract and directly employed at the construction site, whether employed by the Contractor or by the subcontractor, subject to the Engineer's authority to determine what employees of any category are "required for Extra Work" and as to the portion of their time allotted to Extra Work.

Supplementary Specifications - 43

T200.265

(2) A pro rata portion of:

(a) Vacation allowances and union dues and assessments which the employer actually pays, as set forth and substantiated by the Contractor’s Certified Payroll Records, pursuant to contractual obligation upon the basis of such wages, and

(b) Taxes actually paid by the employer (such as Social Security Tax, Federal and State Unemployment Compensation Contributions and State Temporary Disability Benefits Contributions), as set forth and substantiated by the Contractor’s Certified Payroll Records, pursuant to law upon the basis of such wages and as shown in the “Notice of Employer Contribution Rates” issued by the New Jersey Department of Labor

(c) Holiday pay actually paid by the employer during the performance of the work.

"Employees" as used herein shall mean only the employees of one employer.

(B) MATERIALS.

Actual cost of all material used and incorporated into the permanent construction, including freight and delivery charges as shown on original receipted bills. For all materials not incorporated into the permanent construction but necessarily involved in the performance of the work, the Contractor shall receive an amount equal to the actual cost of such materials, less a reasonable allowance for the salvage value of such materials when they are no longer required for the performance of the work except as follows: (Fuels and lubricants consumed by equipment shall be included in the Equipment and Plant described below.)

The Authority is exempt from the Sales and Use Tax pursuant to Subsection 106.10. The Contractor will not be reimbursed for taxes for which the Authority is exempt.

(C) INSURANCE.

Actual additional cost of Workman’s Compensation, Contractor's Commercial General Liability Insurance, Owner’s Protective Liability Insurance, Contractor’s Pollution Liability (CPL) Insurance, Umbrella Liability Insurance, and other types of Insurance which may be required for the performance of the work, provided the cost of such insurance is increased due to an increase in the cost of the work. Calculations for these additional costs shall be submitted to the Engineer prior to the completion of the cost plus work.

Cost of bonds, property damage, liability, and workers compensation insurance premiums; unemployment insurance contributions; and social security taxes shall be supplied to the Engineer prior to the start of cost plus work.

(D) OVERHEAD.

Supplementary Specifications - 44

T200.265

Ten (10) percent of the cost of Labor (A), Materials (B) and Insurance (C), and five (5) percent of the cost of Equipment and Plant (E) and Sublet Work (I) shall be added as full compensation for all general superintendents (other than Foremen), administration and overhead, bonding expenses, general safety items and equipment including personal protection equipment (PPE) and the use of small tools.

(E) EQUIPMENT AND PLANT.

(1) Contractor Owned Equipment and Plant.

An hourly rate determined as set forth below of all equipment, other than small tools, actually owned by the Contractor and used in the performance of the work, limited to the periods that such equipment is actually required and engaged in the performance of the work.

The Rates shall be derived from the monthly rate, as set forth in the recommendations of the “Rental Rate Blue Book " published by EquipmentWatch®, (a unit of Penton Media, Inc.) 6151 Powers Ferry Rd. Suite 200, Atlanta, Georgia 30339.

(a) The ownership hourly rate will be determined by dividing the monthly rate by 176. The weekly, hourly, and daily rates will not be used. (b) The number of hours to be paid will be the number of hours that the equipment or plant is actually used on a specific cost-plus activity. (c) The current revisions will be used in establishing rates. The current revision applicable to specific cost-plus work is as of the first day of work performed on that cost-plus work and that rate applies throughout the period the cost- plus work is being performed. (d) Area adjustment and equipment life adjustment will not be made. (e) Overtime shall be charged at one-half the rate indicated in Part (a) above. (f) The estimated operating costs per hour will be used for each hour that the equipment or plant is in operation on the work. Such costs do not apply to idle time, regardless of the cause of the idleness. (g) Idle time for equipment will not be paid for, except where the equipment has been held on the project site on a standby basis at the direction of the Engineer and, but for this direction, should have left the project site. Such payment will be made at one-half the rate established in Subparagraph (1) above. (h) The rates established above include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs, overhaul and maintenance of any kind, depreciation, storage, profit, insurance, all costs (including labor and equipment) of moving equipment or plant to, on, and away from the site. The only exception shall be the cost to move such equipment if the use of such equipment was not required as part of the contract scope at the time the contractor is directed to proceed with cost plus work. (i) Operator costs will be paid only as provided in (A) Labor above. There will be no payment for operator cost when the equipment is idle.

Supplementary Specifications - 45

T200.265

All equipment shall, in the opinion of the Engineer, be in good operating condition. Equipment used by the Contractor shall be specifically described and be of suitable size and suitable capacity required for the work to be performed. In the event the Contractor elects to use equipment of a higher rental value than that suitable for the work, payment will be made at the rate applicable to the suitable equipment. The equipment actually used and the suitable equipment paid for will be made a part of the record for cost-plus work. The Engineer will determine the suitability of the equipment. If there is a differential in the rate of pay of the operator of oversize or higher rate equipment, the rate paid for the operator will be that for the suitable equipment.

If a rate is not established in the Rental Rate Blue Book for a particular piece of equipment or plant, the Contractor shall obtain a rate from Equipment Watch for the Engineer’s review and approval.

The above provisions apply to the equipment and plant owned directly by the Contractor or by entities which are divisions, affiliates, subsidiaries, or in any other way related to the Contractor or its parent company.

(2) Rented Equipment and Plant

Rented Equipment and Plant. In the event that the Contractor does not own a specific type of equipment or plant and must obtain it by rental, the Contractor shall inform the Resident Engineer of the need to rent the equipment and of the rental rate for that equipment prior to using it on the Work. The Contractor will be paid the actual rental for the equipment for the time that the equipment is actually used to accomplish the work, provided that rate is reasonable as determined by the Engineer. The Contractor shall provide a copy of the paid receipts and canceled checks for the rental expense incurred.

(F) PROFIT.

Ten (10) percent of the cost of Labor (A) and Materials (B) as described above, as full compensation for profit and for all other items of cost and expense to the Contractor not specifically provided for herein.

(G) TOLLS.

Tolls for Authority roadways or any other roadways will not be reimbursed.

(H) SUBLET WORK.

In the event any portion of the work ordered on a cost-plus basis is sublet, the Contractor will be paid for the actual cost of the work performed in accordance with the provisions as specified above.

(I) RECORDS.

Supplementary Specifications - 46

T200.265

The Contractor shall maintain its records in such a manner as to provide a clear distinction between the direct costs of work paid for on a cost-plus basis and the costs of other operations.

From the above records, the Contractor shall furnish to the Engineer the completed Daily Schedule of Labor, Equipment and Material charges reports using the forms provided herein the appendix of the supplementary specifications for each day’s work. Said daily cost-plus work reports shall be signed by the Contractor and submitted daily for the Engineer’s review and approval.

The Contractor’s final cost plus work reports shall be submitted using the schedule of forms provided in Appendix Z herein and shall be listed as follows:

Standardized Schedules for Cost-Plus Work

Schedule A: Summary of Charges Schedule B: Daily Schedule of Labor Charges Schedule B-1: Calculation of Hourly Labor Rates Schedule C: Daily Schedule of Equipment Charges Schedule C-1: Calculation of Hourly Equipment Rates Schedule C-2: Calculation of Rented Equipment Schedule D: Daily Schedule of Material Charges Schedule E: Daily Schedule of Subcontractor Charges Schedule F: Inspector Report

Material charges shall be substantiated by valid copies of vendor's invoices. Such invoices shall be submitted with the daily cost-plus work reports, or if not available, they shall be submitted with subsequent daily cost-plus work reports. Should said vendor's invoices not be submitted within 60 days after the date of delivery of the material, or within 15 days after the completion, whichever occurs first, the Authority reserves the right to establish the cost of such materials at the lowest current wholesale prices at which said materials are available, in the quantities concerned, delivered to the location of work.

The Contractor will not be paid until all of the above records are provided to the Authority as outlined above, and reviewed and approved by the Engineer and Authority.

The Chief Engineer may direct a Contractor to perform work which would require the paying of premium time wages not anticipated in the original scope of the project. The premium portion of all wages will not receive a mark-up for profit; however, a 10% overhead allowance will be paid on the premium portion of wages.

The Contractor's cost records pertaining to work paid for on a cost-plus basis shall be open to inspection or audit by representatives of the Authority, during the life of the contract and for a period of not less than three years after acceptance thereof, and the Contractor shall retain such records for that period. Where payment for materials or labor is based on the cost thereof to forces other than the Contractor, the Contractor

Supplementary Specifications - 47

T200.265

shall ensure that the cost records of such other forces are open to inspection and audit by representatives of the Authority on the same terms and conditions as the cost records of the Contractor. In case all or a part of such records are not made so available, the Contractor understands and agrees that any items not supported by reason of such unavailability of the records will not be allowed, or if payment therefore has already been made, the Contractor shall refund to the Authority amount so disallowed.

Should the Contractor refuse or fail to prosecute the work as directed, the Chief Engineer may withhold the payment of all current estimates until the Contractor's refusal or failure is eliminated.

The following subsection is added:

108.08 FUEL PRICE ADJUSTMENT

The Authority will make monthly price adjustments for fuel usage for Items listed in Table 108-1. The Authority will calculate fuel price adjustments based on the monthly pay quantities of listed Items using the fuel usage factors listed in Table 108-1.

Price adjustments may result in an increased payment to the Contractor for increases in the price index and may result in a reduction in payment for decreases in the price index.

If the as-built quantity of an Item listed in Table 108-1 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 108-1 was constructed, then the Authority 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.

Table 108-1 Fuel Price Adjustment Item No. Items Fuel Usage Factor 6 Roadway Excavation, Earth 0.5 Gallons per Cubic Yard 7 Embankment, Common 1.0 Gallons per Cubic Yard 8 Embankment, Grade A 1.0 Gallons per Cubic Yard 16 Aggregate Base Course, 8” Thick 0.30 Gallons per Square Yard 17 Superpave Hot Mix Asphalt 25H64 Base Course 2.50 Gallons per Ton 18 Superpave Hot Mix Asphalt 12.5H76 Surface Course 2.50 Gallons per Ton 20 Surface Milling, 2" Average Depth 0.25 Gallons per Square Yard

The Authority will calculate fuel price adjustment on a monthly basis using the following formula:

F = (MF − BF) x G Where: F = Fuel Price Adjustment

Supplementary Specifications - 48

T200.265

MF = Monthly Fuel Price Index BF = Basic Fuel Price Index G = Gallons of Fuel for Price Adjustment

The Authority will use the monthly fuel price index every month from the New Jersey Department of Transportation’s website, www.state.nj.us/transportation/business/trnsport/PriceIndex.shtm.

The basic fuel price index is the most recent month’s fuel price index before the date of receipt of bids. The Authority will use the fuel price index for the month before the regular monthly estimate cut off date as the Monthly Fuel Price Index. If the Monthly Fuel Price Index increases by 50 percent or more over the Basic Fuel Price Index, do not perform any work involving Items listed in Table 108-1 without written approval from the Engineer.

Fuel price adjustment will be on a lump sum basis, and an estimated amount to cover the fuel price adjustment will be included in the Proposal. Payments for increases will be made from this amount.

Payment will be made under:

Fuel Price Adjustment (No Bid Item)………………………………………………..Lump Sum

Pay Items not listed within Table 108-1 will not be subject to the “Fuel Price Adjustment”.

Supplementary Specifications - 49

T200.265

DIVISION 200 - EARTHWORK

SECTION 201 – CLEARING AND GRUBBING

201.01 DESCRIPTION

Add the following to end of the section:

The removal, storage and re-installation of existing regulatory and warning signs are included under clearing and grubbing.

SECTION 202 - ROADWAY EXCAVATION

202.03 METHODS OF CONSTRUCTION

Delete the fifteenth paragraph and replace it with the following:

Earth and rock materials for embankment construction, in excess of that required for embankment construction under the Contract, shall be disposed of outside the Turnpike Right of Way by the Contractor.

Add the following:

If the Contractor discovers potential environmental contamination during construction activities (Area of Concern (AOC) defined in accordance with N.J.A.C. 7:26E-1.8), which was not previously identified (unexpected discovery) in the contract documents, the Contractor shall notify the Engineer immediately.

The Contractor shall not perform any sampling of the materials associated with the AOC without prior approval of the Engineer. If the Engineer determines that it is necessary for the Contractor to undertake material sampling, the Contractor shall provide a sampling plan to the Engineer for review and shall not initiate sampling until said plan is approved. All sampling must be performed in accordance with N.J.A.C. 7:26E.

If construction activities caused the AOC (i.e. discharge), the Contractor will take corrective measures immediately to contain the AOC and notify the Engineer immediately. The Contractor shall advise the Engineer prior to reporting any unexpected discovery or discharges to the NJDEP Hotline (1-877-WARNDEP (927-6337)).

Delete Subparagraph Header (B) and replace with the following:

(B) Disposal of Muck, Unsuitable and Excess Materials

Add the following:

Supplementary Specifications - 50

T200.265

Environmental testing for off-site disposal of onsite materials may be required by the applicable regulatory agencies or by the disposal facility. In such circumstances, prior to the start of any sampling activity, the Contractor must obtain the disposal facility’s specific disposal analytical/procedural requirements in writing. At a minimum, such information shall include:

Site-specific in-situ and/or stockpile sampling requirements Analytical parameters (i.e. VOCs, SVOCs, Metals, PCBs, etc.) to be tested and specific laboratory “list” requirements Number of grab/composite samples required for collection within a specific grid area designated by the disposal facility Size of area to be sampled (i.e. 500 cubic yards, 1,000 cubic yards, etc.) Sample depths and sampling methodology Sampling equipment requirements Possible alternate sampling criteria and analysis based upon on- site material (frequent analysis of a specific analytical parameter or selection of an unusual analytical parameter)

The above described documentation shall be provided to the Authority upon the Contractor’s receipt of the documentation from the disposal facility. The Contractor shall then prepare a site specific sampling plan (Plan) to satisfy the sampling requirements outlined by the disposal facility. Said Plan shall be provided to the Authority for review prior to the Plan being provided to the disposal facility or any other outside entity for their review. A two week period shall be anticipated by the Contractor for the Authority’s review. After the Authority has accepted the Plan the Contractor shall schedule the implementation of the Plan, giving the Authority a minimum of a 5 working day notice prior to the initiation of any sampling. The Contractor shall not undertake any material sampling until the Authority has completed its review of the subject documentation and the Authority has authorized the contractor to proceed, in writing.

Material sampling shall be conducted in strict accordance with the most recent versions of the Technical Requirements for Site Remediation (N.J.A.C 7:26E), NJDEP Field Sampling Procedures Manual, NJDEP Guidance Document on Contaminated Soil, and NJDEP Guidance Document for Waste Classification, and other local, State and federal requirements.

Should the disposal facility reject transported on-site material, and said material is returned to the project site, the material shall be separately stockpiled in an area that does not “cross contaminate” other materials, compromise construction activities or violate existing permits and approvals. The Contractor, in consultation with the Authority, shall assess said stockpiled material for disposal options.

202.04 MEASUREMENT

Add the following:

Environmental Testing for Unsuitable and Excess Materials (No-Bid) provides a Lump Sum value for reimbursement to the Contractor for direct costs associated with environmental testing. The only

Supplementary Specifications - 51

T200.265

reimbursable costs permitted will be those charges for testing approved by the Engineer.

202.05 PAYMENT

The following pay item is added:

PAY ITEM PAY UNIT Environmental Testing for Unsuitable and Excess Materials (No-Bid) Lump Sum

SECTION 203 - EMBANKMENT

203.02 MATERIALS

Add the following after the first paragraph:

Asphalt millings generated from on-site activities may be used as embankment material. If utilized, asphalt millings can not be placed less than 2 feet above the highest seasonal ground water table or within 2 feet of any underground utility. In addition, asphalt millings can not be placed within 2 feet of the final subgrade.

The following is added:

203.03 METHODS OF CONSTRUCTION

(F). Borrow. Add the following after the second paragraph:

The Contactor shall provide documentation of testing to support the requirement for use of clean fill or certified clean fill for borrow material, as required, under Subsection 203.03. The Contractor shall be responsible for environmental testing of borrow material.

Add the following after the fifth paragraph:

Material composition, quality, and structural characteristics will be approved by the Authority’s Engineer prior to acceptance of any borrow material. The Contractor shall utilize clean fill as defined in N.J.A.C. 7:26-1.4.

Certified Borrow Material If the Contractor obtains clean fill from a certified supplier of borrow material, appropriate documentation must be obtained. If the Contractor obtains borrow material from a non-certified supplier, the Contractor must satisfy the following “Non-Certified Supplier of Borrow Material” requirements.

Non-Certified Borrow Material

Supplementary Specifications - 52

T200.265

To minimize the potential of introducing contaminated borrow material onto a project site, the Contractor shall verify that the material meets the requirements outlined herein by performing due diligence inquiries and/or having the borrow material analyzed for potential contaminants based on the location and history of the source area.

Undesirable sources of borrow material include former and/or existing commercial and/or industrial sites where hazardous materials were used, handled or stored as part of the business operations, or unpaved parking areas where petroleum hydrocarbons could have been spilled or leaked into the soil. Agricultural areas with former waste processes and/or historical pesticide/herbicide use are also considered an undesirable source.

The Contractor must be aware that borrow material proposed from undesirable source areas will require testing to demonstrate that the material is clean material as defined by the NJDEP. If the use of material from undesirable sources is proposed by the contractor, documentation requirements will be more stringent than would be necessary for material from other sources.

Documentation required to be provided relative to all off site non- certified borrow material shall include information obtained by the contractor based on due diligence investigations. Due diligence may include, but not limited to, interviews with past and present owners, operators and occupants, reviews of historical sources of information, reviews of federal, state, tribal and local government records, visual inspections of the facility and adjoining properties, commonly known or reasonably ascertainable information, and degree of obviousness of the presence or likely presence of contamination at the property and the ability to detect the contamination. A due diligent inquiry shall be performed by the Contractor as defined by N.J.A.C. 7:26E-1.8.

Documentation to be provided relative to off site non-certified borrow material shall include detailed information on the previous use of the land from where the borrow material is proposed to be taken; a statement as to whether an environmental site assessment was performed and its findings; and the results of any testing performed. If such documentation is not available or is determined to be inadequate by the Authority, analytical testing protocols in accordance with applicable NJDEP Guidance documents shall be utilized by the Contractor to confirm the suitability of the borrow material. The level of analysis of the borrow material required by the Authority shall be based on the source of the borrow material and knowledge of the prior land use.

If determined to be necessary by the Authority, the Contactor shall

Supplementary Specifications - 53

T200.265

provide documentation and/or a site-specific sampling plan for the analytical testing of borrow material for Authority review and acceptance before sampling. All borrow material sample collection and analysis shall be performed in accordance with the most recent versions of the N.J.A.C. 7:26E Technical Requirements for Site Remediation, NJDEP’s Field Sampling Procedures Manual, NJDEP Guidance Document on Contaminated Soil, NJDEP Guidance Document for Waste Classification, and any other local, State and federal requirements.

Bills of Lading Bills of lading shall be provided to document the source(s) of all borrow material in accordance with N.J.A.C. 7:26E-6.4 (b) 2 vi. 1-2.

203.05 PAYMENT

The following is added:

There will be no separate payment for the testing and/or due diligence efforts associated with borrow material.

SECTION 207 – STONE FOR EROSION CONTROL

The following is added:

207.01 DESCRIPTION.

The entire subsection is replaced with the following:

Stone for Erosion Control shall include furnishing and placing stone on slopes, scour holes, and surfaces subject to erosion.

Where shown on the drawings, stone aprons, stone-lined ditches, stone scour holes, and filter fabric shall be furnished and constructed to dimensions shown, or as directed by the Engineer.

207.03 METHODS OF CONSTRUCTION

The following subsection is added:

(C) Riprap Stone Scour Hole.

Stone riprap scour holes shall be constructed at the locations shown, or as directed by the Engineer, in accordance with the details shown on the Plans.

Supplementary Specifications - 54

T200.265

The area shall be excavated to form the scour hole to the dimensions shown on the Plans.

The area upon which the stone is to be placed shall be shaped and compacted to an even surface. All unsuitable material shall be removed and replaced with acceptable material, which shall then be compacted and properly shaped. A filter fabric of the prescribed unit weight shall be placed on the prepared surface and pinned in place at sufficient intervals to be able to resist movement or displacement by the riprap stone being placed on it. Stone of the designated median stone (d50) size shall then be placed and spread on the filter fabric material to the specified thickness, and in such a manner as not to cause damage to the filter fabric. The finished stone surface shall be even and to the required lines and grades.

207.05 PAYMENT

The following is added:

Payment will be made under:

PAY ITEM PAY UNIT Riprap Stone Scour Hole, 36” Thick (D50=18”) ...... Ton

No separate payment will be made for any required excavation and replacement of unsuitable material or filter fabric placed under stone of the various grades.

SECTION 208 - TEMPORARY SOIL EROSION AND DUST CONTROL

The following is added:

208.01 DESCRIPTION.

Add the following to end of the section:

This work shall also consist of diverting of the stream to perform the work as shown on the Plans and designated in the Construction Sequence.

208.02 MATERIALS.

Course Aggregate……...…………………………………………………902.05 Geotextiles…………………………………………………………………923.37

208.03 METHODS OF CONSTRUCTION

D) Dust Control.

Supplementary Specifications - 55

T200.265

The following is added:

1. At a minimum, wet suppression shall be used to provide temporary control of dust. Several applications per day may be necessary to control dust depending upon meteorological conditions and Work activity.

2. Apply wet suppression on a routine basis as necessary to control dust. Wet suppression consists of the application of water or a wetting agent in solution with water. Ensure wetting agent is not used on plantable soils. Wet suppression equipment shall consist of sprinkler pipelines, tanks, tank trucks, or other devices capable of providing regulated flow, uniform spray, and positive shut- off.

3. Provide wind-screens and wind barriers in locations where they would be effective in minimizing wind erosion and spread of dust. Keep wind-screens and barriers in good repair for the life of the Contract.

4. As necessary, limit on-site equipment to operating speeds of 5 MPH to eliminate dust and particulate matter pollutants from tires and brakes. Control dust through the spraying of a suppressing agent on any stockpiles. Water or appropriate liquids shall be utilized for dust control during demolition, land clearing, grading, and on materials stockpiled, as necessary.

5. All sediment barriers and other soil erosion control measures shall be installed prior to commencing any clearing, grading or construction onsite, and shall be maintained in proper working condition throughout the entire duration of the project.

6. Dust suppression shall be performed to meet a maximum of 0.5mg/m3 of dust.

Use the following measures to control dust on public roadways:

1. For trucks hauling soil or rock (muck), the truck bed shall be completely covered with a tarp or similar protective cover before the truck leaves the site. The truck bed shall remain covered until the truck reaches the disposal site.

2. Before any vehicle leaves the Work Site, the vehicle body and/or wheels shall be cleaned of mud and dirt to control tracking. Gravel cover shall be applied to soil (unpaved) surfaces where they will be regularly traveled at egress and ingress routes from/to Work sites.

3. Vehicle mud and dirt carryout, material spills, and soil washout onto public roadways and walkways and other paved areas shall be cleaned up immediately.

4. The Contractor is responsible for daily clean up of public roadways and walkways affected by Work of this Contract. A wet spray power vacuum sweeper or similar equipment shall be used on paved roadways. Dry power sweeping is prohibited.

Supplementary Specifications - 56

T200.265

Use the following methods to control dust and wind erosion of active and inactive stockpiles:

1. Wet suppression without wetting agent during active stockpile load-in, load-out, and maintenance activities.

2. Soil stabilizers shall be applied to the surface of inactive stockpiles.

3. Plastic tarps on stockpiles, secured with sandbags or an equivalent method to prevent the cover from being dislodged by the wind. Repair or replace covers whenever damaged or dislodged.

Use the following measures to minimize dust from earthwork activities:

1. During batch drop operations (i.e., earthwork with front-end loader, clamshell bucket, or backhoe), the free drop height of excavated or aggregate material shall be reduced as practical to minimize the generation of dust.

2. To prevent spills during transport, freeboard space shall be maintained between the material load and the top of the truck cargo bed rail.

(I) Silt Fence

The following is added:

Install heavy duty silt fence with geotextile securely buried in the existing soil. Join sections of the geotextile so that they work effectively as a continuous fence. Install fence posts at a slight angle toward the anticipated runoff source. Install orange or black color heavy duty silt fence in locations as shown in the Plans. Do not substitute the colors orange for black or black for orange.

The following subparagraphs are added: (N) Inlet Filters.

Provide Type 2 Inlet Filters as follows:

Type 2. Remove the inlet grate and place the inlet filter in the opening, holding out approximately 6 inches of the filter outside the frame. Replace the inlet grate to hold the filter in place. Empty the filter according to the manufacturer’s recommendations. When removing the filter, ensure that sediment does not enter into the drainage system. Clean out the filter, dispose of the sediment, rinse and return the filter to its original shape, and replace the filter inside the inlet.

(O) Construction Driveway.

To minimize tracking of dirt and other materials onto existing roadways, provide a construction driveway at each location where vehicles exit the work site as approved by the Engineer. Construct driveways using temporary stone, Grade

Supplementary Specifications - 57

T200.265

‘B’ placed on geotextile. Ensure that the driveway is at least 15 feet wide. The Contractor may make driveways wider if approved by the Engineer. Maintain the driveway by top dressing or by excavating and top dressing, as directed by the Engineer, with additional temporary stone, Grade ‘B’. When the driveway is no longer required, remove the driveway, backfill to the adjacent ground elevation, and restore the disturbed area to the original condition.

(P) Flow Diversion.

The contractor shall divert the stream/flow through one of the culverts so that construction of the Pneumatically Applied Mortar, Concrete in CIP Invert Slab, and/or the Resin Pipe Liner in the other culvert can be performed in a dry condition. The contractor shall submit prior to construction a Stream Diversion Plan for approval. The contractor should follow the procedural outlined designated in the Construction Sequence (Sheet No. 9 thru 15, MPT-3 thru 9, respectively).

208.04 MEASUREMENT

The following is added:

Heavy duty silt fence of the color specified will be measured by the linear foot. Inlet Filters, Type 2 will be measured by the number of each. Construction Driveway will be measured by the weight of the stone furnished and placed.

208.05 PAYMENT

The following is removed:

PAY ITEM PAY UNIT

Heavy Duty Silt Fence ...... Linear Foot

The following is added:

Payment will be made under:

PAY ITEM PAY UNIT Inlet Filter, Type 2 ...... Each Construction Driveway ...... Ton Heavy Duty Silt Fence, Black ...... Linear Foot Flow Diversion ...... Lump Sum

The cost of materials and the labor/equipment associated with the installation, maintenance, and removal of flow diversion devices will be paid for under the item: Flow Diversion.

The wet suppression, wind-screeen, wind-barriers, wet spray power vacuum sweeper, dry power sweeper, stockpile soil stabilizers, and plastic tarps described in Section

Supplementary Specifications - 58

T200.265

208.03, (D) Dust Control, are considered incidental and will be paid for under the item: Watering.

Supplementary Specifications - 59

T200.265

DIVISION 300 - PAVEMENT

SECTION 302 - HOT MIX ASPHALT [HMA] PAVEMENTS

302.02 MATERIALS

Replace the third paragraph with the following:

SUPERPAVE HOT MIX ASPHALT 12.5H76 SURFACE COURSE

Replace the sixth paragraph with the following:

”H” – the third field in the Pay Item description designates the high design compaction level as for the job mix formula based on traffic forecasts as listed in Table 924-2 (other levels may be L=low, and M=medium).

302.03 CONTRACTOR’S QUALITY CONTROL

The following is added:

Prior to the commencement of any paving operations, the Engineer shall conduct a job meeting with the Contractor and Subcontractor, if one is used for paving, in order to review intended methods of grade control proposed by the Contractor, to highlight job requirements and criteria; to insure adequate plant production and number of trucks for material delivery in order to permit continuous placement; and to review specific requirements of any special asphalt or additive.

302.04 ASPHALT PLANT AND EQUIPMENT

(D) MATERIAL TRANSFER VEHICLE.

Replace the first two paragraphs with the following:

A Material Transfer Vehicle (MTV) shall be used for the placement of all HMA on continuous wedge or leveling, intermediate and surface courses to be placed on the traveled way, unless otherwise approved by the Engineer. The MTV shall independently deliver a uniform mixture from the hauling equipment to the paver and shall not be used as a haul unit between the plant and paver. A paver hopper insert shall be installed in the hopper of conventional paving equipment when an MTV is used.

At a minimum, the MTV shall have a high capacity truck unloading system which will receive mixtures from the hauling equipment. It shall have a storage

Supplementary Specifications - 60

T200.265

bin with an auger system to continuously blend the mixture prior to discharging to a conveyor system.

302.05 METHODS OF CONSTRUCTION

(H) PLACING LIMITATIONS.

Replace the second paragraph with the following:

Leveling and/or surface courses must be completed in its entirety for the full- length of the paving section attempted that work day. No vertical drop-offs will be allowed at the time the lane or roadway is open to traffic.

The following is added after the second paragraph:

All paving equipment including rollers, pavers, water trucks and tack coat trucks to be utilized for resurfacing during non-daylight hours shall be equipped with a minimum of two (2) lights directed in each direction of travel of the equipment and powered with portable generators. Lights shall not interfere with an active lane or roadway and must be adequate to allow for complete inspection of the paved roadway by the Engineer both before and after compaction.

(K) Compaction

(1) Compacted Thickness

Replace the third row of the table after the first paragraph with the following:

Leveling Course 3 inches minimum

(L) Sampling and Testing

(3) Conformance to Job Mix Formula Replace the second paragraph with the following:

The average of test results for the five samples or less for a lot shall conform to the job mix formula within the applicable tolerances of Sections 924.

(4) Conformance to Volumetric Requirements Replace the first sentence with the following:

Provisions of Sections 924 and the following shall apply for control only.

Supplementary Specifications - 61

T200.265

302.07 AIR VOIDS ACCEPTANCE PLAN

(B) Acceptance Plan Replace the second sentence of the second paragraph with the following:

Air voids content will then be determined from five drilled cores (6” in diameter), taken at random locations from each lot, and tested according to Subsection 924.03 (G) for Superpave HMA.

302.09 MEASUREMENT

Replace the first paragraph with the following:

Superpave Hot Mix Asphalt 25H64 Base Course and Superpave Hot Mix Asphalt 12.5H76 Surface and Intermediate Courses will be measured by the total weight of mixture, placed as prescribed, as determined from certified scale weights.

Supplementary Specifications - 62

T200.265

DIVISION 400 - STRUCTURES

SECTION 401 - CONCRETE STRUCTURES

401.01 DESCRIPTION

Add the following to the end of the subsection:

This work shall consist of the construction of reinforced cast-in-place Portland cement concrete for culvert collars, at the designated locations, to the prescribed lines, grades, and dimensions and in accordance with the design and details.

This work shall consist of furnishing all materials and equipment, and constructing an invert slab pipe lining that will waterproof, seal, structurally reinforce and protect from corrosion the existing corrugated steel culvert pipe inverts. The invert slab pipe lining shall extend over the specified length in a continuous structural concrete pipe within a pipe.

401.02 MATERIALS

Add the following to the end of the subsection:

This Concrete in CIP Pipe Invert Slab must achieve a compressive strength of 12000 psi.

401.04 CONTRACTOR’S QUALITY CONTROL

The following is added to the table of tests to be performed at the concrete plant:

Tests Test Method (ASTM Frequency Acceptance Designation) (Minimum) Coarse Aggregate Alkali-Silica C1260 Once per mix < 0.10 percent Reactivity expansion after 14 days in solution **

** If acceptance parameters are not met for alkali-silica reactivity, mitigation measures involving fly ash, slag, or low-alkali cement shall be performed in accordance with Paragraph 905.05(B).

401.23 MEASUREMENT

Add the following to the end of the subsection:

Supplementary Specifications - 63

T200.265

Concrete in CIP Collar shall be measured by the cubic yard. Concrete in CIP Pipe Invert Slab shall be measured by the cubic foot.

401.24 PAYMENT.

The following pay item is added:

PAY ITEM PAY UNIT Concrete in CIP Collar ...... Cubic Yard Concrete in CIP Pipe Invert Slab ...... Cubic Foot

SECTION 409 – PNEUMATICALLY APPLIED MORTAR

409.01 DESCRIPTION

The following is added to this subsection:

This work shall consist of furnishing all materials and equipment, and constructing a centrifugally cast concrete pipe lining that will waterproof, seal, structurally reinforce and protect from corrosion the existing corrugated steel culvert pipes. The centrifugally cast concrete pipe shall extend over the specified length in a continuous structural concrete pipe within a pipe.

The following is added to the end to this subsection:

REFERENCED STANDARDS

ASTM C-109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars ASTM C-157 Modified Standard Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete ASTM C-293 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading) ASTM C-309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete ASTM C-403 Standard Test Method for Time of Setting of Concrete Mixtures by Penetration Resistance ASTM C-469 Standard Test Method for Static Modulus of Elasticity and Poisson's Ratio of Concrete in Compression ASTM C-496 Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens ASTM C-882 Standard Test Method for Bond Strength of Epoxy Systems Used with Concrete by Slant Shear ASTM C-1202 (AASHTO T 277 Equivalent) Electrical Indication of Concrete’s Ability to Resist Chloride Ion Penetration ASTM C-666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing

Supplementary Specifications - 64

T200.265

409.02 MATERIALS.

The following is added after the first paragraph:

The use of chemical admixtures, in conjunction with the corrosion inhibitor 221 admixture, subject to the provisions of Subsection 906.06, is permitted with the Engineer's approval.

The following is added to the end to this subsection:

(A). INVERT REPAIR MORTAR. (FOR USE WITH CENTRIFUGALLY CASTING)

Invert Repair Mortar shall be an ultra high strength, high build, abrasion resistant and corrosion resistant mortar. When mixed with the appropriate amount of water, a self consolidating free flowing and self leveling material will develop with high 24 hour compressive strength and adhesion.

Physical Properties

Set Time at 70 F ASTM C-403 Initial Set Approx. 1 hour 30 minutes Final Set Approx. 4 hours Flexural Strength ASTM C-293 24 hours min. 800 psi psi 28 days min.1200 psi Compressive Strength ASTM C-109 24 hours 5,000 psi 28 days 11,500 psi Split Tensile Strength ASTM C-496 700 psi Shear Bond ASTM C-882 1,720 psi Modulus of Elasticity ASTM C-469 28 days min. 3.48 10.6 Freeze Thaw ASTM C-666 300 Cycle Pass Chloride Permeability ASTM C-1202 <550 Coulombs

(B). PIPE LINING MORTAR. (FOR USE WITH CENTRIFUGALLY CASTING)

This mortar is a high strength, high build, abrasion resistant and corrosion resistant mortar. When mixed with the appropriate amount of water, a paste-like material will develop which may be sprayed, into any area ¼ inch and larger.

The mortar will have good wet adhesion and will not sag or run after placement.

Physical Properties

Set Time at 70 F ASTM C-403 Initial Set Approx. 150 minutes

Supplementary Specifications - 65

T200.265

Final Set Approx. 240 minutes Flexural Strength ASTM C-293 24 hours min. 600 psi psi 28 days min.1,080 psi Compressive Strength ASTM C-109 24 hours 3,000 psi 28 days 8,000 psi Split Tensile Strength ASTM C-496 682 psi Shear Bond ASTM C-882 2,100 psi Modulus of Elasticity ASTM C-469 28 days min. 3.56 10.6 Freeze Thaw ASTM C-666 300 Cycle Pass

(C). SUBMITTALS.

The following items will be required to be submitted to the engineer before work commences:

Reference submittals Contractor certification Material certification Nozzleman qualifications including ACI certifications and experience Crew experience

Product data Patching and plugging material Cementitious lining material Cementitious lining with admixture

(D). QUALITY ASSURANCE AND ACCEPTANCE. (FOR USE WITH CENTRIFUGALLY CASTING)

Two test cubes of the pipe lining mortar material shall be taken randomly as directed by the inspector to verify strengths. Thickness will be verified with a wet gage at any random point of the new interior surface. Any areas found to be thinner than minimum shall immediately receive additional material.

(E). LIST OF APPROVED PNEUMATICALLY APPLIED MORTAR MANUFACTURERS. (FOR USE WITH CENTRIFUGALLY CASTING)

1. SHOTCRETE TECHNOLOGIES, INC. 1431 Miner Street P.O. Box 3274 Idaho Springs, CO 70452 Phone: (303) 567-4871 Fax: (303) 567-4605 Email: [email protected]

Supplementary Specifications - 66

T200.265

2. EUCLID CHEMICAL COMPANY 19218 Redwood Road Cleveland, OH 44110 Phone: (800) 321-7628 or (216) 531-9222 Email: [email protected]

3. AP/M PERMAFORM P.O. Box 555 6250 NW Beaver Drive, Suite 1 Johnston, IA 50131 Phone: (800) 662-6465 or (515) 276-9610 Fax: (515) 276-1374 Email: [email protected]

4. (or approved equal)

409.03 EQUIPMENT.

The following is added to the end to this subsection:

Equipment for mixing and placing the Pneumatically Applied Mortar, Centrifugally Cast shall be as follows:

(A). EQUIPMENT. (FOR USE WITH CENTRIFUGALLY CASTING)

Mortar mixers, compressors and pumps are standard commercial models. The high-speed, rotating applicator device is used to provide a densely compacted liner of uniform thickness and thorough coverage.

(B). MIXING. (FOR USE WITH CENTRIFUGALLY CASTING)

Combine 50 pounds of the packaged dry mix with the specified amount of potable water while mixing with a high-speed shear mixer until proper consistency is obtained. Continue to agitate the mortar to prevent thickening beyond the desired fluidity. The working time is approximately 30 minutes depending upon condition.

(C). APPLICATION. (FOR USE WITH CENTRIFUGALLY CASTING)

Position the rotating casting applicator within the center of the pipe and commence pumping the mixed mortar. As the mortar begins to be centrifugally cast evenly around the interior, retrieve the applicator head at the best speed for applying the thickness that has been selected. If flows are interrupted for any reason, simply arrest the retrieval of the applicator head until flows are restored.

The retrieval speed can be easily varied to create different thickness as the condition may dictate to provide sufficient strengths. Because of the even

Supplementary Specifications - 67

T200.265

application throughout the circumference, thickness may be verified at any point. For C.M.P. pipes up to 72 inch diameter, the minimum thickness shall be 1 inch when measured at the high point of the corrugation.

If additional thickness is desired at any section, simply place the rotating applicator at that level and recommence pumping and retrieval until that area is thickened. Built-in bonding agents allow additional layers to be applied at any time.

The pressure application from the centrifugal casting of the mortar produces a finely textured surface that requires no additional troweling or finishing.

The liner shall transition around any drop inlets, taps or access points. This may include hand spraying or applying by trowel additional material to achieve a uniform and leak free transition.

(D). HOT WEATHER APPLICATION (ABOVE 80° F). (FOR USE WITH CENTRIFUGALLY CASTING)

Do not apply mortars when ambient and surface temperatures are 100 F or 35° C and above. Shade the material and prepared the surface to keep it cool.

To extend working time, mix the material with cool water or ice-cooled water. Be certain the substrate is saturated surface-dry (SSD) before application begins.

Proper curing is always required and is particularly important in hot weather. Refer to Subsection (F) on curing.

(E). COLD WEATHER APPLICATION (ABOVE 45° F). (FOR USE WITH CENTRIFUGALLY CASTING)

Do not apply mortars when ambient temperatures are expected to fall below 45 F or 7° C within 72 hours of placement. Both ambient and substrate temperatures must be at least 45 F or 7° C at the time of placement.

Low substrate and ambient temperatures slow down rate of set and strength development. At temperatures below 45 F or 7° C, warm the material, water, and substrate. Properly ventilate the area when heating. Protect the new liner from freezing.

(F). CURING/FINISHING. (FOR USE WITH CENTRIFUGALLY CASTING)

Use an ASTM C309 conforming curing compound as required in the standard.

409.04 METHOD OF CONSTRUCTION

(A). WORKING PERSONNEL

Supplementary Specifications - 68

T200.265

The second paragraph is changed to the following:

A nozzleman shall have the following minimum qualifications: Current ACI Shotcrete Nozzleman Certification (dry-mix process) with overhead option 5 year experience as a nozzleman with the dry-mix process on projects of similar size and scope 5 projects in the last 3 years where nozzleman has shot at least 50 cubic yards of shotcrete in an overhead orientation with equipment comparable to that proposed for use on this project.

In addition, the pneumatically applied mortar contractor shall submit his crew experience with the following minimum: Foreman: The foreman shall be proficient at all crew positions and have a minimum of 3000 hr. experience. Nozzleman: See previous paragraph for qualification Finisher: 1000 hr. experience with overhead finishing work. Work experience with pneumatically applied mortar preferred, but not a must. Gunman: At least one year of experience with similar pneumatically applied mortar delivery equipment and material/mixing preparation that’ll be used for this project

Above list of qualifications must be submitted for approval by the Engineer. The project experience submittal must state nozzleman’s list of project names, owners, the general contractor’s name, address and telephone numbers, a brief description of the work, the total volume of the pneumatically applied mortar portion for each of the project, the date of completion, and the equipment used. Similar written information shall be prepared and submitted, for approval, for the other crew members listed in previous paragraph.

(B). PREPARATION OF SURFACES. First sentence in first paragraph is changed to the following:

In areas of concrete spall repair work, the repair areas shall be saw cut to a ¾ inch depth prior to the removal of deteriorated concrete in the designated areas. All loose and disintegrated concrete shall be removed with pneumatic or hand tools.

Delete the second paragraph and replace it with the following:

Surface of structural steel ribs shall be thoroughly cleaned of grease and other foreign materials. The Contractor to inspect the structural steel ribs for any damaged galvanized surface and perform repair in accordance with Subsection 403.16. prior to pneumatically applied mortar operation. Minimum galvanized coating thickness shall comply with ASTM A123.

(C). APPLICATION OF MORTAR. Delete the forth paragraph and replace it with the following:

Supplementary Specifications - 69

T200.265

At the end of any day’s work or similar stopping period, the freshly placed mortar shall be tapered as shown on the Plans. Before shooting adjacent section the tapered portion shall be cleaned and washed. Square joints will not be permitted unless it’s an expansion joint as shown on the Plans.

Sixth through eleventh paragraphs are changed to the following:

Prior to construction, test specimens shall be made by each application crew using the certified nozzleman, equipment, materials and mix proportions proposed for each type of repair on the Project.

Preconstruction test panels shall be at least 30 inches x 30 inches for each mix, each type of repair and for each shooting position to be encountered on the job including the overhead position. The same reinforcement as is in the structure shall be provided in at least half the panels to test for proper embedment of the reinforcing steel. Test panels shall be fabricated in the same thickness as the structure, but thickness shall not be less than 3 inches or the least dimension of the proposed repair, whichever is less. Test panels shall be field cured in the same manner as the work. Test panels shall be gunned preferably against similar support conditions to simulate actual field conditions for repairs in this project. Panels shall be field cured in the same manner as the work, except that test specimens shall be soaked in water for a minimum of 40 hours prior to testing.

At least five 3 inch diameter cores or 3 inch cubes shall be cut from each test panel not earlier than five days after applying the mortar. The specimens shall be delivered to the Engineer for evaluation of pneumatically applied mortar quality and compressive strength testing. Test specimens are to be cured and tested in accordance with AASHTO T 24.

For acceptance purposes, the average 28-day core strengths, as a minimum, shall be equal to f 'c = 4,000 psi for cores with L/D = 2.0. For cores with L/D between 1.0 and 2.0, the correction factors specified in AASHTO T 24 shall apply. For cube specimens, the average strength, as a minimum, shall be equal to f 'c /0.85.

The cut surfaces of the specimens will be examined carefully by the Engineer and additional surfaces shall be exposed by sawing or breaking portions of the test panels, as directed. The mortar shall be bonded to the existing substrate and reinforcing bars and shall be sound and uniform. Cut and broken surfaces shall be free of honeycomb, laminations, and sand pockets. If significant defects are evident additional panels may be requested by the Engineer to verify capability of the application crew to produce the required quality of pneumatically applied mortar in the repair sections.

Unreinforced test panels, from which four cubes or cores shall be obtained, shall be at least 12 inches square and 3 inches thick and shall be made during each day of application of pneumatically applied mortar. The cores shall be tested in pairs for 28-day strength. The average compressive strength for these pairs shall be 3,800 psi minimum. If 50 cubic yards or less per day are applied, sampling requirements may be reduced or waived.

Supplementary Specifications - 70

T200.265

(D). LIST OF APPROVED PNEUMATICALLY APPLIED MORTAR CONTRACTORS. (FOR USE WITH CENTRIFUGALLY CASTING).

1. SHOTCRETE TECHNOLOGIES, INC. 1431 Miner Street P.O. Box 3274 Idaho Springs, CO 70452 Phone: (303) 567-4871 Fax: (303) 567-4605 Email: [email protected]

2. ARRUDA TRENCHLESS CONSTRUCTION 92 Locust Street Berkeley, MA 02779 Phone: (508) 567-9827 Email: [email protected]

3. AMERIDRILL 1201 Edgely Road Levittown, PA 19057 Phone: (215) 269-7300 Email: [email protected]

4. AROLD CONSTRUCTION 51 Powder Mill Bridge Road Kingston, NY 12401 Phone: (845) 336-8753 Email: [email protected]

5. (or approved equal)

409.05 MEASUREMENT

The following is added after first paragraph:

Pneumatically Applied Mortar for specified culverts will be measured by the volume of Pneumatically Applied Mortar actually placed. Test panels, wasted and rebound material will not be measured for payment.

409.06 PAYMENT

The following is added to the Pay Item:

PAY ITEM PAY UNIT

Pneumatically Applied Mortar, Centrifugally Cast ...... Cubic Foot

Supplementary Specifications - 71

T200.265

DIVISION 500 - INCIDENTAL CONSTRUCTION

SECTION 502 - STORM DRAINS

502.01 DESCRIPTION

The following is added:

Pressure Injection Resin shall be a 100% MDI-based, single component, mid-range viscosity, moisture activated polyurethane injection resin; intended for sealing active leaks in below grade structures. The resin shall permeate well in various sized cracks and joints, but offer added safety in confined spaces or where there is poor ventilation. It shall cure to become resilient and flexible, yet tough, closed-cell foam; certified for use in potable water. Jute Material shall be strong and fibrous free of oils and tars.

Pipe Patch shall also include any required excavation and removal of the walls of existing damaged pipes. The Contractor shall also repair all damaged pipes prior to the Pneumatically Applied Mortar work.

Video inspection of pipe shall be used to determine the condition of the storm drainage system.

Force account for pipe replacement shall be used after Designer review of the video inspection and a determination by the Engineer and/or the Designer has been made that a section of pipe requires a replacement or any other method of pipe repair that was not depicted on the Plan. No plan deviation can be made without prior approval of the Designer and the Engineer.

502.02 MATERIALS

The following is added:

The Pressure Injection Resin will have the following properties: • ANSI/NSF 61 Potable Water Systems UL Certified • 100% MDI-based • Mid range viscosity penetrates well • Expands 400% – 600% • Solvent-free system and non-corrosive • Forms a resilient, flexible foam with superb adhesive properties • Appearance: Pale yellow liquid • Viscosity: 350 – 750 cP @ 72°F (22°C) • Flash Point: >200°F (>93°C) • Specific Gravity: 1.12 @ 72°F (22°C) ± 3% • Weight: 9.32 lb/gal ± 3% (1.117 kg/L ± 3%)

The jute material shall have the following properties: • Tightly twisted jute allowing for minimal compression

Supplementary Specifications - 72

T200.265

• Durable for use in any and all conditions, including underwater applications • Diameter: ±1 inch (2.5) cm) • Weight: 0.5 lb/ft (0.75 kg/m) • Construction: 1.25 RPF (revolutions/linear foot) • Tensile Capacity: 5000 psi (34.4 MPa)

Video equipment used for the inspection shall be specifically designed and constructed for drainage inspection. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe. The camera shall be operative in 100 percent humidity conditions, with a minimum of 600 line resolution and shall be capable of showing the entire periphery of the pipe. Picture quality and definition shall be to the complete satisfaction of the Engineer. Television equipment, if determined to be unsatisfactory by the Engineer, shall be removed from the job site and replaced with acceptable equipment at not additional cost. The Contractor shall certify that backup equipment is available and can be delivered to the site within 24-hours. The Contractor shall also submit an equipment list to the Engineer for approval before commencement of the work.

502.03 METHODS OF CONSTRUCTION

The following is added:

(J) PRESSURE INJECTION RESIN.

Injection resin can be applied via two techniques: Expanded Gasket Placement Technique (EGP) using the jute material and Variable Pressure Application Technique (V-PAT) – Crack Injection. Preferred ratio is 1:1 (water to resin), however no pre-mixing is required. Resin is pumped as a single component. The resin reacts to moisture to form a resilient, flexible seal accomplished by three mechanisms: the resin seeks out water in the space and adheres to the surface, then begins to expand forming a tight compressive seal while the network of compressed grout material within all the cracks forms a mechanical lock.

Flush equipment before and after use to remove moisture and clean equipment. For best results, use between 60°F – 90°F (16°C – 32°C). If site temperatures are low, use a heat source to warm to ~72°F (22°C) and apply. Do not use open flame as a heat source.

Always use OSHA-approved personal protective equipment (PPE). Refer to the MSDS for complete safety precautions.

If dewatering is required, the method shall be submitted to the Engineer for approval, prior to the commencement of work.

Pressure Injection Resin should be used for cracks less than or equal 2” in width.

(K) PIPE PATCH.

For patching of the pipe, all loose and disintegrated concrete shall be removed, and the sound concrete shall be removed for a depth of not less than 1/4 inch. The remainder of the area and all exposed reinforcement shall be cleaned and roughened. The patch depths

Supplementary Specifications - 73

T200.265 shall be at least one inch. Pneumatic tools may be utilized, but not to the extent that they damage the remaining concrete or reinforcement. The replacement shall be made using a bonding compound and a stiff Class A concrete as approved by the Engineer. The Engineer shall determine the damaged area(s).

If dewatering is required, the method shall be submitted to the Engineer for approval, prior to the commencement of work.

Pipe Patch should be used for cracks greater than 2” in width.

(L) VIDEO INSPECTION OF PIPE.

The video inspection shall include the following requirements for camera, video and report. Request for payment by the Contractor for internal video inspecting will not be considered until the Contractor has complied with the following minimum requirements.

1. Prior to video inspections, pipes shall be cleaned, if and where directed, by the Engineer in accordance with the previous section. 2. Two (2) DVD's shall be submitted to the Engineer accompanied by two (2) video logs. 3. The DVD's shall include the following, minimum requirements: a. Locations indicated on the front and side of the disk. b. Job name, direction of camera, date, time, station locations, highlighted on the audio track. c. Running footage counter. d. Commentary on all physical attributes including, but not limited to, defects, connections and unusual conditions. e. Adequate lighting for viewers of entire internal surface for a distance of eight (8) feet upstream of the camera direction. f. No background noise. 4. The video logs shall include the following, minimum requirements: a. Drainage structure number (designated by the Engineer) on each page. b. Station locations, direction (northbound, southbound) and lane. c. Job name, direction of inspection, date, time, station locations and highlights of all reverse set ups. d. Commentary on all physical attributes including, but not limited to, defects, connections, and unusual conditions. Commentary shall be presented in tabular form and coordinated with running footage counter. e. Depth of structure, size and material of pipe. f. Video log shall be consistent with DVD. g. Each page shall be sequentially numbered.

RECORDING PROCESS: The camera shall be moved through the pipe in either direction (dependent upon the site's condition) at a uniform, slow rate that will allow a clear visual picture to be obtained. The camera shall pause for a minimum of three seconds at every joint or defect observed within the sewer to allow proper observation. Camera movement through the pipes shall be accomplished by means of power or hand driven cable winch at each manhole or inlet.

Supplementary Specifications - 74

T200.265

Telephone or other suitable means of communication shall be used to control the movement of the camera. The Contractor shall provide a mobile vehicle large enough to accommodate at least four people at anyone time for the purpose of viewing the monitor while the inspection is in progress.

RECORD OF INSPECTION: The Contractor will log the results of all observations and prepare whatever data may be required for record purposes. Measurement for location of defects shall be at ground level by means of a meter device to be provided and operated by the Contractor. Marking on cable, or the like, which would require interpolation for depth of manhole, will be not allowed. Measurement meters will be accurate to two-tenth (0.2) of a foot. Four (4) copies of the log shall be forwarded to the Authority.

The Contractor shall furnish all equipment for video tape recording.

After each day of video inspection, the contractor will have five (5) business days to submit that day's video and its inspection log to the designer for review.

(M) FORCE ACCOUNT FOR PIPE REPLACEMENT.

If a Designer and/or Engineer determination has been made that a section of pipe requires a replacement/repair that was not depicted on the Plan, the Contractor shall submit a plan for replacement/repair to the Engineer for review and approval within 10 days after the determination has been made. The plan shall detail the Contractor’s methods for excavation, construction, installation, restoration to the original facilities’ condition, and it’s require traffic control, including the work force and number and type of equipment to be used. A meeting with Designer and Engineer will be required to review the plan regarding manpower, equipment, construction duration, etc.

502.04 MEASUREMENT

The repair of leaks using injection resin shall be measured by the gallon of undiluted polyurethane injection resin used. The repair of leaks using polyurethane injection resin will be paid for at the contract unit bid price per gallon as stipulated in the schedule of Bid Prices, which payment shall be full compensation for furnishing and installing all materials including jute material, labor, tools, equipment, and other incidentals necessary to complete the specified work.

Pipe Patch will be measured by the square foot along the inside of the pipe.

Video Inspection of Pipe will be measured by the linear foot of pipe.

Force Account for Pipe Replacement will not be measured for payment but measurement will be made on a Cost Plus basis for the time and material used in accordance with Subsection 108.04.

502.05 PAYMENT

Supplementary Specifications - 75

T200.265

Payment will be made under:

PAY ITEM PAY UNIT Pressure Injection Resin ...... Gallon Pipe Patch ...... Square Foot Video Inspection of Pipe ...... Linear Foot Force Account for Pipe Replacement (No Bid) ...... Cost Plus

Payment for Force Account for Pipe Replacement including lane closings will be made on a Cost Plus basis in accordance with SubSection 108.04.

SECTION 503 – MANHOLES AND INLETS

503.04 MEASUREMENT

The following is added:

The item: Repair Inlets shall include repairs to inlets, manholes, and drainage junction boxes as determined by the Engineer.

SECTION 510 - GUIDE RAIL

Delete this Section in its entirety and replace with the following:

510.01 DESCRIPTION

Guide Rail shall consist of steel rail elements mounted on steel posts and recycled/synthetic blockouts, with terminal anchorages, end treatments and connections in accordance with the Plans. Work shall include removal, furnishing and installing, realigning, raising, salvaging existing single-face and double-face beam guide rail, and resetting guide rail with salvaged material.

When applicable, this work shall also include the installation of end terminals in accordance with manufacturer’s recommendations. The Contractor and Subcontractor (if applicable) will be required to have their foremen and superintendents (at a minimum) attend a mandatory training session presented by the manufacturer, prior to the start of construction.

510.02 MATERIALS

Materials shall conform to the following Subsections:

Rail Element 915.01 Posts 915.02 Blockouts 915.02 Rub Rail 915.05

Supplementary Specifications - 76

T200.265

Miscellaneous Hardware 915.03 Circular Reflectors 915.06 Expansion Anchors 909.02 (E) Adhesive Anchors 909.02 (F)

Portland cement concrete for anchorages and post foundations shall conform to Section 905, Class B.

All metal components along the Turnpike shall be galvanized in accordance with Subsection 909.11. All metal components along the Garden State Parkway shall be weathering steel in accordance with Section 915.

Use the latest non-gating, guide rail end treatments that are NCHRP 350 tested, test level 3 (TL-3), approved. Ensure that the components of the end treatment comply with the NCHRP 350 approved end treatment details.

510.03 METHODS OF CONSTRUCTION

Prior to installing posts, the location of underground electrical conduits and other utilities, which may conflict with the posts, shall be determined. The Contractor must call (800) 272-1000 for a utility markout in accordance with Subsection 106.18. Post spacing may be adjusted by 6 inches or double brackets may be used, as approved, to eliminate such conflicts. The Contractor's attention is directed to Subsection 106.18, pertaining to utilities. Test pits, as directed, shall be made as specified in Section 522.

The rail elements shall be constructed with the top edge in a straight line or smooth curve parallel to or concentric with the roadway. Where a vertical transition is required, the top edge of rail elements shall form the chords of a smooth vertical curve. Attach the beam guide rail element to the blockout at every post.

No punching, drilling, reaming, or cutting of the rail elements will be permitted in the field unless specifically approved by the Engineer. Neither torchcutting nor welding of rail elements will be permitted. All new material shall be furnished, except where resetting, realigning, raising, or salvaging is called for. Damaged galvanized surfaces shall be repaired in accordance with Subsection 403.16.

The installation shall be made in such a manner that no unprotected end is exposed to approaching traffic.

(A) Beam Guide Rail.

Within the same working day, replace all existing beam guide rail that is removed. Where possible, install new beam guide rail exposed to approaching traffic before the removal of the existing system.

If it is suspected that conduit is present, the Engineer may require tests. Locate and repair damage to the electrical conduit due to construction operations.

Supplementary Specifications - 77

T200.265

Drive beam guide rail posts to the required position. Ensure that posts are driven plumb, properly spaced, and to the line and grade shown.

Install the required bridge attachment type as shown on the Plans. Mount bridge beam guide posts as shown on the Plans.

Repair damage to the galvanized coating, if applicable, according to ASTM A 780.

For beam guide installations on the Garden State Parkway, install side mounted circular reflectors in accordance with the manufacturer’s recommendations. The guide rail reflector spacing criteria to be used on the Parkway is as follows: 1. Mainline: Spacing = 100 feet on-center 2. Plazas and Ramps: Spacing = 25 feet on-center 3. Initial Spacing: Regardless of whether on mainline or ramp/plaza, the first reflector shall be at the first post at the start of the guide rail run. The 2nd reflector shall follow at 12.5 feet. The 3rd reflector shall follow at 25 feet from the 2nd reflector (i.e. for total of 37.5 feet). After this, the reflector spacing will either continue at 25 feet on-center for ramp/plaza or go to 100 feet on-center if on the mainline. If conditions in the field differ from above, the Engineer is to develop a reflector spacing configuration. 4. Ramps: For the purpose of placing reflectors, a ramp will begin at the start of the transition to the deceleration ramp. A ramp will end at the end of the transition at the end of an acceleration ramp. 5. Plaza: For the purpose of placing reflectors, a plaza will begin at the start of the pavement widening transition from the mainline to the plaza. A plaza will end at the end of the pavement widening transition from a widened plaza to the mainline roadway. 6. Reflector Color: The color of the reflector is to match the color of the adjacent roadway pavement line stripe color.

(B) Terminals and Anchorages.

At least 10 days before beginning the work, submit the manufacturer’s recommendations to the Engineer. Install terminals and anchorages according to the manufacturer’s recommendations.

Excavate for post holes and concrete anchorages as specified in Subsection 206.03. Backfill and compact using the directed method as specified in Subsection 206.03.

(C) Reset Beam Guide Rail.

Reset Beam Guide Rail consists of using salvaged material to construct the specified item. The salvaged material shall be carefully loaded at the location specified and transported

Supplementary Specifications - 78

T200.265

to the area where it is to be installed. Available salvaged material shall consist of beam guide rail elements, posts, blockouts, nuts, bolts, washers and plates, unless otherwise specified. Any salvaged material damaged due to carelessness, shall be replaced without additional compensation.

In areas designated on the plans, salvaged beam guide rail shall be reset using recycled/synthetic blockouts in place of the existing steel or wooden blockouts. New hardware shall be supplied, as required. For galvanized steel beam guide rail elements and galvanized posts, the bolt holes for the recycled/synthetic blockouts shall be treated in accordance with Subsection 403.16. Posts damaged during the drilling of bolt holes shall be replaced at the contractor’s expense.

(D) Removal of Beam Guide Rail.

Removal of Beam Guide Rail shall consist of dismantling, removing and disposal of guide rail elements, posts, blockouts and hardware. Work shall include cutting existing anchor bolts flush with concrete surfaces and refilling and patching post holes with material similar to that of the adjoining area.

After removing beam guide rail, backfill the post holes and compact the area to the elevation of the adjacent surface. Materials and debris shall be disposed of in accordance with all applicable Federal, State and Local laws.

(E) Beam Guide Rail Element.

Beam Guide Rail Element shall consist of the installation of new rail element on to existing beam guide rail blockouts in accordance with Subsection 510.03(A).

(F) Beam Guide Rail Blockout.

Beam Guide Rail Blockout shall consist of the installation on new block outs between existing beam guide rail element and beam guide rail posts in accordance with Subsection 510.03(A).

Where beam guide rail is attached to a structure, attach the blockout to the structure. Reset the beam guide rail, as specified in Subsection 510.03(F) to provide a smooth transition to the existing structure.

510.04 MEASUREMENT

Beam Guide Rail will be measured by the length in place along the top of rail between centers of end posts, excluding the pay limits for parapet connections, safety walk connections, anchorages and end terminals.

Beam Guide Rail Element will be measured by the linear foot along the face of the rail.

Beam Guide Rail Anchorages, Flared Guide Rail Terminals, additional Beam Guide Rail Posts, and additional Beam Guide Rail Blockouts will be measured by the number of each installed.

Supplementary Specifications - 79

T200.265

Reset Beam Guide Rail will be measured as specified above for Beam Guide Rail.

Removal of Beam Guide Rail will be measured by length of existing beam guide rail removed, as shown on the plans, and as directed by the Engineer.

510.05 PAYMENT

Payment will be made under:

PAY ITEM PAY UNIT Beam Guide Rail ...... Linear Foot Beam Guide Rail Element ...... Linear Foot Reset Beam Guide Rail ...... Linear Foot Beam Guide Rail Blockout ...... Each Beam Guide Rail Anchorage ...... Each Beam Guide Rail Post ...... Each Removal of Beam Guide Rail ...... Linear Foot Flared Guide Rail Terminal ...... Each

No separate payment shall be made for reflectors attached to the face of the beam guide rail element.

SECTION 516 - PAVEMENT STRIPES AND MARKINGS

516.01 DESCRIPTION

This Subsection is deleted in its entirety and replaced with the following:

This work shall consist of striping or painting bituminous or concrete surface courses with the following materials, in accordance with the Contract documents: extruded or preformed thermoplastic traffic stripes and markings, epoxy resin traffic stripes or markings, latex traffic paint, pliant polymer rubber preformed traffic stripes or markings, and the application of glass beads when applicable. Unless otherwise indicated in the Contract documents, the type of material for traffic stripes and markings shall follow the Standard Striping Materials & Procedures table from the Authority’s Pavement Marking Standard Drawings.

“Traffic stripes” is defined as the various widths and colors of lines used to designate lanes and shoulders on roadways.

“Traffic markings, lines” is defined as the various types and materials for diagonal gore lines, crosswalks, stop lines, or other pavement lines not covered under “Traffic stripes.”

“Traffic markings, symbols” is defined as the various types and materials for words, arrows, or other pavement symbols.

Supplementary Specifications - 80

T200.265

The work also includes the placement and removal of temporary pavement stripes and markings. Temporary pavement stripes and markings may be latex, thermoplastic, epoxy resin, or removable wet weather pavement marking tape as shown on the Contract documents or as directed by the Engineer.

In addition, this work includes the removal of existing traffic stripes and markings consisting of the removal of white or yellow stripes or solid areas, letters, arrows, and other symbols from bituminous concrete and concrete bridge deck surfaces. Removal shall be, in accordance with the contract documents, via mechanical means (grinding or sandblasting) or hydromilling. The work shall also consist of any required placing of removable black line mask or black paint (only if specifically permitted) to cover existing stripes to be temporarily obliterated.

The work shall also consist of diamond grinding concrete bridge deck surfaces for contrast striping recessing and applying contrast stripes.

516.02 MATERIALS.

The following is removed:

TEMPORARY STRIPING 920.10

The following is added:

PREFORMED CONTRAST MARKING TAPE ...... 913.05(H) BLACK PAINT ...... 913.05(G) REMOVABLE WET WEATHER PAVEMENT MARKING TAPE .... 920.10

516.04 METHODS OF CONSTRUCTION.

(A) NEW PAVEMENT STRIPING.

The following is added after the eighth paragraph: Methods of Construction for contrast striping shall be in accordance with 516.04(I).

The first sentence of the last paragraph is replaced with the following:

The Contractor shall apply latex traffic stripes or traffic markings to thoroughly dry surfaces and during dry weather when the ambient and surface temperatures are as specified for that particular material.

Delete subparagraph (2) in its entirety.

Rename Subparagraph (B) to “Long-Life Thermoplastic Traffic Markings and Stripes”

Supplementary Specifications - 81

T200.265

(B) LONG-LIFE THERMOPLASTIC TRAFFIC MARKINGS AND STRIPES.

(2) Extruded Thermoplastic The following is added prior to the first paragraph:

Thermoplastic traffic markings and stripes shall not be placed on newly constructed pavement until the pavement is a minimum of twenty-four (24) hours old. Refer to 516.04(G) for temporary striping requirements on pavement less than twenty-four (24) hours old.

Delete Subparagraph (C) in its entirety. Redesignate Subparagraph (D) thru (K) as Subparagraphs (C) thru (I).

(C) LONG-LIFE EPOXY RESIN TRAFFIC STRIPES. The following is added to the beginning of the subparagraph: Methods of Construction for Epoxy Resin Contrast Stripes shall be in accordance with 516.04(I).

(F) REMOVAL OF PAINTED PAVEMENT STRIPES. Replace the second sentence of the first paragraph with the following:

Obliterating stripes or markings by painting over them with black paint shall not be permitted except where specifically called for in the contract documents or as directed by the Engineer. Obliterating gore area markings with black paint will be permitted only as called for in the Plans or as directed by the Engineer.

Replace the sixth paragraph with the following:

The Contractor shall employ mechanical (grinding or sandblasting), hydromilling, or black line mask for obliterating painted stripes as shown on the Plans. Striping removal operations will not be permitted until the removal method has been tested and approved by the Engineer.

Grinding or Sandblasting shall only be performed on pavement and concrete- wearing surfaces which are scheduled to be replaced.

Hydromilling shall be used in the removal of existing or temporary painted stripes on pavement and concrete-wearing surfaces which are scheduled to remain. This shall be performed by use of a high-pressure water jetting system such as the Starjet system manufactured by NLB Corporation, 159 Harmony Road; Mickleton, NJ; (856) 423-2211; or an approved equal. Hydromilling of painted striping shall be performed with a truck mounted mobile system and shall not damage the existing pavement. The area of removal includes the area of the stripe plus 1 inch on all sides. Hydromilling shall not be used when the

Supplementary Specifications - 82

T200.265

temperature is 35˚F and falling.

Replace the first and second sentence of the seventh paragraph with the following:

When black painting of existing painted lines is permitted, the existing lines shall be kept obliterated for the duration of the work under that stage. Black paint used for obliteration of existing epoxy or latex painted striping shall not be removed and new painted pavement striping will be installed over the black paint. Black paint shall not be used over existing Thermoplastic traffic striping.

The following is added to the eleventh paragraph:

Black Line Mask shall be used for temporary obliteration of existing pavement stripes for staged construction with durations of fifteen (15) days or less. Removable Black Line Mask shall not be overlapped. Only butt splices shall be used. Continuous runs shall be scored at 50 foot intervals.

Replace the twelfth paragraph with the following: For lane shifts or traffic detours, when a portion or all of the right shoulder is to be used as a traffic lane, the Contractor shall obliterate existing pavement stripes as called for in the plans or as directed by the Engineer and place temporary striping. At the deceleration and acceleration lanes when a portion or all of the right shoulder is used as a traffic lane, the Contractor shall remove the pavement stripes delineating the auxiliary lane. Allowable hours for striping changes shall be as per the Traffic Manual. Upon completion of the work, the lanes shall be restriped in accordance with the details shown on the Standard Drawings, unless shown differently on the contract plans.

(G) TEMPORARY PAVEMENT STRIPING.

Subparagraph is deleted in its entirety and replaced with the following:

Temporary pavement striping shall be provided by the Contractor when required per the Plans, provisions of Subsection 516.04(G), or when stripes or markings are to be placed on intermediate pavement layers, or on new pavement less than twenty four (24) hours old, to be opened to traffic due to staged construction.

Temporary striping shall be applied in construction work areas, at the locations shown on the Plans, to clean dry surfaces in accordance with the manufacturer’s recommendations and the required primer or a method approved by the Engineer.

The following types of temporary pavement striping shall be acceptable, adhering to the below conditions:

Supplementary Specifications - 83

T200.265

(1) Removable Wet Weather Pavement Marking Tape. This shall be used for applications of seven (7) days or less.

Removable Wet Weather Pavement Marking Tape, meeting the requirements of Subsection 920.10, shall be installed at designated locations under the guidance and in the presence of the manufacturer’s representative, in accordance with the manufacturer’s recommendations. Primers, if required, shall be used to promote tape adhesion to the wearing surface in accordance with the tape manufacturer’s recommendations. The tape shall be white or yellow and shall be installed in single or double lines, as designated.

Removable Wet Weather Pavement Marking Tape shall not be overlapped. Only butt splices shall be used and continuous runs of tape shall be scored at 50 foot intervals.

Tape shall be removed when no longer required for traffic control. Tape shall be removed manually, intact or in large pieces, by scraping if necessary, without the use of solvents, burning, grinding, or sand/shot blasting.

(2) Latex Traffic Paint. This may be used for applications that will remain in place for longer than seven (7) days.

(3) Thermoplastic Paint. This may be used in lieu of latex traffic paint, based on temperature constraints, as noted on the plans or as directed by the Engineer.

Temporary thermoplastic traffic stripes shall not be placed on newly constructed concrete decks until the decks are a minimum of 24 hours old. Thermoplastic Paint shall not be placed on top of latex traffic paint.

(4) Epoxy Resin Paint. This may be used in lieu of latex traffic paint, based on temperature constraints, as noted on the plans or as directed by the Engineer.

Prior to reopening the lanes to traffic, lane lines shall be reestablished with temporary pavement striping on all newly paved areas less than twenty four (24) hours old. Temporary pavement striping must be maintained in a serviceable

Supplementary Specifications - 84

T200.265

condition in accordance with the various provisions contained herein and subject to the satisfaction of the Engineer until such time as the permanent traffic striping is constructed.

(H) REMOVAL OF DEFECTIVE TRAFFIC STRIPES.

The following is added:

The contractor must, at all times, have immediately available in his yard an amount of replacement tape equal to the tape applied and be prepared to respond within two hours to close lanes, and repair/replace tape that has become damaged.

Removable Wet Weather Pavement Marking Tape that has become damaged, and is no longer serviceable, in the sole opinion of the Engineer, shall be replaced immediately. Damaged tape that is not replaced immediately may be replaced by the Authority and the costs shall be charged to the Contractor in accordance with Subsection 106.23.

The following Subparagraph is added:

(I) CONTRAST STRIPING.

Diamond grinding shall be performed to prepare the concrete deck surface for the contrast striping. The transverse deck grooving shall be completed before the diamond grinding. Equipment shall include a free-floating cutting or grinding head to provide a consistent recess depth over irregular pavement surfaces. The grinding or cutting head shall be equipped with diamond saw blades. Diamond saw blades shall be used on the cutting head to provide a smooth surface in the bottom of the recess. Immediately prior to the application of the contrast striping, the recess shall be cleaned with high-pressure air to remove debris and dust generated during the cutting operation. The groove must be clean and dry for proper application of the contrast striping. Refer to the manufacturer’s technical specifications for recess cleaning and dry time prior to product application.

The recess dimensions are as follows:

1. Width. The recess shall exceed the width of the marking material by 1 inch. 2. Depth. 100 mils ± 10 mils. 3. Position. The edge of the recess shall be constructed a minimum of 2 inches from the edge of concrete joints.

The total stripe width (black stripe), from outer edge to outer edge shall be 9 inches. The white stripe shall be 6 inches wide. For epoxy resin contrast stripes, white paint shall be applied within 24 hours of black paint but not less than the minimum requirement as recommended by the epoxy resin manufacturer.

Existing striping shall be removed prior to application of contrast striping.

Supplementary Specifications - 85

T200.265

The type of contrast striping system (Epoxy Resin or Preformed Contrast Marking Tape) to be used shall be as noted on the Contract Plans.

(1) Preformed Contrast Marking Tape. Apply P-50 adhesive per the manufacturer’s recommendations.

Contrast striping tape and its application shall conform to the manufacturer’s technical bulletins and specifications.

(2) Epoxy Resin Contrast Stripes. Black epoxy resin contrast stripes shall be applied in the recess and applied 12 mil ±2 mils thick. Black aggregate shall be used to remove any sheen. Black contrast stripes shall dry completely before proceeding to the reflective media.

Contrast striping materials and application shall conform to the manufacturer’s specifications.

Applied markings shall have a uniform 30±2 mils total thickness reflective media distributed across the width of the line. The markings shall have crisp distinct edges and clean cutoff at the end of each line.

All applied markings shall be protected from traffic and potential tracking while the epoxy cures. Markings may be saturated with glass beads to help prevent tracking.

The Contractor shall demonstrate to the Engineer the application of the broken white lines for a distance of 150 feet. The Engineer shall approve the test strip before the contractor continues striping operations.

516.05 MEASUREMENT.

Delete the second and third paragraphs in their entirety and replace with the following.

Temporary Pavement Striping will be measured by the length of Latex Traffic Paint which is applied. Thermoplastic Paint used as temporary pavement striping will be measured and paid under Traffic Stripes, Long Life, Thermoplastic. Epoxy Resin used as temporary pavement striping will be measured and paid under Traffic Stripes, Long Life, Epoxy Resin. Temporary pavement stripes which are replaced because of damage or excessive wear, as determined by the Engineer, will be measured for payment.

Supplementary Specifications - 86

T200.265

516.06 PAYMENT. THE FOLLOWING IS REMOVED:

PAY ITEM PAY UNIT Pavement Striping………………………………………..……..……. Linear Foot Pavement Striping, White, ____” Wide ………….……….…… Linear Foot Pavement Striping, Yellow, ____” Wide …………………………... Linear Foot Striping and Marking Removal……………………..………….…… Linear Foot Preformed Pavement Marking, White, 6 Inches Wide…………… Linear Foot Preformed Pavement Marking, Yellow, 6 Inches Wide………… Linear Foot Temporary Pavement Marking, White, 6 Inches Wide…………… Linear Foot Temporary Pavement Marking, Yellow, 6 Inches Wide………… Linear Foot Removable Black Line Mast, 8 Inches Wide……………..………… Linear Foot

THE FOLLOWING IS ADDED:

Temporary pavement striping constructed on new pavement less than twenty four (24) hours old, necessary to re-open a staged work area to traffic, shall not be measured for payment but shall be considered incidental to the placement of pavement.

SECTION 517 – FIELD OFFICE

517.01 DESCRIPTION

The first paragraph is deleted in its entirety and replace with the following:

This work shall consist of providing office space at a separate single location equivalent to a Type D field office. The exact field office location will be subject to the approval of the Engineer, but in general, the site will be located within close proximity of the Contract limits. The trailer shall have a repeater system installed to ensure proper cellular signal inside the trailer for cell phones and hotspots. This field office shall be utilized as the project field office for use by the Engineer and other representatives of the Authority. Specific requirements for the office shall be as further specified herein.

Setting up the field office shall consist of furnishing the office complete with furniture, bookcases, wall clocks, computer and associated equipment, office supplies, electricity, water, heating, air-conditioning, installation and activation of telephone lines, telephone sets (touch tone and cellular), sanitary facilities, and lavatory supplies.

(C) MAINTAIN FIELD OFFICE

Delete this paragraph in its entirety and replace with the following:

The work to be performed under this Contract shall involve maintaining a field office for the exclusive use of the Engineer and other representatives of the Authority. The work shall include furnishing all labor and materials and the payment of all expenses necessary for proper maintenance of the field office for

Supplementary Specifications - 87

T200.265

the duration of the Contract or Widening Program, as applicable. The Contractor will also be required to provide electrical power and telephone hook-up. No electrical power is to be provided by emergency backup generators.

At all times, the maintenance of the Field Office shall be the sole and full responsibility of the Contractor for the duration of the Contract.

517.03 METHODS OF CONSTRUCTION

The first paragraph is deleted in its entirety and replace with the following:

The Contractor shall provide and maintain in good condition construction field office space for the exclusive use of the Engineer, Authority representatives, or Contract team members at a location approved by the Engineer. The field office space or field office complex shall be ready for use not later than ten (10) days after the date of mailing of the fully executed Contract to the Contractor and before construction operations begin. The field office space or field office complex shall be maintained until no longer required by the Engineer and then removed. It is estimated that the field office space is required for three months after Contract Completion. Any building scheduled to be demolished under the Contract shall not be used as a field office.

The first sentence in the second paragraph is deleted in its entirety and replaced with the following:

The field office trailers, furnished by the Contractor, shall be installed at the location and in the position designated by the Engineer.

The fifth paragraph is deleted in its entirety.

The ninth paragraph which starts with the words “When the trailer is to remain…” is deleted in its entirety.

The tenth paragraph is deleted in its entirety and replaced with the following:

The field office trailers are to be removed from the site at the completion of the work under the Contract, utility and sewage services shall be disconnected and terminated in a manner satisfactory to the Engineer and the site restored to the original condition.

The types of field offices are as follows:

1. Construction Field Offices.

(a) Type A.

Type A field office shall be of weatherproof construction located on or in the immediate vicinity of the Project, having a floor area of not less than 576 square feet and a ceiling height of not less than 7½ feet, and having partitions and doors providing three communicating rooms, one with a floor area of not less than 288 square feet and two with a floor area of not

Supplementary Specifications - 88

T200.265 less than 144 square feet each.

The field office shall be provided with sufficient natural and artificial light and shall be adequately insulated, heated, and air-conditioned. Doors and windows shall be equipped with adequate locks, and all keys shall be in the possession of the Engineer.

The field office shall have one or more clothes closets of ample size for maximum office requirements, and all stairs shall have safety rails installed.

Sanitary conveniences suitable for use by male and female employees of the Authority shall be provided in the field office or offices and shall be stocked with lavatory and sanitary supplies at all times during the life of the Contract. All toilet facilities shall be in compliance with OSHA Regulation 1926.51(c) with the exception that the Authority will require that separate toilet facilities be provided for males and females. The sewage disposal method shall not endanger the health of employees and shall be in compliance with all State and Federal regulations. Toilet facilities shall be cleaned and sanitized a minimum of once per week except from May 15 through September 15 in which these facilities shall be cleaned and sanitized a minimum of twice per week.

The Contractor shall satisfy all state and local rules and regulations.

The Contractor shall be responsible for obtaining all State and/or local permits.

The Contractor shall be responsible for the security of the field office complex and its contents to the satisfaction of the engineer at all times.

The Contractor shall be responsible for providing snow removal at the stairs and doorway of each field office.

Adequate free parking shall be provided and maintained for the field office.

The office shall be equipped with the following for the exclusive use of the Engineer, however, the Contractor shall not be responsible for the replacement of equipment that is lost or damaged due to misuse:

(a) Three (3) multi-line touch-tone telephones and Two (2) telephone lines for use with the telephones installed as directed and operational in the Field Office and other facilities specified. (i) One (1) dedicated, operational telephone line(s) for Fax machine(s). (ii) One (1) telephone answering machine or voice mail service as provided with Comcast or Verizon services or approved equal.

Supplementary Specifications - 89

T200.265

(b) Two (2) like new desks and swivel chairs with casters and arm rests for each room. (i) HON® Metro Classic 60“- Double Pedestal Desk, Charcoal/Mahogany or approved equal. (ii) Staples® Belmore TM Leather Manager’s Chair or approved equal. (c) Drafting table with high swivel stool with casters and sufficient drawers for 22" x 36" plans, either attached to the table or in cabinet form, for each room. (d) Folding tables and chairs for the use of 16 personnel. (e) Two (2) supply cabinets. (f) Plan racks sufficient enough to hold two (2) sets of full size Contract Plans. (g) Four, like new, fire-resistant, four-drawer, legal-size file cabinets with lock and two keys meeting fire underwriters’ approval for not less than a one-hour test. (h) Two (2) Class ABC fire extinguishers, or one Class A and one Class B fire extinguisher, meeting fire underwriters approval. (i) Water cooler with bottled water having both hot and cold water dispensers. (j) Counter height refrigerator and microwave. (k) One (1) electronic calculator, ten-key, with trigonometric function capability and printout tape. (l) Two (2) Dry-Erase white boards, minimum of 3’ x 4’ and One (1) large Dry-Erase white board for the conference room, minimum 4’ x 6’. (m) Two (2) cork boards, minimum of 3’ x 4’. (n) One (1) Ricoh Aficio Multifunction Color MP C6501SP copy machine wirelessly networked for all users or approved equal. Printer toner and 8 ½” x 11”, 8 ½” x 14”, and 11” x 17” size paper (500 sheets per ream; weight-22 ounces per square yard; color-white; grain-long; for laser printers and copiers) for the duration of the construction Project. (o) Three (3) Canon Powershot ELPH 530HS black digital cameras (or approved equal) each with 8GB San Disk Extreme III SD memory card (or approved equal) and camera case. (p) Three (3) Apple iPhones (or approved equal), latest model, smart phones with voice, text, and data plans for the duration of the Contract. (Ex. AT&T business plan with shared minutes, unlimited mobile to mobile, free nights and weekends, rollover minutes, unlimited text messaging and 3GB data plan). Phones shall each come with a car charger, carrying holster, and hands free Bluetooth. (q) First-aid box, which shall be restocked as necessary, containing the following list of supplies:

Quantity Size Item 32 ¾" by 3" Brand sheer bandages 20 1" by 3" Brand fabric bandages 4 Medium Non-stick pads

Supplementary Specifications - 90

T200.265

2 2" Soft-gauze bandages 2 Oval eye pads 1 51" Triangular bandage 1 ½" by 180" Hypo-allergenic first-aid tape 10 Antiseptic wipes 1 ⅛ oz. Burn cream, foil pack 1 8 oz. First-aid cream 1 100 caplets Tylenol Extra-Strength caplets (or approved equal) 1 Scissors 1 Tweezers 1 First-aid guide 1 ½ fl. oz. Ophthalmic irrigation solution 1 Contents cards 10 Large Latex Disposable gloves 10 0.33 ml Ammonia inhalants 1 350 ml Sterile water 1 350 ml Sterile hydrogen peroxide

(r) Paper shredder, commercial cross cut capable of shredding CD’s, staples and paper clips. Minimum of 24 sheet capacity, 20 minute continuous run time, and eight (8) gallon capacity. (s) A microcomputer system compatible with the Authority’s Capital Software Program Management System. The microcomputer system shall include the following: (i) Three (3) HP EliteBook 8760w Mobile Workstation laptop computers or approved equal. Each with the following: docking station, 24” widescreen LCD monitor, wireless keyboard and mouse, speakers, hi-capacity battery and latest editions of MS Windows and MS Office Professional. Each laptop shall be provided with a carrying case, auto charger adapter, notebook wireless mouse, and 10GB high speed USB flash drive, mobile hotspot on broadband cellular network with monthly service for the use of the hotspot wireless paid by the Contractor. (ii) Internet Service Provider with high speed broadband wireless connection and electronic mail (e.g. Comcast/Verizon (or approved equal)). This account shall be maintained for the duration of the Contract. (iii) One (1) 1TB Western Digital Passport external hard drives (or approved equal). (iv) One (1) HP Officejet Pro 8600 Premium e-All-In-One Printers (or approved equal). (a) Printer toner/ink cartridge for the duration of the construction Project. (b) 8 ½” x 11”, 8 ½” x 14”, 11” x 17” size paper (500 sheets per ream; weight-22 ounces per square yard; color- white; grain-long; for laser printers and copiers) for the duration of the construction Project.

Supplementary Specifications - 91

T200.265

(v) Software package to be included with each computer system, on CD-ROM with documentation, including: i. Microsoft Windows, latest version with future upgrades. ii. Microsoft Office Professional, latest version. iii. Helix Nuts and Bolts Advanced Utilities for Windows, latest version, or compatible software package. iv. Anti-Virus software, latest version with monthly updates (e.g. Norton’s McAfee or Dr. Solomon’s). v. Visio Professional Graphics Software for Windows, latest version. vi. Primavera Project Planner, latest version. vii. Adobe Professional. viii. CD and DVD Burning Software, latest versions. (e.g. Nero, Rosio, Windows Media Player, etc.) (vi) Uninterruptible power supply (UPS) – APC-1000 or approved equal (e.g. Tripplite, Cyberpower, etc.). (vii) Surge protector for the entire computer workstation to be used in conjunction with the UPS (e.g. Zero Surge Power, Inc. – Point of Use – 2R-15amp/120 volts). (viii) Static mat, floor type, 4’ x 5’ or larger with grounding capabilities.

To be approved as a Substitute or "Or Equal", the software must be completely compatible with the Authority’s CapEx Manager Software.

At the time of installation, the Contractor shall ensure that the equipment is fully operational and meets all requirements of the Authority. All software listed above shall be new and shall be installed. The Contractor shall configure the software to work with the hardware provided. Any accessories for the computer shall be compatible with the computer. The Contractor shall forward all manuals, instruction, and literature received with the computer equipment to the Engineer. The Contractor is responsible to maintain the computer equipment in good working condition. Any part of the computer equipment which becomes inoperable or defective shall be replaced within 48 hours. The Contractor will not be permitted to use this computer equipment at any time. It is being supplied solely for the Authority's use. The computer equipment shall be removed and retained by the Contractor when no longer required. The equipment shall be in new condition. The Contractor will not be responsible for the replacement or repair of equipment that is lost or damaged due to misuse.

The following additional equipment shall be furnished by the Contractor for the exclusive use of the Engineer. This equipment shall conform to the applicable ASTM designation, when appropriate, and be in good working condition. The Contractor shall repair or replace damaged equipment throughout the duration of the Contract. The equipment

Supplementary Specifications - 92

T200.265

shall become the property of the Contractor after Acceptance:

1. One Digital Video Recorder with LCD color display, expandable SD/SDHC memory card slot, USB cable, tripod, extra battery, battery charger and 1-50 pack 16x 4.7GB DVD-R or greater. 2. Digital infrared remote read thermometers. 3. Smart levels. 4. Concrete thermometers. 5. Asphalt thermometers. 6. Two illuminated measuring wheels. 7. Two 100’ steel measuring tapes 8. Two 100’ cloth measuring tapes. 9. Three (3) sets of safety equipment consisting of: 360 degree reflectorized vests, hard hats, eye and ear protection, which meets all OSHA requirements. Safety vests are to be replaced semiannually for the duration of the Project. 10. Three (3) Whelen LED dash/deck mount amber and white strobes (or approved equal).

(d) Type D.

Type D field office shall conform to the requirements for Type A except that it shall have a floor area of not less than 720 square feet and shall be divided into four communicating rooms, one with a floor area of not less than 288 square feet and three with a floor area of not less than 144 square feet each, and equipped with tables and chairs for the use of 20 personnel.

Instead of the field office or offices specified above, the Contractor may provide equivalent office space, equipment, and facilities subject to approval of the Engineer. Setting up the field office or other facilities shall consist of furnishing the office complete with furniture, bookcases, wall clocks, equipment, electricity, water, heating, air-conditioning, installation and activation of telephone lines, telephone sets (touch tone and cellular), pager units, sanitary facilities, and lavatory supplies.

Maintenance of the Field Office, for the time required, shall consist of maintaining the furniture, equipment, utilities, providing lavatory supplies, janitorial and waste disposal services weekly, restocking of the first aid box, snow removal services, and one carton of legal and letter sized paper every three months, and one carton of 11" X 17" size paper for the duration of the Project for the copier and fax machine. Maintenance of the field office shall also include the monthly rent. The fax machine, telephone sets, cellular telephone sets, pager units, computer and related equipment shall be repaired or replaced within 24 hours of becoming inoperable or defective.

517.04 MEASUREMENT

Supplementary Specifications - 93

T200.265

The first and second paragraphs are deleted in their entirety and replaced with the following:

Furnish Field Office, Type D will be measured for payment on a lump sum basis.

No separate payment will be made for procuring the field offices, furnishing utility and/or sanitary service, or for any supplies listed in Subsection 517.03, but all costs thereof shall be included in the lump sum price bid for the pay item “Furnish Field Office, Type D”.

Maintain Field Office, Type D shall include furnishing all labor and materials, and the payment of all expenses necessary for proper maintenance of the field office for the duration of the Contract.

517.05 PAYMENT

The following is added:

PAY ITEM PAY UNIT Furnish Field Office, Type D ...... Lump Sum Maintain Field Office, Type D ...... Month

No separate payment will be made for procuring the field office space, furnishing utility and/or sanitary service, and any supplies listed in Subsection 517.03, but the costs thereof will be included in the lump sum price bid for the pay item “Furnish Field Office, Type D”.

No separate payment will be made for furnishing all labor and materials, and the payment of all expenses necessary for the proper maintenance of the field office space for the duration of the Contract, but the costs thereof will be included in the unit price bid for the pay item “Maintain Field Office, Type D”.

SECTION 523 – MISCELLANEOUS DRAINAGE

523.01 DESCRIPTION.

The following is added to this subsection:

This work shall also consist of the removal and disposal of all foreign materials of whatever character encountered within the storm drainage system.

523.02 EQUIPMENT.

The following is added to this subsection:

The existing drainage pipes and drainage structures shall be thoroughly cleaned by the

Supplementary Specifications - 94

T200.265

use of high pressure water blasting equipment, vacuum cleaners, rotary cleaners or other suitable means, so as to remove all dirt, debris and other accumulated matter by flushing or other suitable means. The Contractor shall supply the water required.

523.03 METHOD OF CONSTRUCTION.

(B) DISPOSAL OF MATERIALS

This subsection is replaced in its entirety with the following:

All the material resulting from the cleaning operation shall be removed at the downstream manhole, inlet or headwall of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, will be not permitted.

The Contractor shall be responsible for the disposal of all silt, sediment, trash, and debris removed during the cleaning operation.

1. Waste Management Plan (WMP). The Contractor shall submit for approval, at the Preconstruction meeting, a Waste Management Plan (WMP) for the Engineer's approval. The WMP shall specify in detail how the material collected during the cleaning operation, will be stored, transported and where it will be disposed of in accordance with all Federal, State and local regulations.

The Contractor is responsible for adherence to all weight restrictions.

The Contractor shall supply a certified "empty" weight for all vehicles used for the transporting of material to a disposal facility.

The Contractor shall prevent sediment or debris from entering waterways. In the event that material should accumulate at the outfall, it shall be removed, handled and managed appropriately.

The purpose of these activities is to provide the necessary maintenance of the state highway drainage system so that property damage, structural failures, increased flooding, erosion, and unsafe roadway conditions do not occur.

The proposed activities will restore all affected areas to their original condition and correct potential safety problems.

2. Soil, Sediment and Debris Management. Disposal, of soil/sediments shall be in accordance with NJDEP Division of Solid Waste's Guidance Document for the Management of Road Waste effective August 1994, to include appropriate fees, reviews and approvals.

3. Disposal of Soils/Sediments and Non-Soil Materials. Dispose of materials and debris accumulated by cleaning of the pipe and drainage structures according to

Supplementary Specifications - 95

T200.265

Solid Waste Management Act (N.J.S.A 13:1E-1) and N.J.A.C. 7:26 et seq. with adjustments noted as part of this document.

4. Transportation. Waste materials shall only be transported by vehicles having current NJSWA hauling certification. Trucks shall be tarped and shall not be permitted to leak residual waters. The material shall be sufficiently dewatered prior to loading, or the trucks into which the material is loaded must be water tight or lined.

5. Weekly Reporting. Each work week the contractor shall provide the Engineer with a running total of material that has been disposed of along with an estimate of material that is awaiting disposal.

The Contractor shall be responsible for ensuring that residual water content of soils/sediments is sufficiently reduced to facilitate transportation and disposal.

The method used to reduce water content to acceptable levels shall not cause an increase in weight or volume of sediment/ soils. Trucks used to haul the accumulated material shall be lined and covered with plastic sheeting having a minimum thickness of 4 mils.

Sediment/soils shall be disposed of as Solid Waste 10-10. Non-soil materials shall be disposed of as 10-10 (Municipal Waste).

Weight slips from the disposal facility shall be submitted to the Inspector.

Proper disposal documentation from the facility shall be submitted to the Inspector or the Engineer.

523.04 MEASUREMENT.

The following is added to this subsection:

The quantity of Cleaning Existing Storm Drain, 12” to 48” Diameter and Clean Existing Storm Drains, Over 48” Diameter for which payment will be made will be the total length of drainage pipes actually cleaned in accordance with the Specifications as directed by the Engineer.

The items Cleaning Existing Storm Drain, 12” to 48” Diameter and Clean Existing Storm Drains, Over 48” Diameter shall also included the cleaning of any adjacent inlet, manhole, junction box, headwall, end section, and/or other drainage conveyance device.

523.05 PAYMENT.

The following is added to the table:

Payment will be made under:

PAY ITEM PAY UNIT Cleaning Existing Storm Drain, 12” to 48” Diameter ...... Linear Foot

Supplementary Specifications - 96

T200.265

PAY ITEM PAY UNIT Clean Existing Storm Drains, Over 48” Diameter ...... Linear Foot

Payment will include mobilizing, supplying water, cleaning, and handling/disposal of all silt, sediment, trash, and debris from the cleaning of the storm drain systems.

SECTION 524 – IMPACT ATTENUATOR

The Section is deleted in its entirety and replaced with the following:

524.01 DESCRIPTION.

This work shall consist of the furnishing, and installing of telescoping, non-gating, re- directive (TNR) impact attenuators. For TNR impact attenuators installed in a construction zone on a temporary basis, work shall also include the maintenance of the attenuator during construction, repair or replacement during construction, relocation to a different area, removal upon completion and the restoration of pavement after removal.

524.02 MATERIALS.

Materials shall conform to the following subsections:

Telescoping Non-Gating, Re-directive Impact Attenuator ...... 920.20

Foundation concrete for the permanent systems shall be at least 4,000 psi. Reinforcement steel shall be epoxy coated. Concrete and reinforcement steel shall conform to Subsection 401.02.

Installation and additional material requirements shall be in accordance with the manufacturer’s recommendations.

Quadguard is an example of a Telescoping Non-Gating, Re-directive (TNR) Impact Attenuator and it may be replaced with another device with the approval of Engineer.

524.03 METHODS OF CONSTRUCTION.

Materials shall conform to the following subsections:

Telescoping Non-Gating, Re-directive Impact Attenuator ...... 920.20

Foundation concrete for the permanent systems shall be at least 4,000 psi. Reinforcement steel shall be epoxy coated. Concrete and reinforcement steel shall conform to Subsection 401.02.

Installation and additional material requirements shall be in accordance with the

Supplementary Specifications - 97

T200.265

manufacturer’s recommendations.

Reflective sheeting which appears at the blunt end of temporary and permanent impact attenuators shall conform to Subsection 912.02.

524.03 METHODS OF CONSTRUCTION.

For TNR impact attenuators installed on a temporary basis, the Contractor shall have spare unit parts for repair or replacement on site. If the attenuator is damaged from vehicular impact, the Contractor shall repair/replace any damaged unit within 48 hours of notification from the Authority. Repairs or replacement of TNR impact attenuators due to damage caused by Contractor actions shall be immediately repaired at no additional cost to the Authority. The Contractor shall be certified in accordance with the manufacturer’s requirements to perform installation, maintenance, repair and replacement of TNR impact attenuators.

Repair of TNR impact attenuators includes all of the labor and materials necessary to meet the requirements for a working unit in accordance with the manufacturer. This includes but is not limited to replacement of nose units, cartridges, diaphragms, hardware, realignment or total replacement.

524.04 MEASUREMENT.

Furnishing Temporary Impact Attenuator, Quadguard ___Bays, ___”Wide will be measured by the number of each complete unit installed to the maximum number provided in the Proposal that which are installed simultaneously.

Placing and Removing Temporary Impact Attenuator, Quadguard will be measured by the total number of complete units placed in each location as prescribed. Removal of temporary impact attenuators will not be measured for payment.

Repair Temporary Impact Attenuators, Quadguard will be measure by the number of bays to be replaced or repaired to the satisfaction of the Engineer.

Concrete, anchors, concrete foundations, and epoxy coated reinforcement will not be measured separately for payment.

Restoration of pavement involved with the removal of impact attenuators installed on a temporary basis will not be measured separately for payment but will be included in the pay item “Furnishing Traffic Control Devices” in accordance with Subsection 801.04.

Repair or replacement of permanent or temporary impact attenuators due to damage caused by Contractor operations will not be measured for payment.

524.05 PAYMENT.

Payment will be made under:

Supplementary Specifications - 98

T200.265

PAY ITEM PAY UNIT Furnishing Temporary Impact Attenuator, Quadguard 9 Bays, 24” Wide ...... Each Placing and Removing Temporary Impact Attenuator, Quadguard ...... Each Repair Temporary Impact Attenuator, Quadguard ...... Each

No separate payment will be made for the restoration of pavement involved with the removal of impact attenuators installed on a temporary basis, but the costs thereof will be included in the lump sum price bid for the pay item “Furnishing Traffic Control Devices” in accordance with Subsection 801.05.

No separate payment will be made for concrete, anchors, concrete foundations, or epoxy coated reinforcement, but the costs thereof will be included in the unit prices bid for the various temporary or permanent impact attenuator pay items in the Contract.

No payment will be made for repair or replacement of permanent or temporary impact attenuators damaged by the Contractor operations.

SECTION 531- FORCE ACCOUNT FOR SNOW REMOVAL

531.01 DESCRIPTION

This work shall include the removal of accumulated snow adjacent to existing curb line to curb line or any other area required to complete the inspection and/or construction depicted on the Plan through the work zone of the New Jersey Turnpike, Mileposts 117 to 122, Bergen County resulting from the snow plowing operations of the Authority’s maintenance forces or its agents during all stages of construction. The snow removal shall include disposal of the snow by the Contractor at areas clear from active traffic lanes approved by the Engineer.

531.02 METHODS OF CONSTRUCTION

The Contractor shall utilize snow removal equipment that can remove the plowed snow deposits from the edges of the roadways without restricting the use of adjacent lanes. The snow deposits shall be displaced into hauling equipment or into the work areas of the roadways. The snow removal equipment shall only travel in the direction of traffic. The Contractor may be directed to perform snow removal at any time while the Contract is in force. The Contractor shall initiate snow removal operations within four hours after notification by the Authority. The failure to commence work within a 4-hour notification timeframe will result in back charges for all costs incurred by the Authority to remove snow from travel lanes within work limits. In addition the Contractor will be charged a $1,000.00 per hour penalty for each hour over the above 4-hour notification timeframe up to $4,000.00 for each event.

All lane closings for the snow removal work under force account item shall be performed by the Contractor’s forces. The Contractor shall place temporary barrier mounted sign

Supplementary Specifications - 99

T200.265

supports prior to the storm as directed by the Engineer.

The Contractor shall submit his plan for snow removal to the Engineer for review and approval within 30 days after Contract is awarded. The plan shall detail the Contractor’s methods for removal of plowed snow deposits, including the work force and number and type of equipment to be used. A meeting with NJTA Maintenance will be required to review the plan regarding manpower, equipment, response time, etc.

The removal of snow deposited in the Contractor’s work areas by Authority plowing operations or the Contractor’s snow removal operations shall not be eligible for payment.

531.03 MEASUREMENT

Force Account for Snow Removal will not be measured for payment but measurement will be made on a Cost Plus basis for the time and material used in accordance with Subsection 108.04.

531.04 PAYMENT

Payment will be made under:

PAY ITEM PAY UNIT Force Account for Snow Removal (No-Bid) ...... Cost Plus

Payment for Force Account for Snow Removal including lane closings will be made on a Cost Plus basis in accordance with SubSection 108.04.

Supplementary Specifications - 100

T200.265

DIVISION 800 – TRAFFIC CONTROL

The current section is replaced with the following:

SECTION 801 - TRAFFIC CONTROL ON THE AUTHORITY’S ROADWAY

801.01 DESCRIPTION.

The work includes furnishing and/or placing traffic protection devices for short-term closings which include ramp (half-width), mainline lane and shoulder closings; furnishing personnel immediately and solely employed for the maintenance of the devices and protection of the traveling public; the transportation of devices to and from the site of the Project; moving devices from one position to another as required; and the continual maintenance and subsequent removal of all devices. Work shall also include providing flaggers at ramp gates for Authority-installed Roadway Closings and providing, maintaining and replacing truck-mounted, temporary and quad-guard attenuators. Unless otherwise noted, all traffic protection devices shall be furnished, installed, maintained and removed by the Contractor.

The work shall also include furnishing, placing/installing, removing and maintaining traffic protection devices at locations not shown on the Plans that may be required for completion of “If and Where Directed by the Engineer”, “Force Account”, and “Emergency” work as determined by the Engineer.

801.02 MATERIALS.

Materials shall conform to the following subsections:

Aluminum Alloys ...... 911.01 Arrow Board ...... 920.11 Batteries ...... 920.05 Concrete Barrier ...... 920.08 Flags ...... 920.09 Flashing Lights ...... 920.04 Folding Sign Stands ...... 920.07 Impact Attenuators (Quadguard) ...... 524 Modular Glare Screen System ...... 920.17 Portable Variable Message Signs ...... 920.19 Reflectors ...... 923.18 Safety Vests ...... 920.03 Signs and Overlay Panels ...... 920.06 Temporary Pavement Striping ...... 920.10 Traffic Cones ...... 920.01 Temporary Impact Attenuator ...... 920.15

Supplementary Specifications - 101

T200.265

Truck Mounted Attenuator...... 920.18 Vehicle Lights ...... 920.13

Sign Stand (Type III) for mounting on concrete median barrier or guide rail shall conform to the associated Standard Drawing.

801.03 METHODS OF CONSTRUCTION.

(A) GENERAL PROVISIONS.

The attention of the Contractor is specifically directed to the provisions of the Authority’s Manual for Traffic Control in Work Zones (heretofore referred as the “Manual”), which will be part of this contract and is available electronically on the Authority’s Web Site (http://www.state.nj.us/turnpike/professional-services.html) under the location “Engineering Reference Material.” In case of conflicting requirements, the following order of precedence shall be adhered to: Plans, Supplemental Specifications, Standard Drawings, Standard Specifications, and Manual.

The “Lane Closing Request Form” for each roadway, available electronically on the Authority’s Web Site (http://www.state.nj.us/turnpike/professional-services.html) under the location “Engineering Reference Material”, shall be submitted to the Engineer when requesting any lane, roadway, or ramp closure.

The “Escort, Slowdowns Request Form”, available in the Appendices of the Supplementary Specifications, shall be submitted to the Engineer when requesting any escort or slowdown.

The “State Police Supplemental Patrol Construction Request Form”, available in the Appendices of the Supplementary Specifications, shall be submitted to the Engineer when requesting State Police patrols.

The Authority’s roadways are in continuous operation 24 hours a day, 7 days a week. The work under this Contract has been planned to cause as little interference to Authority traffic as possible. The Contractor shall, therefore, plan his operations to permit the continuous flow of traffic along the roadways, ramps, toll plazas, and service areas.

It is the intent of the Contract to limit lane and shoulder closings to an absolute minimum and that work requiring closings is to be carried out in an expeditious manner.

No signs except traffic protection signs and traffic direction signs specified herein, on the Plans or as directed by the Engineer shall be erected by the Contractor or his subcontractors on or near Authority right-of-way.

The safety measures outlined and prescribed shall be considered basic and in certain

Supplementary Specifications - 102

T200.265 instances additional safety measures may be appropriate and required. Compliance with the safety measures and precautions prescribed in the Specifications and on the Plans shall not relieve the Contractor of responsibility for taking all additional and appropriate safety measures for all persons and property. Full responsibility for adequate safety measures for the protection of all persons and property on and adjacent to the work site shall rest with the Contractor.

(1) State Police Authority.

Traffic on Authority roadways is under the direct supervision and control of the who will enforce all statutory laws including the Authority's established Regulations under the Subchapter titled “Traffic Control on New Jersey Turnpike”, as they pertain to the Contractor as well as to the traveling public. The regulations can be found on the Authority’s Web Site http://www.state.nj.us/turnpike/policies-rules-and-regulations.html. The Contractor shall familiarize himself with and adhere strictly to the requirements of these Regulations.

The State Police have the authority to advise the Contractor of hazardous conditions or violations connected with the Contractor's operations and to order immediate remedial action. Upon such notification, the Contractor shall immediately discontinue work as required and correct the hazardous condition or violation. The Contractor shall then advise the Engineer of the State Police directive and the remedial action taken.

If the Authority or State Police declare that an emergency condition exists, the Contractor shall immediately respond with the required manpower and equipment to remove a closing in the shortest possible time, day or night, including weekends and holidays. This requirement shall not be considered as a basis for claim against the Authority.

All communication from the Contractor to the State Police shall be directed via the Engineer or Liaison Engineer.

(2) Traffic Permit.

The Contractor shall apply for a Traffic Permit at least ten (10) working days prior to the time the Contractor intends to start any operations at the Project site. The Contractor shall complete the applicable portion of the Traffic Permit application form as described in the Manual, Section 3.1.1, and return the completed application to the Engineer. A Traffic Permit Application can be found on the Authority’s Web Site http://www.state.nj.us/turnpike/professional-services.html. The Traffic Permit will be issued only to the Prime Contractor, but will be deemed to apply to all suppliers and Subcontractors engaged in the prosecution of this work. It is the responsibility of the Prime Contractor to inform all such suppliers and Subcontractors of the provisions of the Traffic Permit and to take all necessary measures to assure that they abide by its provisions. Copies of transmittals that

Supplementary Specifications - 103

T200.265 furnish the Subcontractors with the Traffic Permit and its provisions shall be submitted to the Engineer. All applicants for Traffic Permits shall attend a training class conducted by the State Police in accordance with the Manual, Section 3.1.3.

The Contractor's Traffic Permit application shall include complete information, data and/or sketches covering the following:

(a) The nature and location of the work.

(b) The proposed obstructions or other hazards to traffic, including all operations across the roadway cross-section.

(c) The length of time during which it is anticipated that hazards or obstructions to traffic will exist.

(d) The means proposed by the Contractor for the protection of the public and his own personnel and equipment, including layouts and schedules showing the anticipated lane and shoulder closings, truck access points, guide rail openings, locations of all devices for lane and shoulder closings and for protection of traffic, and anticipated dates and rates of work.

(e) The names, and day and night telephone numbers of the Contractor's Superintendents.

(f) Anticipated impacts to railways, if any.

(g) Other information as requested by the Engineer.

The information will be reviewed by the Engineer and when satisfactory, approved and advanced to the Authority. Upon approval by the Authority’s Traffic Engineer or Operations Department a Traffic Permit will be issued to the Contractor through the Engineer.

An Addendum to the Traffic Permit will be required each time any of the above items (a) thru (g) are revised or when insurance certificates require renewal during the Contract Period.

The Contractor shall furnish a schedule each week outlining all requested closings, as approved by the Engineer, and other traffic protection activity required during the following week. Said schedule shall be available to the Engineer on the time and date as directed. The Contractor shall provide the Engineer 48 hours notice of any proposed changes in this schedule.

If the approved methods of operation are not strictly adhered to by the Contractor, the Engineer has the right to direct that any work which, in the Engineer's opinion is not approved under the Traffic Permit, be immediately

Supplementary Specifications - 104

T200.265 discontinued. Such work shall not be resumed until the Engineer is assured and determines that the work will be performed in conformity with the approved methods of operation. The Contractor shall have no claim against the Authority for losses or delays caused by such stoppage of work, including but not limited to stoppages caused by inclement weather.

(3) Movement of Contractor’s Vehicles, Equipment and Personnel.

The Contractor's employees shall not walk across or along, nor occupy any active Authority roadway except within areas coned off or otherwise closed to the traveling public, or as specified herein for traffic control purposes.

The Contractor's personnel in any work area shall wear a vest at all times as specified in Subsection 920.03.

Personal vehicles will not be permitted to park anywhere within Authority right-of-way except in areas designated by the Engineer.

The Contractor shall be responsible for transporting all his personnel to and from enclosed or closed off work areas in accordance with NJSA 39:4-69, Riding on Part Not Intended for Passengers Prohibited. Personal vehicles will not be permitted anywhere within Authority right-of-way or private properties, except in areas designated by the Engineer.

Contractor vehicles operating on any Authority roadway or shoulder which is open to traffic shall travel with, and not across or against, the direction of traffic. Vehicles shall not park or stop on roadways or shoulders except within areas coned off or otherwise closed to traffic. Unless otherwise specified, or permitted by the Authority’s Engineer or Operations Department, the Contractor's vehicles shall not travel via Z-turns, U-turns, or at the point at which the roadway is coned off. Any vehicle making any illegal movement will be subject to a summons by the State Police.

Authorized locations for the use of U-turns and Z-turns will be as shown on the Plans.

Contractor vehicles shall enter and exit the work area via the nearest Interchange.

Whenever the Contractor intends to transport oversize or slow moving equipment on active Authority roadways, he may do so only under State Police escort and must follow the requirements of Subparagraph 801.03(B)(7).

Contractor vehicles and equipment operating in a closed roadway shall always stay to the right in the direction of travel and observe a of 35 miles per hour. Conspicuous, overhead, amber flashing lights in accordance with Subsection 920.13, visible from a 360 degree viewing angle shall be required and activated for all vehicles traveling or operating in a closed roadway.

Supplementary Specifications - 105

T200.265

For major traffic shifts as determined by the Engineer, and for structure erections or demolitions, a 2-week notice is required for the Operations Department and the State Police.

(4) Vehicle Access to Work Areas.

Contractor's vehicles entering or leaving a work area via Authority roadways shall be operated in a safe manner. They shall leave and enter the Authority roadway traffic stream only at designated points. Delivery of materials or personnel, and movement of vehicles and equipment into and out of a work area via Authority roadways shall be made only after lane or shoulder closings are in place, or with the use of an escort and/or approved slowdowns.

The use of emergency access gates by the Contractor’s vehicles is prohibited unless otherwise specified, or permitted by the Authority’s Engineer or Operations Department. Where an operation of the Contractor would permit unauthorized entry or exit from Authority property, the Contractor shall take immediate measures to restore the security of the Authority right-of-way. Toll evasion is subject to a summons by the State Police.

The Contractor shall, through the Engineer, coordinate his access points with those of the adjacent contracts to ensure proper spacing. Points for leaving and re-entering Authority roadway traffic flow shall be, in general, at the respective beginning and end of a closing.

Uniformed flagmen or “Flaggers” shall be provided by the Contractor for protection within the work zones at appropriate locations and as directed by the Engineer. Each flagger shall be properly trained, instructed, and experienced in flagger duties, and shall be uniformed as specified in Subsection 920.12. Flaggers must be English-speaking. Any flagger not satisfactory in the opinion of the Engineer shall be immediately replaced by an approved flagger. Flags shall be provided by the Contractor for each flagger as specified in Subsection 920.09.

It shall be the responsibility of the flagger to assist and direct construction vehicles into and out of the work area. He shall observe approaching traffic and warn Contractor personnel of vehicles entering the work site. He shall observe the flow of traffic and direct vehicles leaving the work site so that they may safely merge into active lanes of Authority roadways. Under no circumstances shall the flagger attempt to slow or otherwise direct Authority roadway traffic.

During permissible times for lane or shoulder closings when a flagger is not on duty, automobiles operated solely for the transportation of supervisory personnel, flaggers, or approved inspectors will be allowed access to the work site provided such vehicles are operated in a safe manner.

When the Contractor is granted permission to work within closed roadways, access to closed roadways shall be solely by ramp gates, either at the time the

Supplementary Specifications - 106

T200.265 ramp is closed or if continuous access is required with flagger control. Unattended ramp gates must remain locked. The Contractor’s flagger is responsible to secure the ramp gate in the closed position, upon completion of their flagging work, to maintain a secure roadway for the remainder of the scheduled roadway closing.

Whenever vehicular access to a work area requires the removal of existing guide rail, the guide rail shall be reinstalled during all times when a shoulder closing with vehicle access points is not allowed and during non-working hours. The opening shall be closed using an approved barrier immediately in front of the line of the guide rail and extending at least five feet beyond the opening in each direction. The blunt end of the guide rail shall be protected at all times by a Truck Mounted Attenuator, approved end treatment, or a Temporary Impact Attenuator. The guide rail shall be properly lapped and attached to the barrier using a terminal .

During non-working hours and/or on any day when an access point is not in use, the access signs associated with that location shall be left in place and covered, or removed and stored in a manner which will not soil the face. If covers are used they shall be securely fastened, top and bottom, to prevent the cover being blown aside by the wind.

Equipment delivery on lowboys or other similar equipment carrying vehicles that are not overweight or oversized are not permitted to access an interior lane shift without an escort. An escort is required for the delivery of materials or equipment on lowboys or similar transport vehicles to access an interior lane shift when an interior lane shift is determined to be necessary or called for on the Contract Plans.

(5) Maintenance of Existing Traffic Control Devices.

All existing guide, warning, and regulatory signs for the control of Authority roadway traffic must be maintained erect and unobstructed until such time as their use may be discontinued by direction of the Engineer. Existing panels and legends which become damaged as a result of the Contractor's operations shall be restored or repaired at the Contractor's own expense. In order to permit construction at the present location of these signs, the panels may be mounted on such temporary supports and at such locations as approved by the Engineer.

Existing directional and regulatory signs which cannot be maintained in place or temporarily mounted on channels are to be supported by temporary supports. Electrical service, power, and other incidental work for such temporary-mounted signs shall be as specified, and shop drawings shall be submitted in accordance with Subsection 104.08.

Existing roadway delineators are to be maintained unless directed by the Engineer to discontinue their use.

The Contractor shall temporarily mount any existing mile marker that will be

Supplementary Specifications - 107

T200.265 removed because of construction, on the top of construction barrier or post- mount at the outside edge of the shoulder as may be necessary. The relocated mile markers shall be mounted in accordance with the associated Standard Drawing, and as approved by the Engineer. The Contractor will be responsible for maintaining and, if necessary, replacing all mile markers within the limits of work during the course of construction.

Sign covers, for the purpose of obscuring installed but inactive temporary and permanent signs, shall be large enough to obscure the entirety of the sign, be non-reflective, opaque, and easy to install and remove. The use of plastic bags with duct tape, or similar method, is prohibited.

(6) Traffic Control Coordinator.

The Contractor shall assign a supervisory level employee to be the Traffic Control Coordinator (TCC). The name and telephone number(s) of the TCC shall be submitted to the Engineer with the Traffic Permit Application. The Engineer shall be notified as to the name and telephone number(s) of the TCC on a 24 hour basis. The TCC shall have a “TCC Designation Card” as issued by Rutgers’ Center for Advanced Infrastructure and Transportation (CAIT), and have the ability to communicate fluently in English. Information on CAIT’s “Traffic Control Coordinator Program” may be found on the web at http://cait.rutgers.edu/cait/tcc-program.

The Traffic Control Coordinator shall perform daily inspections, including weekends and holidays, and inspections at night as required, and take all corrective action to ensure compliance with the Traffic Control Plan and other approved standards. The Engineer shall be advised of the schedule of these inspections and be given the opportunity to join in the inspection. In addition, the duties of the Traffic Control Coordinator shall include, but shall not be limited to, the responsibility for ensuring the following:

Setup and removal of all traffic control devices in accordance with the Contract Documents.

Correction of deficiencies of traffic control devices within 2 hours of discovery or notification by the Engineer.

Repositioning traffic control devices displaced by traffic or construction equipment.

Covering or uncovering signs as appropriate.

Repairing and/or replacing damaged traffic control devices.

Replacing batteries, light bulbs, control panels and other electrical components.

Keeping all traffic control devices clean.

Supplementary Specifications - 108

T200.265

Adding fuel and oil to power units for traffic control devices.

That all Contractor equipment and vehicles are properly stored and parked so as not to create a traffic hazard.

Properly store traffic control devices when not in use.

That all excavations or drop-offs greater than 2 inches deep are protected in accordance with the Manual.

(7) Traffic Protection Patrol.

The purpose of this patrol is to guarantee that traffic protection devices remain functional during the periods when the Contractor’s personnel are not actively engaged at the site. When work is active at a site, the responsibilities for guaranteeing that traffic protection devices remain functional is then covered under the pay item “Installation, Maintenance, and Removal of Lane Closing”. Traffic protection patrol may be full-time, part-time, or may not be required. The Traffic Control Coordinator may fulfill some or all of the duties of the patroller(s).

The Contractor will be required to provide a traffic protection patrol at all times when lane, ramp, or partial ramp closings are in place.

The type of patrol (full-time, part-time or no patrol) shall be as stated in Paragraph 801.03(D). If no type is specified, it shall be assumed that no patrol is required.

(a) Full-time Patrol.

The Contractor shall provide a traffic protection patroller for the entire work area and maintain in-place devices as necessary, during all times and hours when no workmen are actively engaged at the site. The Contractor shall also provide a minimum of three (3), twenty-four (24) hour emergency contact names and telephone numbers to the Engineer. One of the three (3) emergency contact names shall be the Traffic Control Coordinator.

The Contractor shall provide the patroller with a suitable vehicle for patrolling the work area. The vehicle shall be equipped with approved vehicle lights as specified in Subsection 920.13.

Patrols shall be made at least once per hour during the patroller's tour of duty. In reversing direction at each end of his patrol, the patroller shall exit at an interchange beyond the limits of the Project and then re-enter.

Supplementary Specifications - 109

T200.265

The traffic protection patroller shall be an employee of the Contractor and not of a subcontractor, Authority, or other transportation agency. The patroller shall be thoroughly familiar with all of the provisions of these Specifications for Maintenance and Protection of Traffic. The traffic protection patroller shall be English speaking and equipped with a cell phone capable of direct contact at all times.

The patroller’s duties in regard to maintenance of devices shall include maintaining the proper position and alignment of all devices, washing sign faces and the lenses of flashing lights, replacing dead batteries and defective bulbs and lights, aligning lights properly, and any other maintenance of devices deemed essential by the Engineer to sustain the full effectiveness of all in-place devices.

In addition to providing a traffic protection patrol for periods when directed by the Engineer, the Contractor shall provide traffic protection patrol in the event of any incident occurring during hours when the Contractor’s personnel are not engaged at the site and an incident occurs which causes damage or relocation to traffic protection and control devices. During these incidents, the Authority, State Police, or the Engineer will call the Contractor's supervisor who shall respond within one hour and correct any deficiencies or damage within three hours. A non-response by the Contractor within the stipulated time frames will result in a one thousand dollars ($1,000) assessment for each occurrence as determined by the Engineer, and be deducted from the Contractor’s partial payments.

In the event of an incident causing damage to the in-place traffic protection and control devices beyond the repair capability of the patroller, he shall immediately call the superintendent and/or the Traffic Control Coordinator who shall make himself available at the site of the work within four (4) hours of being requested, and with such additional workmen as may be required to make the necessary repairs. If damaged traffic control devices are within tapers, State Police assistance shall be required for the resetting of the devices.

Should an incident occur which causes damage to in-place devices and the Contractor's patroller is unable or otherwise fails to perform the specified duties, the Engineer will call the Contractor's superintendent and/or the Traffic Control Coordinator who shall make himself available at the site and effect repairs as specified in the preceding paragraph.

The patroller shall maintain the cone line of an entire work area,

Supplementary Specifications - 110

T200.265

particularly in the area of the pavement removal, resurfacing and line striping operations. When a cone or cones are struck by a vehicle, they must be picked up and placed in proper alignment immediately. Once the operation proceeds through an area, the cone line must be brought back to the proper configuration to reduce the re-occurrence of cones being struck by passing vehicles.

Lengths of closings and complexities of both the operation of paving and proximity to interchanges require a 2-person patrol for all paving operations.

(B) CLOSINGS, SLOWDOWNS, AND ESCORTS. All lane, ramp and shoulder closings (including traffic shifts) required for the construction of the work for this Contract shall be installed, maintained and removed by the Contractor unless specifically called for on the Plans. It is the Contractor’s responsibility to become familiar with the location and use of the devices described in these Specifications and on the Plans. All roadway closings (if permitted) shall be installed and removed by the Authority.

When the work under the Contract requires that a ramp (half-width), mainline lane, shoulder of an Authority roadway be closed, such closings shall be made only at such times, to such limits, and in such a manner that the movement of traffic on the roadway will be maintained. Restrictions to movement of traffic by lane closings shall be minimized. All traffic moving on lanes not closed shall be able to flow smoothly, and shall be protected from all hazards pertaining to the Contractor's operations and because of the lane closings. A lane closing is defined as a reduction in the number of lanes. A half-width ramp closing of a single lane ramp is considered as a shoulder closing or a lane shift. Closing a lane on a ramp with two or more lanes is considered as a lane closing. A lane shift is defined as the lateral movement of traffic without a reduction in the number of lanes.

The Contractor is advised that the time required to install and remove a lane closing may be substantial. Approved lane closing hours are inclusive of the time for installation and removal of traffic protection devices; removal of existing striping, placement and removal of temporary striping and construction barrier, placement of permanent striping and all else necessary either to properly close or reopen lane(s) and shoulders to traffic. The Contractor will be assessed a penalty as defined in Subsection 107.12 for each fifteen (15) minute delay in reopening of a closing.

Permissible lane and shoulder closing hours for Authority roadways are noted in tabular form in the Manual. Where the limits of a proposed lane or shoulder closing extend beyond the limits of a single closing table, the more restrictive hours shall govern. Because of heavy traffic during morning and evening commuter rush hours, on weekends, over holidays, and during the summer vacation period (between Memorial Day and Labor Day), the times or hours when a road, lane or lanes may be closed and work requiring such closings may be performed are limited. Lanes may be closed and work requiring lanes to be closed may be performed only during the times prescribed.

Supplementary Specifications - 111

T200.265

Additional restrictions for closings are listed herein. When a proposed closing extends within 1,000 feet of an interchange or service area ramp, measured from the physical nose of the ramp in either direction to any part of the closing (cone or barrier segment, including tapers), additional restrictions may be imposed by the Operations Department.

All requests for lane, shoulder or roadway closings, or State Police escorts or slowdowns shall be scheduled by submitting the proper forms further described herein to the Engineer no later than 12:00 p.m. on the 2nd Monday prior to the requested escort, slowdown, closing or opening. If the Contractor fails to submit the appropriate form(s) to the Engineer in advance as stipulated above, it may result in the denial of the requested lane closing, escort or slowdown for the week. Notwithstanding, because of adjacent construction, a roadway, lane, or shoulder closing, or escort or slowdown may be denied even if properly requested. In any event, the denial of lane, shoulder or roadway closing or delay of the closing or opening of up to two hours from the scheduled times shall not be considered as a basis for a claim of delay against the Authority. The Contractor is advised that closings or openings installed by the Authority will be initiated within two hours of the time scheduled for such closings or openings. The Contractor shall establish his priorities for closings and openings and request such closings and openings at one hour intervals, minimum.

If a prescheduled lane or roadway closing operation which has been approved by the Authority will not be utilized for any reason by the Contractor, the Contractor shall notify the Engineer at least forty-eight (48) hours in advance to cancel the scheduled closing. If the forty-eight (48) hour period falls on a Saturday or Sunday, the notice for cancellation must be submitted on the preceding Thursday. The Contractor will be permitted one (1) occasion where the proper advance notification to cancel any scheduled closing operation is not given. If the Contractor fails to properly cancel a prescheduled lane or roadway closing a second time, within six (6) months of the first occurrence, the Contractor will be assessed $2,500 and an additional $2,500 for each subsequent occurrence within six (6) months of the previous occurrence. If the Contractor is unable to utilize the lane or roadway closing at the scheduled time due to weather conditions, as determined by the Engineer, it shall not count as a failure to notify the Engineer.

Where the Contractor finishes a work operation using a prescheduled lane closing earlier than scheduled, such that the lane closing operation is not needed on a scheduled day or days, he shall notify the Engineer as soon as the change in schedule is known, even if within the forty-eight (48) hour notification period. This case shall not constitute a failure to properly notify the Engineer.

It shall be the responsibility of the Contractor, for the work covered by these Specifications, to coordinate with the Engineer and other contractors affected by the Authority closings and to schedule his work accordingly with the approved progress schedules of the other contractors and the current status of each project, as described in Subsection 104.07.

The traffic protection devices for closing of a lane or shoulder shall always be set up progressively in the direction of traffic from the cone and traffic control trucks traveling in the lane or shoulder being closed. The protection devices shall always be removed in

Supplementary Specifications - 112

T200.265 the reverse order by the truck backing up on the closed lane or shoulder. Proper flashing yellow lights shall be installed on all construction vehicles in accordance with Subsection 920.13. The Engineer will coordinate the procedures for closing or opening a lane or shoulder.

Once a lane closing is in place, work shall commence immediately and shall progress on a continuous basis to completion.

The Contractor's personnel, vehicles, equipment, or materials shall not occupy any area within thirty (30) feet from the edge of pavement where there is no guide rail or other physical barrier unless the shoulder has been closed. The storage of materials and equipment will be permitted within Authority right-of-way only at specific locations to be designated by the Engineer. Materials or equipment shall not be stored in a closed lane or shoulder unless protected by a barrier.

Precast concrete construction barrier shall be installed only after the lane or shoulder has been closed.

During all periods when traffic lanes are not closed, the roadways shall be clear of all obstructions.

All traffic control devices within the Contractor’s work area which have been moved or displaced for whatever reason shall be immediately restored to their proper position by the Contractor. Cones or other traffic control devices which have been moved or displaced during such times when the Contractor is not actively engaged at the site, it shall be restored by the Contractor’s Traffic Protection Patrol in accordance with Subparagraph 801.03(A)(7).

The Operations Department or State Police may determine that a scheduled half-ramp, mainline lane, shoulder or roadway closing must be cancelled, postponed, or delayed in opening or opened earlier than originally planned. This change in available work hours shall not be considered as a basis for a claim against the Authority. Lane closings may be cancelled or may be reopened earlier than scheduled, as required by weather conditions or other incidents.

The Contractor shall install, maintain and remove lane closings in accordance with staged work requirements during the allowed times specified in the Manual, and in accordance with the Plans and Specifications.

Refer to the Tables provided in the Manual and/or the Plans for allowable lane closing hours.

(1) Lane Closings.

Unless otherwise specified by the Authority, the maximum length of any lane closing, i.e., length between first and last cones, shall be five (5) miles. The minimum clear distance between two separate lane closings, i.e., from the last traffic cone of the first closing to the first cone of the second closing, in the same roadway, shall be three (3) miles.

Supplementary Specifications - 113

T200.265

Lane closings shall be installed, maintained and removed, by the Contractor, in accordance with these Specifications, maintenance and protection of traffic details included in the Plans, and Authority-issued Standard Drawings unless otherwise approved by the Operations Department. No work shall begin until traffic protection devices, including Precast Concrete Construction Barrier (if called for), are completely set in place in accordance with the limits and details shown in the Plans and to the satisfaction of the Engineer.

During permissible lane closing hours, not more than one lane in a roadway may be closed at any one time in any one work area unless multiple lane closings are specifically permitted.

The Contractor may request a Supplemental State Police Traffic Patrol for each mainline lane closing when work is to be performed at roadway level within six (6) feet of the traveled way and no precast concrete construction barrier is specified. The Supplemental State Police Traffic Patrol may also be requested for half width or partial ramp closings with posted speed limits of 40 mph or higher and where no concrete construction barrier is specified, within the project limits. The Contractor shall prepare a schedule on the form shown in the Appendices of these Specifications for a State Police Supplemental Patrol and review the schedule with the Engineer prior to submittal to the Authority. Supplemental State Police Traffic Patrols will be made available only during Contractor working hours.

The Contractor shall submit the request for Supplemental State Police Traffic Patrol in the Appendices at the same time as the roadway, lane or shoulder closing, escort or slowdown request. Time required for pavement striping changes shall be included in the requested Supplemental State Police Traffic Patrol schedule.

In stages where multiple lanes are closed and inclement weather or other circumstances may impact the stipulated lane closing pick-up time, the Contractor shall concentrate his work effort on the lane adjacent to the active traffic lane or other lane or shoulder as directed by the Engineer. He shall be prepared to complete work in this lane ahead of work in the remaining area in order to allow this lane to be opened to traffic as soon as possible. This approach may require a non-continuous paving operation requiring additional mobilization of the paving train and crew.

(2) Emergency Lane Closings.

When in the opinion of the Chief Engineer it becomes necessary to close lanes to make prompt repairs to work in progress or to other facilities that are damaged, the Contractor shall provide all the materials and manpower necessary, and shall work continuously on a 24 hour per day basis to complete the emergency repairs and again make all lanes available to use by public traffic. Compensation for emergency repairs of damage beyond the Contractor's control will be paid under the established pay item in the Contract or on a cost-plus basis as specified in Subsection 108.04 or on such other basis as agreed upon by the Contractor and

Supplementary Specifications - 114

T200.265 the Engineer. All costs incurred as a result of emergency repairs of damage caused solely by the Contractor's procedures shall be borne entirely by the Contractor.

(3) Shoulder Closings.

Shoulder closings may be permitted between the hours as specified in the Plans, Supplemental Specifications, or within the Appendices of the Manual. Refer to 801.03(A) for Contract documents’ order of precedence.

Unless a shoulder is closed long term with Precast Concrete Construction Barrier, once a shoulder closing is in place, work shall commence immediately and shall progress on a continuous basis to completion. Shoulders shall not be kept closed when no work is scheduled to be performed.

Simultaneous closing of both the right and left shoulder of a roadway will not be permitted. All shoulder closings shall be of the shortest overall length and duration necessary to protect traffic and shall provide as much shoulder as possible for use by disabled vehicles and/or emergency vehicles.

Shoulder closings shall be installed, maintained and removed by the Contractor in accordance with these Specifications, maintenance and protection of traffic details included in the Plans, and Authority issued Standard Drawings. No work shall begin until traffic protection devices, including precast concrete construction barrier, are completely set in place in accordance with the limits and details shown in the Plans in accordance with the Traffic Protection Standard Drawings and to the satisfaction of the Engineer.

Additional shoulder closings or an extension in the shoulder closings shown may be required to perform “If and Where Directed” work, Force Account work, Change Order work and/or Emergency Repair work. The additional closings may be of partial day, full day or multi-day durations. Shoulder closings for punchlist work and correction of defective work shall be at the Contractor’s expense. The number and duration of the shoulder closing installation for punchlist work shall be that necessary to complete all punchlist work as directed by the Engineer.

The shifting of traffic from a single lane ramp to the shoulder of a single lane ramp shall be performed during the same time as lane closings in the Manual.

(4) Supplementary Lane Closings.

Supplementary lane closings will be permitted as specified on the Plans and, if not indicated on the Plans, will be permissible during the times prescribed in the Appendices of the Manual. All lane, ramp, shoulder and supplementary closings shall be installed, maintained and removed by the Contractor. The installation, maintenance and removal of supplementary lane closings include the furnishing, placing and removing arrow boards, placing and removing traffic cones, placing and removing additional signs, and the changing of sign panels and/or overlays.

Supplementary Specifications - 115

T200.265

(5) Authority Roadway Closing.

THE CONTRACTOR IS ADVISED THAT ROADWAY CLOSINGS MAY NOT BE AVAILABLE FOR WORK ON THIS PROJECT. However, the Contractor may utilize any roadway closing installed/scheduled by others for work on other Contracts or for Authority maintenance. The Contractor shall not interfere or conflict with the work for which the closing was installed. If the Contractor performs work within a roadway closing by others, he is responsible for vacating the closing within the scheduled hours of the closing.

The hours when one roadway of a single direction dual roadway may be closed are limited. A roadway may be closed, and work requiring roadways to be closed, may be performed only during the times prescribed in this Contract (if permitted), in other Contracts or if roadway closings are in place for NJTA maintenance work.

The initial closing and final re-opening of ramp gates (where applicable) will be performed only by employees of the Authority and under the direction of the State Police. The Contractor of this or other Contracts will arrange for such assistance through the Engineer.

Unless otherwise specified, the Contractor shall not position his vehicles and equipment to block all lanes and shoulders of the closed roadway. At least one lane of emergency access is to be maintained at all times.

The Contractor shall be permitted to undertake only as much work as can be completed within the time prescribed. Extension of roadway closing hours will not be granted under any circumstances. The Contractor is reminded that the time required to close an entire roadway may be substantial and that the roadway closing hours prescribed are inclusive of closing and reopening times.

Roadway closings may be cancelled or roadways may be reopened earlier than scheduled, as required by weather conditions or incidents in the open same- direction roadway. The Contractor shall immediately vacate the closed roadway if so instructed by the State Police or the Operations Department. The cancellation or curtailment of a roadway closing shall not be considered as a basis for a claim of delay against the Authority.

(6) Ramp Closings

Unless otherwise approved on the Contract Plans, the Contractor is advised that Ramp Closings are not permitted for work on this project unless prior authorization is obtained from the Authority or as directed by the State Police in the event of an emergency. However, the Contractor may utilize any Ramp Closing installed/scheduled by others for work on other Contracts or for Authority Maintenance where permitted by the Engineer of the installed/scheduled Ramp Closing. The contractor shall not interfere or conflict with the work for which the closing was installed. If the Contractor performs work within a Ramp Closing by others, he is responsible for vacating the closing within the scheduled hours of the closing.

Supplementary Specifications - 116

T200.265

Where a Ramp Closing is otherwise approved by the Authority or the State Police whereas the closing was not originally detailed in Contract Plans, the Ramp Closing shall be in substantial conformance with the Authority’s Standard Drawings. A Detour Route with appropriate signing shall be provided except in the case of installation due to emergency whereas the Contractor will provide the Detour Route and signing within a practical time frame which includes fabrication, installation, and mobilization.

Unless otherwise specified, the Contractor shall not position its vehicles and equipment to block all through lanes and shoulders on the ramp. At least one lane or one shoulder for emergency access is to be maintained at all times.

The Contractor shall be permitted to undertake only as much work as can be completed within the time prescribed. Extension of ramp closing hours will not be granted under any circumstances. The Contractor is reminded that the total time required to open and close a ramp may be substantial due to the deployment of necessary detour signing (to close) and the removal and proper covering or removal of detour signing (to open) that the closing hours prescribed are inclusive of closing and reopening times.

Ramp closings may be cancelled or ramps may be opened earlier than scheduled, as required by weather conditions or incidents. The Contractor shall immediately vacate the closed ramp if so instructed by the Authority or the State Police. The cancellation or curtailment of a ramp closing shall not be considered as a basis for a claim of delay against the Authority.

(7) Slowdowns.

Certain elements of work which cannot be accomplished with lane closings will be required to be accomplished during the simultaneous slowing of traffic in all lanes. This work may include but is not limited to the movement of heavy equipment across a roadway, the erection or removal of bridge elements or sign structures; installation of bridge deck joints, milling and resurfacing operations; placement, removal or relocation of precast concrete construction barriers; installation of traffic tapers; removal of traffic closings; realigning displaced traffic control devices; and striping changes. The Contractor shall confirm with the Engineer a minimum of twenty-four (24) hours (48 hours preferred) prior notice of the time he wishes traffic to be slowed. Slowdowns will not be granted for such work elements as installation or removal of any line striping or sweeping.

All requests for slowdowns should be scheduled by submitting the proper Escort, Slowdown Request Form in the Appendices to the Engineer with the Lane Closing Request in the Appendices. Emergency slowdowns for the purpose of maintaining traffic protection devices can be requested by the Contractor’s Traffic Control Coordinator. The Contractor shall submit the request for State Police Traffic Patrol (see Appendices) at the same time as the Escort, Slowdown Request Form.

Supplementary Specifications - 117

T200.265

Traffic shall be slowed down only by the direction of the State Police. The Engineer will arrange State Police assistance for these operations through the Operations Department.

Slowdowns for the movement of equipment, requiring one minute or less, may be scheduled any time except during the hours of 6:00 AM to 9:00 AM and 4:00 PM to 7:00 PM, Monday through Friday. Slowdowns requiring more than one minute but less than five minutes may be scheduled from 10:00 AM to 2:00 PM Monday through Friday. Slowdowns of more than five minutes and less than ten minutes must be scheduled during the allowable roadway or two-lane closing hours as specified in the Manual. Slowdowns of more than ten minutes will generally not be permitted.

The method of accomplishing work which would require lengthy slowdowns will be determined by the Engineer after consultation with the Operations Department and may involve extremely limited working hours and traffic control provisions beyond those called for in the Plans and Specifications.

When more than one slowdown is scheduled for the same work area, the flow of traffic must return to normal before traffic is slowed again.

Slowdowns will not be permitted during the restricted Holiday Periods as specified in Subparagraph 801.03(D).

(8) Escorts.

Whenever the Contractor intends to transport oversize or slow moving equipment on active Authority roadways, he may do so only under State Police escort.

All requests for escorts should be scheduled by submitting the proper Escort Request Form to the Engineer on the Monday of the week preceding the requested escort. In no case, however, will a slowdown be granted after 12:00 PM the day prior. If escort is needed on a Saturday or Sunday, request must be submitted by 12:00 PM on Thursday.

The Engineer will determine the time and the route of the escort. Escorts will not be scheduled during the hours of 6:00 AM to 9:00 AM and 4:00 PM to 7:00 PM Monday through Friday. Escorts are generally permitted only to and from the nearest Interchange.

A minimum of two flashing amber lights as specified in Subsection 920.13 shall be mounted on all slow moving vehicles. Tracked vehicles are not permitted to drive on open roadways.

(C) TRAFFIC CONTROL DEVICES.

Supplementary Specifications - 118

T200.265

The Contractor is responsible for installing, maintaining, and removing all traffic control devices, including but not limited to, concrete construction barriers, construction signs and sign stands, portable variable message signs, arrow boards, trucks, attenuators, and all other traffic protection devices furnished and/or handled by him. The Contractor is also required to fabricate, furnish, install and remove mainline sign overlay panels and coverings when shown in the Plans and in accordance with MUTCD. Overlays and coverings shall be installed and removed during the installation and removal of traffic closings and shifts.

The Contractor shall furnish materials, such as bolts, nuts, washers, adhesive anchors and polyester resin bonding agent, fasteners, paint, equipment and all labor required for the construction, placement, replacement, and maintenance of all traffic protection devices furnished and/or installed by him.

The Contractor or the assigned Traffic Control Coordinator shall maintain all traffic protection devices for the duration of the project, ensuring their operation, visibility, and overall effectiveness whenever they are in place at a work site. Maintenance shall include repairing, replacing, and washing devices as necessary, properly realigning devices, and any other work deemed necessary by the Engineer. Traffic protection devices, including but not limited to aluminum sign stands, sign panels, TMAs, cones and arrow board trailers that become damaged shall be repaired or replaced immediately upon notification of damage. The Contractor shall have on the project, an adequate number of spare parts to repair any damaged devices.

When traffic protection devices are to remain in-place overnight, during weekends, holidays, periods of inclement weather, or any other time that work will not be in progress, the Contractor or the assigned Traffic Control Coordinator shall ensure the full effectiveness of the devices prior to the cessation of work.

Cones or other protective devices moved by the Contractor for his own convenience in conducting his work operations may be done only with the approval of the Engineer and at no expense to the Authority. Upon completion of operations necessitating such moves, the Contractor shall immediately replace the protective devices to their original positions.

The Contractor shall furnish all supports, including guide rail and concrete median mounts as shown on the associated Standard Drawing, as required by each sign location to support the sign panels (except those furnished by the Authority – see Part 801.03(C)(11)). The Contractor is responsible to install and maintain all sign stands as directed by the Engineer. Sign stands carrying signs shall be in full extended position and the sign shall provide five (5) feet of clearance to the top of grade on Authority roadways. The use of clamps will not be permitted for attaching the sign stand to the median barrier. The sign base shall be properly tensioned to ensure the sign is stable and visible during passing truck traffic. After completion of the Contract, the sign stands shall remain the

Supplementary Specifications - 119

T200.265

Contractor’s property, except those furnished by the Authority, which shall be returned to the Authority in accordance with Part 801.03(C)(11).

(1) Traffic Cones.

The Contractor shall use 36” or 28” traffic cones. The Contractor shall not combine 28” and 36” cones in a single closing. All cones per closing shall be the same height. See Subsection 920.01.

(2) Precast Concrete Construction Barrier. Precast concrete construction barrier delivered to the job site shall be in new condition and maintained throughout the duration of the Project. The Engineer shall be the sole judge of the acceptability of the precast concrete barrier. Precast concrete barrier deemed unsatisfactory by the Engineer shall be replaced at no cost to the Authority.

Where different joint classifications are required within a section of barrier, the controlling joint class shall extend a minimum of one complete barrier length before and after the work area. For example, where A and D are required, Joint Class D shall extend a minimum of one complete barrier length before and after the work area before changing to Joint Class A.

The concrete construction barrier may be installed after the removal of existing surfacing and removed prior to paving, unless otherwise shown on Plans, if site conditions and construction sequence require doing so.

The Contractor shall furnish all hardware, concrete barrier interlock devices, anchors and all else necessary for the complete installation and subsequent removal and/or relocation of the concrete barrier.

The Contractor shall be required to maintain the concrete barrier units in their correct alignment at all times. The Contractor shall promptly furnish (any time of the day or night upon notification from the Authority, State Police or the Engineer) all labor, materials and equipment as necessary to repair, reset and/or realign any portion of concrete barrier units damaged or displaced by traffic incidents or otherwise. All contractor-furnished devices shall remain the property of the Contractor and shall be removed by the contractor upon completion of the work.

All precast concrete construction barrier that does not meet the following criteria, as determined by the Engineer prior to placement on the roadway, shall be rejected for use:

No more than three cracks in the middle 6 feet of the barrier. All cracks must be less than ⅛ inch wide. No gouges in the lower half of the face exposed to traffic.

Supplementary Specifications - 120

T200.265

No reinforcing steel shall be exposed. The key way must be intact. Lifting devices shall be intact. Face exposed to traffic must be clean of all road dirt. Reflectors shall be in place. Interlock must accept key full depth without projection of key cap above barrier. The full key way must be available.

Precast concrete construction barrier that becomes damaged shall be replaced within 24-hours, as directed by the Engineer.

The Contractor shall clean and maintain the drainage slots at the bottom of the concrete construction barrier at all times as directed by the Engineer.

(3) Modular Glare Screen System. Within isolated deck replacement areas and at parapet replacement areas, a Modular Glare Screen System with screening shall be installed on top of the precast concrete construction barrier at locations shown on the Plans. The Modular Glare Screen System is required at isolated deck replacement areas scheduled for a Stage that is permitted for a period of four (4) days or greater and at all parapet replacement areas.

The Modular Glare Screen System shall be installed prior to beginning any deck removal and shall remain in place until the new deck has been constructed. The Modular Glare Screen System and screening may be temporarily removed for placing, relocating or moving the precast construction barrier. The removal of the Modular Glare Screen System is subject to the approval of the Engineer.

The Modular Glare Screen System shall extend for the full length of the precast concrete construction barrier (except on taper sections) adjacent to deck breakouts as shown on the Plans.

The screening shall be in accordance with the debris shield mesh netting material requirements in Subsection 920.17. Screening shall be located along the top of the barrier and extend to a height above the top of the barrier equal to the top of the Modular Glare Screen System; it shall be attached through small holes drilled through the Modular Glare Screen System panel and secured with plastic ties to every other panel in accordance with the manufacturer’s recommendations.

(4) Temporary Impact Attenuators.

Supplementary Specifications - 121

T200.265

Temporary impact attenuators refer to non-directive sand-filled polyethylene plastic frangible modules. Temporary impact attenuator devices which are lost, stolen, damaged, destroyed or determined by the Engineer to be unacceptable shall be replaced without additional compensation.

The Contractor shall notify the Engineer immediately upon discovery of any damaged temporary impact attenuator and shall immediately replace or repair all damaged portions. The Contractor shall have on the Project an adequate number of spare parts to repair any damaged attenuator unit. Any modules of a unit or sand which are damaged due to the Contractor’s carelessness while placing, or due to the operation of the Contractor’s equipment or personnel after such placement, shall be replaced at no additional cost to the Authority.

(5) Impact Attenuators (Quadguard). Impact attenuators (Quadguard) refer to crushable, energy absorbing systems. Refer to Section 524 for requirements.

(6) Truck with Mounted Attenuator (TMA). This item shall also include placing, moving and removing the TMA unit as necessary when the Contractor is working within a closed shoulder or lane. The TMA shall be removed from the closed shoulder or lane when no work is in progress or they shall be stored behind precast concrete construction barrier.

The truck shall be in excellent operating condition and have a minimum gross weight (11 Tons) in accordance with the TMA manufacturer’s recommendation. The truck shall be equipped with a rear-mounted attenuator, including a crushable energy absorption module, cartridge support cables, lightweight steel backup plate, corner jacks, hydraulic tilting system and the hardware necessary for attachment. The truck mounted attenuator shall be attached to the truck in accordance with the manufacturer’s specifications and recommendations.

The Contractor shall provide a heavy truck with mounted attenuator (TMA) as a barrier vehicle in the closed lane or closed shoulder preceding each work location where personnel are engaged in construction activities and no concrete barrier is called for.

The appropriate numbers of TMA’s, as shown on the Plans, are to be provided for work on this Contract. The TMA’s shall remain the Contractor’s property upon Contract completion. If the Contractor elects to work at more than one location requiring a TMA, he shall furnish additional TMAs at no additional cost to

Supplementary Specifications - 122

T200.265

the Authority.

The TMA layout (positioning) shall conform to the requirements set forth in the section on Truck Mounted Attenuators in the most recent Edition of the AASHTO Roadside Design Guide.

Any units or parts of the truck mounted attenuator which are damaged or become inoperable during construction shall be repaired or replaced. A complete replacement module and the required components for restoration shall be available at all times on the project without additional compensation.

The truck shall be equipped with two (2) conspicuous overhead flashing lights in accordance with Subsection 920.13 and the appropriate generator to power the lights. The lights shall be mounted so that they are visible when the attenuator is in a raised position and the flashing lights shall run continuously whenever the truck is performing lane and shoulder closing and opening operations.

In the event that the traffic control truck is hit during the process of the work and the crash cushions become damaged or inoperable, the Contractor shall have a replacement cartridge on the site at all times, and shall immediately repair the truck mounted crash cushions. The replacement cartridge shall be compatible with the original unit so that the repair can be accomplished in a minimal amount of time.

The Contractor shall have a truck mounted attenuator with a driver available at the request of the Engineer for the purpose of inspection, condition assessment, layout of “If and Where Directed” work, “Change Order” and/or “Emergency Work” and for the Final Inspection. It is anticipated that the truck mounted attenuator with the driver will be needed a minimum of four (4) hours and no more than eight (8) hours per request with a twelve (12) hour advance notice by the Engineer. Payment for costs associated with this work shall be in accordance with “Furnishing Truck Mounted Attenuator for Engineer’s Use”, or shall be included in the unit costs of the various pay items within Division 800.

(7) Cone and TMA Trucks. All lane and shoulder closing operations shall be performed with a minimum of two (2) vehicles consisting of a cone truck and a TMA truck. Both vehicles shall be equipped with approved conspicuous overhead flashing amber warning lights per Subsection 920.13. The warning lights shall be mounted so that they are visible when the attenuator is in a raised position. The warning lights shall run continuously whenever the vehicles are

Supplementary Specifications - 123

T200.265

performing lane and shoulder closing or opening operations.

The cone truck shall be equipped with an approved carrier to hold personnel placing cones. Cone trucks with side-mounted carrier baskets may only be used for lane closing installations. Cone trucks with rear-mounted carrier baskets may be used for all types of closing installations.

The shoulder/lane closing crew shall be augmented by a traffic observer, who shall be equipped with an air horn. The traffic observer shall ride on the cone truck and watch oncoming traffic and this person shall sound the air horn as a warning if an out- of-control or other errant vehicles pose a threat to the crew.

The use of a TMA truck and the use of an approved cone truck and a traffic observer during the lane and shoulder closing or opening operations are mandatory and no exception shall be made.

Under no circumstances shall a TMA truck or cone truck remain in a closed lane or shoulder during non-working hours or a period of inactivity.

(8) Portable Variable Message Signs.

The portable variable message signs shall be physically located off of the traveled way, within a closed lane or shoulder, behind guide rail, behind approved closing devices, as shown on the Plans or Standard Drawings, or as directed by the Engineer. The portable variable message signs shall be positioned prior to the start of any work.

The Contractor is responsible for ensuring that the sign and generator runs continuously until sign and generator is no longer required.

Malfunctioning portable variable message signs shall be repaired or replaced within two (2) hours. The Contractor shall retain a spare portable variable message sign unit for use in the Contract.

Whilst deactivated, the portable variable message signs shall completely be removed from the worksite, or be stored behind precast concrete construction barriers.

(9) Real Time Work Zone Traffic Information System

If called for on the Plans, the contractor is to provide a Real Time Work Zone Traffic Information System during all stages of

Supplementary Specifications - 124

T200.265

maintenance and protection of traffic. The system shall detect traffic conditions in advance of and/or through the work zone and provide real time traffic information to the Authority’s Traffic Management and Technology Center (TMTC) and the traveling public. It will also serve as a temporary replacement for existing Emergency Speed Warning and Variable Speed Limit signs that may be removed during the project. The JamLogic or ASTI system shall be used. The software will be hosted by the provider (JamLogic or ASTI). The provider will make the system accessible to Authority-designated personnel via a password-protected website.

(10) Arrow Boards Arrow boards shall be in accordance with Subsection 920.11.

(11) Devices Furnished by the Authority All devices furnished by the Authority to the Contractor shall remain the property of the Authority. All devices furnished for the project by the Contractor shall become the property of the Authority, with the exception of those items so designated.

Upon completion of the project, the Contractor shall repair or replace as necessary all devices used on the project, whether furnished by him or the Authority. The devices shall be restored to a condition suitable for further use. The Contractor shall transport all restored or replaced devices to the location designated and shall unload and store them as directed by the Engineer.

The Engineer shall be notified of the proposed delivery date of the devices at least 48 hours in advance so that he can be present upon their delivery. The Contractor shall obtain a written receipt upon the satisfactory return of the devices. Adjustments for any shortage or deficiencies will be made before final payment.

Adjustment in a form of credit to the Authority will be assessed for any deficiencies or shortages of traffic protection devices returned to the Authority in accordance with the requirements of the Contract. The adjustments for this credit will be based on the replacement costs at the time of final completion and not at the time of issue. These adjustments will be made before final payment to the Contractor is recommended. All items furnished by the Contractor shall remain his.

(D) HOLIDAYS, RESTRICTIONS, AND SPECIAL PROVISIONS

Supplementary Specifications - 125

T200.265

Holiday/Special Events/Heavy Days Schedule

Lane, partial ramp and right shoulder closings will not be permitted during the following holiday periods unless otherwise noted:

Easter/Passover 1200, Wednesday, March 27, 2013 to 0001, Tuesday, April 2, 2013

Mothers Day 0600, Sunday, May 12, 2013 to 2200, Sunday, May 12, 2013

Memorial Day 1500, Thursday, May 23, 2013 to 0001, Wednesday, May 28, 2013

Independence Day 0001, Tuesday, July 2, 2013 to 0001, Tuesday, July 9, 2013

Labor Day 1500, Thursday, August 29, 2013 to 0001, Wednesday, September 4, 2013

Columbus Day 1200, Thursday, October 10, 2013 to 0001, Wednesday, October 16, 2013

Thanksgiving 1400, Tuesday, November 26, 2013 to 0001, Tuesday, December 3, 2013

Christmas 0001, Friday, December 19, 2013 to 0001, Thursday, January 3, 2014

Martin Luther King Day 0500, Friday, January 17, 2014 to 0600, Tuesday, January 21, 2014

President’s Day 0500, Friday, February 14, 2014 to 0600, Tuesday, February 18, 2014

The Contractor shall provide full-time Traffic Protection Patrol for this Contract. The Proposal amount of Man Hours shall be 1200.

The Contractor will be issued a copy of the "Lane Closure and Construction Safety Video" and an attendance sheet at the Preconstruction meeting. The Prime Contractor will not be permitted to engage in lane and shoulder closing operations on Authority roadways and ramps until the "Lane Closure and Construction Safety Video" has been viewed and acknowledged by all employees, Subcontractors, suppliers and vendors as noted on the attendance sheet. Receipt of the completed Attendance sheet, through the Resident Engineer by the Operations Department will constitute acknowledgement. Any exceptions to the specified personnel viewing the “Lane Closing and Construction Safety Video” will be only as approved by the Engineer.

Supplementary Specifications - 126

T200.265

Roadway Closings

The Contractor is required to advise the Engineer of his entry point. Should the Contractor receive approval from NJTA Operations Department to utilize roadway closings installed/scheduled by others for work on other Contracts or for NJTA maintenance, the access to closed roadways shall be solely by ramp gates. The Contractor may access the closed roadway either at the time the ramp is closed or if continuous access is required, with flagger control in accordance with Paragraph 801.03(A)(4). Unattended ramp gates must remain locked. Once the Contractor has been permitted to use a closed roadway, the Contractor’s flagger is responsible for securing the ramp gate in the closed position and to maintain a secure roadway for the remainder of the scheduled roadway closing.

Supplementary Specifications - 127

T200.265

Lane Taper Locations

The following is a listing of Allowable Lane Taper Locations along NJTPKE by milepost and direction:

NJ Turnpike Easterly Spur

NORTH WORK 2 2 LEFT CENTER RIGHT AREA LEFT RIGHT 106.0 106.1 106.2 106.3 106.4 106.5

106.6 106.7 106.8 106.9 107.0 107.1 106.8 106.8 106.8 106.8 106.8 107.2 107.3 107.4 107.5 107.6 107.7 107.8 107.9 108.0 108.1 108.2 108.3 108.4 108.5 108.6 108.7 108.8 108.9 109.0 109.1 109.2 109.3

Supplementary Specifications - 128

T200.265

109.4 109.1 109.1 109.1 109.1 109.1 109.5 109.6 109.7 109.8 109.9 110.0 110.1 110.2 110.3 110.4 110.5 110.6 110.7 110.8 110.9 111.0 111.1 111.2 111.3 111.4

111.5 111.6 111.7 111.8 111.9 112.0 112.1 112.2 112.3 112.4 112.5 112.6 18E 112.7 PLAZA 112.8 112.9 113.0 113.1 113.2 113.3 113.4 113.5

Supplementary Specifications - 129

T200.265

113.6 113.7 113.8 113.9 114.0 113.7 113.7 113.7 113.7 113.7 114.1 114.2 114.3 114.0 114.0 114.0 114.0 114.0 114.4 114.1 114.1 114.1 114.1 114.1 114.5 114.6 114.7 114.8 114.9 115.0 115.1 115.2 115.3 115.4 115.5 115.6 115.7 115.8 115.5 115.5 115.5 115.5 115.5 115.9 115.6 115.6 115.6 115.6 115.6 116.0 115.7 115.7 115.7 115.7 115.7 116.1 116.2 116.3 116.4 116.5 116.2 116.6 116.7 116.8 116.9 116.65 117.0 117.1 117.2 117.3 117.4 117.5

SOUTH

Supplementary Specifications - 130

T200.265

WORK 2 2 LEFT CENTER RIGHT AREA LEFT RIGHT 117.5 117.4 117.3 117.2 117.1 117.0 117.2 NS80 118.0 116.9 NS95 116.8 116.7 117.0 116.6 116.9 116.5 116.4 116.3 116.2 116.1 116.0 115.9 115.8 115.7 115.6 115.5 115.4 115.3 115.6 115.6 115.6 115.6 115.6 115.2 115.1 115.0 114.9 114.8 114.7 114.6 114.5 114.4 114.3 114.2 114.1 114.0 114.3 114.3 114.3 114.3 114.3 113.9 113.8 114.1 114.1 114.1 114.1 114.1 113.7 114.0 114.0 114.0 114.0 114.0

Supplementary Specifications - 131

T200.265

113.6 113.5 113.4 113.3 113.6 113.6 113.2 113.1 113.0 113.3 112.9 113.8 113.8 113.8 113.8 113.8 112.8 112.7 112.6 112.5 112.4 112.3 112.2 112.1 18-16E 112.0 PLAZA 111.9 111.8 111.7 111.6 111.5 111.8 111.8 111.8 111.8 111.8 111.4 111.3 111.2 111.1 111.0 110.9 110.8 110.7 110.6 110.5 110.4 110.3 110.6 110.6 110.6 110.6 110.6 110.2 110.1 110.0 109.9 109.8 109.7 109.6 109.5 109.4

Supplementary Specifications - 132

T200.265

109.3 109.2 109.1 109.0 108.9 108.8 108.7 108.6 108.5 108.8 108.8 108.8 108.8 108.8 108.4 108.3 108.2 108.1 108.0 107.9 107.8 107.7 107.6 107.5 107.4 107.3 107.2 107.1 107.0 106.9 106.8 106.7 107.0 106.6 106.9 106.9 106.5 106.4 106.3 106.2 106.1 106.0

NJ Turnpike Westerly Spur

NORTH WORK LEFT 2 LEFT CENTER 2 RIGHT RIGHT AREA 106.0 106.1 106.2

Supplementary Specifications - 133

T200.265

106.3 106.4 106.5 106.6 106.7 106.8 106.9 107.0 107.1 107.2 107.3 106.9+ 107.4 107.5 107.6 107.7 107.8 107.9 108.0 108.1 108.2 108.3 108.4 108.5 108.6 108.7 108.8 108.9 109.0 109.1 109.2 109.3 109.4 109.5 109.6 109.7 109.8 109.9 110.0 109.7 110.1 110.2 110.3 110.4 110.1 110.5 110.6

Supplementary Specifications - 134

T200.265

110.7 110.8 110.9 111.0 111.1 110.8 111.2 111.3 111.4 111.5 111.6 111.7 111.8 111.9 112.0 112.1 112.2 112.3 112.4 112.5 112.3 112.6 112.7 112.8 112.9 113.0 113.1 113.2 113.3 113.4 113.5 113.6 113.7 113.4 113.8 PLAZA 113.9 114.0 114.1 114.2 114.3 114.4 114.5 114.6 114.7 114.8 114.9 114.6 115.0

Supplementary Specifications - 135

T200.265

115.1 115.2 115.3 115.4 115.5 115.6 115.7 115.8 115.9 116.0 116.1 116.2 116.3 116.4 115.9 116.5 116.6 116.7 116.8 116.9 117.0 117.1 117.2 117.3 117.4 117.1 117.5

SOUTH WORK LEFT 2 LEFT CENTER 2 RIGHT RIGHT AREA 117.5 117.4 117.3 117.2 117.1 117.0 116.9 116.8 116.7 116.6 116.5 116.4 116.3 116.2

Supplementary Specifications - 136

T200.265

116.1 116.0 115.9 115.8 115.7 115.6 115.5 115.4 117.0 115.3 115.2 115.1 115.0 115.5 114.9 114.8 114.7 114.6 114.5 114.4 114.3 114.2 114.1 114.0 113.9 113.8 PLAZA 113.7 113.6 113.5 113.4 113.3 113.2 113.1 113.0 112.9 113.2 112.8 112.7 112.6 112.5 112.4 112.3 112.2 112.1 112.0 112.3 111.9 111.8

Supplementary Specifications - 137

T200.265

111.7 111.6 111.5 111.4 111.3 111.2 111.5 111.1 111.0 110.9 110.8 110.7 110.6 110.5 110.4 110.7 110.3 110.2 110.1 110.0 109.9 109.8 109.7 109.6 109.5 109.8 109.4 109.3 109.2 109.1 109.0 108.9 108.8 108.7 108.6 108.5 108.4 108.3 108.2 108.1 108.0 107.9 109.6 107.8 107.7 107.6 107.5 107.4

Supplementary Specifications - 138

T200.265

107.3 107.2 107.1 107.0 106.9 106.8 106.7 107.0 106.6 106.5 106.4 106.3 106.2 106.1 106.0

I-95

NORTH WORK 2 2 LEFT RIGHT AREA LEFT RIGHT 117.0 115.9 117.1 117.4 117.2 117.3 117.4 117.5 117.6 117.7 117.8 117.9 118.0 118.1 118.2 118.3 118.4 118.5 118.2 SNX SNL GORE 118.6 118.3 118.7 118.8

SOUTH WORK 2 2 LEFT RIGHT AREA LEFT RIGHT 117.0

Supplementary Specifications - 139

T200.265

117.1 117.2 117.3 117.4 117.5 117.6 117.7 117.8 118.2 117.9 118.0 118.5 118.1 118.2 118.3 118.4 118.5 118.6 118.7 118.8 119.5

I-80

NORTH WORK 2 2 LEFT RIGHT AREA LEFT RIGHT 116.7 116.8 116.9 117.0 115.7E 116.7 117.1 117.2 117.3 117.4 117.5 117.6 117.7 117.8 117.9 118.0 118.1 118.2 118.3 118.4 118.5 118.6 118.3

Supplementary Specifications - 140

T200.265

118.7 118.8

SOUTH WORK 2 2 LEFT RIGHT AREA LEFT RIGHT 116.6 116.7 116.8 116.9 117.0 117.1 117.2 117.3 117.4 117.5 117.6 117.9 117.7 117.8 117.9 118.2 118.0 118.7

I-95 Local

NORTH WORK 2 2 LEFT CENTER RIGHT AREA LEFT RIGHT 118.5 118.2 118.6 118.7 118.8 118.9 119.0 119.1 119.2 119.3 119.4

Supplementary Specifications - 141

T200.265

119.5 119.6 119.7 119.4 119.8 119.9 120.0 120.1 120.8 120.2 120.3 120.4 120.5 120.6 120.7 120.8 120.9 121.0 121.1 121.2 121.3 121.4 121.5 121.6 121.7 121.8 121.9 122.0

SOUTH WORK 2 2 LEFT CENTER RIGHT AREA LEFT RIGHT 122.0 GWB PLAZA 121.9 121.8 121.7 121.6 121.5 121.4 121.3 121.8 121.2 121.1 121.0 120.9 120.8 120.7

Supplementary Specifications - 142

T200.265

120.6 120.5 120.4 120.3 120.2 120.1 120.8 120.0 119.9 119.8 119.7 119.6 119.5 119.4 119.7 119.3 119.2 119.1 119.0 118.9 118.8 118.7 118.6 118.5

I-95 Express

NORTH WORK 2 2 LEFT RIGHT AREA LEFT RIGHT 118.0 ----- 118.1 ----- 118.2 ------118.3 ----- 118.4 ------118.5 118.2 118.0 118.0 118.2 118.6 118.7 118.8 118.9 119.0 119.1 119.2 119.3 119.4 119.5

Supplementary Specifications - 143

T200.265

119.6 119.7 119.4 118.5 118.5 119.4 119.8 119.9 120.0 120.1 120.2 120.3 120.4 120.5 120.6 120.7 120.8 120.9 121.0 121.1 120.8 119.4 119.4 120.8 121.2 121.3 121.4 121.5 121.6 121.7 121.8 121.9 122.0

SOUTH WORK 2 2 LEFT RIGHT AREA LEFT RIGHT 122.0 121.9 121.8 121.7 121.6 121.5 121.4 121.3 121.2 121.1 121.0 121.3 GWB GWN 121.3 120.9 120.8 120.7 120.6

Supplementary Specifications - 144

T200.265

120.5 120.4 120.3 120.2 120.1 120.0 119.9 119.8 119.7 119.6 119.5 119.4 119.7 121.3 121.3 119.7 119.3 119.2 119.1 119.0 118.9 118.8 118.7 118.6 118.5 118.4 118.3 118.2 118.1 118.0

Note:

These roadways may not accommodate a full two lane closing throughout, due to lack of shoulder in certain areas. If this is the case, then a 12' traffic lane must be maintained by the use of temporary striping or other delineation.

801.04 MEASUREMENT

Furnishing Traffic Control Devices for maintenance and protection of traffic will be measured on a lump sum basis. Furnishing construction signs of various sizes required, complete with messages on the specified supports; overlay panels; traffic protection signs and aluminum sign supports; traffic control vehicles; flashing warning lights; batteries; cones with bases; stabilizers; flashing arrow boards; furnishing traffic control devices for installation of roadway, lane and shoulder closings at the locations shown on the Plans or as directed by the Engineer; replacing defective devices as directed, replacing lost, stolen, destroyed or unacceptable devices; and all equipment and material necessary therefore

Supplementary Specifications - 145

T200.265 and incidental thereto, unless otherwise noted will not be measured separately for payment. Shimming, leveling, and/or construction of bituminous pavement strips necessary for the proper installation and maintenance of the traffic control devices will not be measured separately for payment.

Furnishing Precast Concrete Construction Barrier will be measured by the linear foot along the front vertical face of the barrier, including tangent and taper runs, as it is used on the project, and the quantity will be limited to the maximum linear footage that is installed simultaneously on the project. Provisions for joint interlocking devices; reflectors; shimming and leveling; blockouts; grouting joints; anchorages into pavement; restoring roadway surfaces per the details following barrier removal; lifting devices; flashing lights; the labor, materials and equipment for transportation and delivery to the project site; furnishing test results or service history for approval by the Engineer, and any incidentals required in supplying the required quantity of precast concrete construction barrier to the Project will not be measured separately for payment.

Placing and Removing Precast Concrete Construction Barrier will be measured by the linear foot along the front vertical face of the barrier, including tangent and taper runs, as it is installed in its properly assembled final alignment and subsequently removed. The barrier shall not be measured twice to account for subsequent removal. Labor for loading and unloading of units; trucks; all trailers; all heavy machinery and other equipment required to place and remove the barrier as prescribed will not be measured separately for payment. Relocating precast concrete construction barrier as a result of accidents will be paid under the established pay item in the Contract or on a cost-plus basis as specified in Subsection 108.04 or on such other basis as agreed upon by the Contractor and the Engineer. Relocating precast concrete construction barrier to gain access to a work area will not be measured separately for payment.

Traffic Protection Patrol will be measured by the man-hours that the patroller is actively engaged at the site for the purpose of making patrols, correcting any deficiencies to maintenance and protection devices and reporting as required, including any waiting periods between patrols. The measurement of man-hours shall begin at the time the patroller (or TCC or other Contractor Representative) arrives on site as directed by the Engineer for scheduled patrols, plus response time when addressing an incident, and shall end at the time the Engineer has deemed that the patroller (TCC or other Contractor representative) is no longer required on the site. Traffic Protection Patrol and the maintenance of traffic protection devices that may be required while the Contractor is actively engaged at the site(s) will not be measured separately for payment, but it will be included under the associated traffic protection pay items under this contract. Additional personnel required for correction of deficiencies will not be measured separately for payment. Duties of any Contractor personnel engaged in the aforementioned will not be measured separately for payment.

Flaggers will be measured by the man-hours that flaggers are actively engaged in flagging services at the designated locations.

Furnishing Portable Variable Message Sign will be measured by the number of each and will be limited to the maximum number provided in the Proposal which is installed simultaneously, plus one spare sign which must be retained by the Contractor for use in

Supplementary Specifications - 146

T200.265

this Contract. Sign placement, removal and maintenance will not be measured separately for payment.

Furnishing Truck with Mounted Attenuator will be measured by the number of each as they are used on the roadway and will be limited to the maximum number provided for in the Proposal, which are used simultaneously.

Repair Truck Mounted Impact Attenuators will be measured by the total number of units repaired or requiring replacement that are either damaged or destroyed by the traveling public and as directed by the Engineer. Attenuators damaged by Contractors operations will not be measured for payment.

Any work or expense, including traffic protection required for the closing of lanes or shoulders in connection with the correction of defective work; for the convenience of the Contractor which are not specified in the Contract or ordered by the Engineer; for “punch list” work; or for the Final Inspection will not be measured for payment.

Cone trucks and traffic observers required for lane and shoulder closing operations or for observers that may be engaged at the site to ride the cone truck will not be measured separately for payment.

The relocation and if necessary the replacement of existing mile markers during construction and the covering and uncovering of overhead sign panels (or the installation or removal of overlay panels) during lane closings will not be measured separately for payment.

Furnishing Temporary Impact Attenuator, Quadguard will be measured separately for payment in accordance with Subsection 524.04.

Temporary Striping will be measured separately for payment in accordance with Subsection 516.05.

No separate payment will be made for lane closings and supplementary lane closings, but the costs thereof will be included in the unit price bid for the pay item “Furnishing Traffic Control Devices.”

801.05 PAYMENT.

Payment will be made under:

PAY ITEM PAY UNIT Furnishing Traffic Control Devices ...... Lump Sum Furnishing Precast Concrete Construction Barrier ...... Linear Foot Placing and Removing Precast Concrete Construction Barrier...... Linear Foot Traffic Protection Patrol ...... Man Hours Flaggers ...... Man Hours Furnishing Portable Variable Message Sign ...... Each

Supplementary Specifications - 147

T200.265

PAY ITEM PAY UNIT Furnishing Truck with Mounted Attenuator ...... Each Repair Truck Mounted Impact Attenuators ...... Each Picking Up and Returning Authority's Traffic Protection Devices ...... Lump Sum

Except for the items listed in the Proposal, no separate payment will be made for any costs incurred by the Contractor in complying with the requirements specified under the various articles of this Section, unless otherwise specifically prescribed elsewhere in these Specifications, including all tools, equipment, transportation, labor, services and materials as may be required for maintaining traffic protection devices when the Contractor is actively engaged at the site; providing lane and shoulder closings; placing, removing and maintaining flashing arrow board trailer and variable message sign, covering and uncovering overhead sign panels (or the installation or removal of overlay panels) for lane closings and any other work or expense in connection with the maintenance and protection of traffic, during various stages of construction and as may be required by the Engineer.

No separate payment will be made for furnishing a schedule of operations for each stage of construction and attending review meetings related to staging of construction; placing, maintaining or removing variable message signs; furnishing, installing and maintaining arrow boards; maintaining temporary impact attenuator; furnishing, installing and maintaining temporary fencing at deck replacement areas; installing, maintaining and removing signs, traffic cones or sign supports; removing temporary striping; traffic observers required for lane and shoulder closing or opening operations; all tools, equipment, transportation, labor, services and materials as may be necessary for installation, maintenance and removal of lane and shoulder closings; cone trucks and traffic observers required for lane and shoulder closing operations; relocation and if necessary the replacement of existing mile markers; the covering and uncovering of overhead sign panels (or the installation or removal of overlay panels); installing, maintaining and removing lane closings for the purposes of obtaining field measurements; extending the lane closings for the purposes of performing “If and Where Directed by the Engineer” work, “Force Account” work, Change Orders and/or Emergency Work; placing, removing and maintaining flashing arrow board trailer; furnishing and installing any spare parts for repairing or replacing damaged or missing traffic protection devices; furnishing, installing, maintaining and removal of closings of service area access locations and closing of U-turn access locations; and all else therefore and other work associated with and incidental to maintaining and protecting traffic.

No separate payment will be made for furnishing construction signs of various sizes required, complete with messages on the specified supports; overlay panels; traffic protection signs and aluminum sign supports; breakaway barricades; traffic control vehicles; flashing warning lights; batteries; cones with bases; stabilizers; flashing arrow boards; furnishing traffic control devices for installation of roadway, lane and shoulder closings at the locations shown on the Plans or as directed by the Engineer; replacing defective devices as directed, replacing lost, stolen, destroyed or unacceptable devices; and all equipment and material necessary therefore and incidental thereto, unless otherwise noted. No separate payment will be made for shimming, leveling, and/or construction of bituminous pavement strips necessary for the proper installation and maintenance of the traffic control devices.

Supplementary Specifications - 148

T200.265

No separate payment will be made for furnishing provisions for joint interlocking devices; reflectors; shimming and leveling; blockouts; grouting joints; anchorages into pavement; restoring roadway surfaces per the details following barrier removal; lifting devices; flashing lights; the labor, materials and equipment for transportation and delivery to the project site; furnishing test results or service history for approval by the Engineer, and any incidentals required in supplying the required quantity of precast concrete construction barrier to the Project. Reflectors shall be replaced when lost or damaged at no cost to the Authority.

No separate payment will be made for labor involved with loading and unloading of units; trucks; all trailers; all heavy machinery; and other equipment required to place and remove the barrier as prescribed; relocating temporary impact attenuators associated with resetting precast concrete construction barrier; relocating precast concrete construction barrier to gain access to a work area; and subsequent removal of the barrier.

No separate payment will be made for resetting of the precast concrete construction barrier less than a seven (7) foot difference to the previous location for staged construction, or for resetting of barrier due to the result of an accident or to gain access to a work area.

No separate payment will be made for furnishing, removing and reinstallation associated with Contractors operations, maintenance, and final removal of the Modular Glare Screen System (including screening) for the precast concrete construction barrier.

No separate payment will be made for correcting deficiencies to maintenance and protection devices, reporting to NJTA Traffic Operations, waiting periods between patrols, personnel required to perform Traffic Protection Patrol and correcting deficiencies (regardless is TCC or other Contractor personnel), for Traffic Protection Patrol duties when the Contractor is actively engaged at the site(s), or for Traffic Protection Patrol duties for deficiencies of maintenance and protection devices due to Contractor’s operations.

No separate payment will be made for repairing impact attenuator barrels damaged by Contractor operations.

Payment for “Furnishing Traffic Control Devices” shall be made as follows: • 50% at start of Contract • 25% at midpoint • 25% at completion of Contract.

No separate payment will be made for any work or expense, including traffic protection required for the closing of lanes or shoulders in connection with the correction of defective work; for the convenience of the Contractor which are not specified in the Contract or ordered by the Engineer; for “punch list” work; or for the Final Inspection, but the costs thereof will be included in the unit costs for the various maintenance and protection of traffic items in the Contract.

Payment for the various items related to Telescoping Non-Gating, Re-directive (TNR)

Supplementary Specifications - 149

T200.265

Impact Attenuators shall be in accordance with Subsection 524.05.

Payment for Temporary Striping shall be in accordance with Subsection 516.06.

SECTION 803 – STATE, COUNTY AND LOCAL HIGHWAYS

803.01 DESCRIPTION.

The following is added:

LOCAL TRAFFIC Traffic control for work on State, County and Local owned roadways shall be in accordance with the NJDOT’s Standards. These Standards are available through the Department at 1035 Parkway Avenue, Trenton, New Jersey 08625 or through their web site at www.state.nj.us/transportation/eng/. Construction permits shall be required from the NJDOT prior to starting any work on State owned roadways as per Subsection 107.01.02 of the 2007 NJDOT Standard Specifications and Appendix G – NJDOT Application for Highway Occupancy of this Supplementary Specification. State owned roadways shall be kept open to traffic unless otherwise approved or shown on the Plans. The Contractor will be responsible for obtaining permits for work affecting roadways or right-of-way under the New Jersey Department of Transportation or local municipality jurisdiction.

803.03 METHODS OF CONSTRUCTION.

The following is added:

The local roadways affected by construction under this Contract are under the jurisdiction of the agencies noted in the Contract documents. The Contractor shall prepare and submit a traffic control plan including methods, operations, and a layout plan indicating signing and traffic control protection devices and obtain approval prior to the closing of any lanes, shoulders or sidewalks under the jurisdiction of local agencies. The Contractor shall comply with all regulations, including permissible hours for closings and obtaining permits imposed by local agencies regarding the maintenance and protection of traffic. The Contractor shall give proper written notice as required by the local agencies prior to any closings.

Local roadway traffic control is required at the following locations and all adjacent or intersecting roadways:

(A) NJDOT, COUNTY, AND LOCAL JURISDICTIONS.

Vehicular traffic on local roadways shall be maintained and protected in accordance with current NJDOT and MUTCD Standards. The Contractor is responsible for obtaining the most current NJDOT Standards from the NJDOT.

The Contractor shall secure permission from NJDOT, comply with all regulations, pay any

Supplementary Specifications - 150

T200.265 charges imposed and furnish, place, maintain and remove the required traffic protection devices, including the necessary labor and services when impacting State roadways.

The Contractor is responsible for furnishing, installing, maintaining, and removing all traffic protection devices necessary to properly close lanes, shoulders, roadways and sidewalks as shown on the Plans for each of the local streets or on roadways under the jurisdiction of agencies other than the Authority.

The Contractor will not be permitted to occupy any section of roadway or sidewalk that is open to traffic with equipment, materials or personnel.

The Contractor shall coordinate all local traffic control with the agencies having jurisdiction and local police as applicable. Municipal Police Traffic Directors shall be off duty police officers from within the applicable municipality. Police Traffic Directors shall be provided where required by the municipality or at specific location directed by the Engineer during construction. The following townships and/or counties shall be contacted in order to obtain the services of police traffic directors and the name, address and telephone number of their local representative. Police Traffic Directors shall not be considered to be Flaggers. Flaggers are as defined in the Manual.

Agency Contact Name Telephone No.

New Jersey State Police Sgt. Frank (848) 565-1974 Traffic Division Emmons P.O. Box 7068 West Trenton, NJ 08628 Bergen County Engineer Mr. Joseph Femia (201) 336-6805 Village of Ridgefield Park Off. Al Locarno (201) 641-4950 Police Department ext.125

The Contractor shall comply with all regulations imposed by these agencies regarding the maintenance and protection of traffic and shall pay for and obtain all necessary permits as required by them or local agencies having relevant jurisdiction.

Flaggers shall be properly trained, instructed, and experienced in flagman duties, and shall be uniformed as specified in Subsection 920.12. Any flaggers not satisfactory in the opinion of the Engineer shall be immediately replaced by an approved flagman. All flaggers shall be English speaking. Equipment and devices to be used by the flaggers are to be furnished by the Contractor.

The flagger stations shall be adequately protected and illuminated for nighttime operations. Refer to the MUTCD for further information and requirements of uniformed flagmen or flaggers at flagman stations.

If deemed necessary, the agency having jurisdiction may furnish or assign inspectors or other personnel who will be assigned to the Project during the time the Contractor or any subcontractor is performing work under this Contract. The cost of these personnel shall be paid directly by the Contractor to that agency having jurisdiction.

The Contractor shall submit evidence of payment of all charges made to each agency having

Supplementary Specifications - 151

T200.265 jurisdiction in the form of copies of receipted bills, to the Engineer prior to final payment of the Contract by the Authority.

The traffic control plan shall provide for the treatment of conditions caused by or encountered during the work on the Project. The traffic control plan shall be based on the requirements provided in the MUTCD. The Contractor shall work in accordance with the MUTCD, and shall only deviate from the traffic control plan after receiving written approval.

Prior to the start of construction, the Engineer shall be notified of the single supervisory level individual, trained in the principles of safe traffic control, who will be assigned the responsibility and authority for the implementation and maintenance of the traffic control plan.

LANE/SHOULDER CLOSURE HOURS (NON-NJTA JURISDICTION)

Work Zone #1 (Milepost 117.2 to 117.5) New Jersey Turnpike: Before the Bergen Turnpike to just past the Route 46 off ramp (Exit 68) (7 Staging Areas).

Staging Area No. 1

Route I-80 Eastbound to I-95 Southbound (Right Shoulder Closure)

Right Shoulder Maintained (Eastbound Direction) Monday to Friday 6:00 AM to 9:00 AM and 3:00 PM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

Right Shoulder Closed (Eastbound Direction) Monday through Thursday 9:00 AM to 3:00 PM and 8:00 PM to 6:00 AM (Next Day) Friday 9:00 AM to 3:00 PM and 8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

NOTE: Maintain 12’ width on Route 46 Eastbound to I-80 Southbound Ramp. If ramp closure is required then may be done nightly from 10:00 PM to 5:00 AM the next day.

Staging Area No. 2

Route I-80 Eastbound to I-95 Southbound (Left Lane Closure)

All Lanes Maintained (Eastbound Direction) Monday to Friday 6:00 AM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

One Lane Maintained (Eastbound Direction)

Supplementary Specifications - 152

T200.265

Monday through Thursday 8:00 PM to 6:00 AM (Next Day) Friday 8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

Staging Areas No. 3 to 7

Staging Areas 3 to 6 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Work Zone #2 (Milepost 117.6 to 118.0) New Jersey Turnpike: Before the Bergen Turnpike to just past the Route 46 off ramp (Exit 68) (18 Staging Areas).

Staging Area No. 1

Route 46 Eastbound (Milepost 70.5-71.1 +/-) (Right Shoulder Closure) One site located before and another site after Teaneck Road on-ramp.

Right Shoulder Maintained (Eastbound Direction) Monday to Friday 6:00 AM to 10:00 AM and 2:00 PM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

Right Shoulder Closed (Eastbound Direction) Monday through Thursday 10:00 AM to 2:00 PM and 8:00 PM to 6:00 AM (Next Day) Friday 10:00 AM to 2:00 PM and 8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

Staging Area No. 2

Route 46 Westbound (Milepost 70.5-71.1 +/-) (Right Shoulder Closure) Located on Ramp from I-95 Northbound to Route 46 Westbound and along Route 46 Westbound.

Right Shoulder Maintained (Westbound Direction) Monday to Friday 6:00 AM to 10:00 AM and 2:00 PM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

Right Shoulder Closed (Westbound Direction) Monday through Thursday 10:00 AM to 2:00 PM and 8:00 PM to 6:00 AM (Next Day) Friday 10:00 AM to 2:00 PM and

Supplementary Specifications - 153

T200.265

8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

Staging Area No. 3

Ramp from Route 46 Westbound to Route I-80 Southbound (Right Shoulder Closure)

Staging Area No. 4

Ramp Route 46 Westbound to I-80 Westbound (Right Shoulder Closure)

For Staging Locations 3 &4:

Ramp Right Shoulder Maintained (Either Direction) Monday to Friday 6:00 AM to 9:00 AM and 3:00 PM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

Ramp Right Shoulder Closed (Either Direction) Monday through Thursday 9:00 AM to 3:00 PM and 8:00 PM to 6:00 AM (Next Day) Friday 9:00 AM to 3:00 PM and 8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

NOTE: These hours are for right shoulder closure only. If a partial ramp closure is required then this may be done nightly from 10:00 PM to 5:00 AM the next day. Also 12 foot minimum lane width must be maintained at all times.

Staging Area No. 5

Ramp Route 46 to Teaneck Road / Challenger Road (Partial Ramp – Right Side Closure)

NOTE: As this is a ramp, work may be done here nightly from 10:00 PM to 5:00 AM the next day.

NOTE: For work to be done at the Challenger Road and Teaneck Road split. Work may be done at one location at a time only.

Staging Area No. 6 to 12

Staging Areas 6 to 12 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Staging Area No. 13

Ramp Route I-80 Southbound to Route 46 Eastbound (Partial / Full Ramp Closure)

Supplementary Specifications - 154

T200.265

NOTE: As this is a ramp, work may be done here nightly from 10:00 PM to 5:00 AM the next day.

NOTE: Is this ramp to be partially closed or fully closed. It is not specified on plans. If it is to be closed than a detour plan will need to be submitted for review prior to working at this location.

NOTE: Work at Staging Areas 13, 14, and 15 may not be done simultaneously.

Staging Area No. 14

Median area between the Ramps from Route I-80 Southbound to Route 46 Eastbound and Route 46 Westbound.

NOTE: As this is ramp work, work may be done here nightly from 10:00 PM to 5:00 AM the next day.

NOTE: Work at Staging Areas 13, 14, and 15 may not be done simultaneously.

Staging Area No. 15

Ramp I-80 Southbound to Route 46 Westbound (Partial / Full Ramp Closure)

NOTE: As this is a ramp, work may be done here nightly from 10:00 PM to 5:00 AM the next day.

NOTE: Is this ramp to be partially closed or fully closed. It is not specified on plans. If it is to be closed than a detour plan will need to be submitted for review prior to working at this location.

NOTE: Work at Staging Areas 13, 14, and 15 may not be done simultaneously.

Staging Area No. 16

Ramp Emerson Street to Challenger Road (Partial Ramp Closure)

NOTE: This Location is not under NJDOT Jurisdiction. Village of Ridgefield Park will need to be contacted for lane closure hours.

NOTE: Work at Staging Areas 16 and 17 may not be done simultaneously.

Staging Area No. 17

Emerson Street at Split for Ramp to Challenger Road (Partial Right Side Road Closure)

NOTE: This Location is not under NJDOT Jurisdiction. Village of Ridgefield Park will need to be contacted for lane closure hours.

NOTE: Work at Staging Areas 16 and 17 may not be done simultaneously.

Staging Area No. 18

Supplementary Specifications - 155

T200.265

This area does not appear to be on or next to roadway. No Restrictions.

Work Zone #3 (Milepost 118.0 to 118.5) New Jersey Turnpike: Before the Challenger Road off ramp to past the Route I-95 Local and Express Split (10 Staging Areas).

Staging Area No. 1

Route I-80 Eastbound to Route I-95 Southbound along right side right of way.

NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Staging Area No. 2

Route I-80 Eastbound to Route I-95 Southbound (Right Shoulder Closure)

Right Shoulder Maintained (Eastbound Direction) Monday to Friday 6:00 AM to 10:00 AM and 2:00 PM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

Right Shoulder Closed (Eastbound Direction) Monday through Thursday 10:00 AM to 2:00 PM and 8:00 PM to 6:00 AM (Next Day) Friday 10:00 AM to 2:00 PM and 8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

NOTE: Staging Area’s 2 & 3 may not be done at the same time.

Staging Area No. 3

Route I-80 Eastbound to Route I-95 Southbound (Left Lane Closure)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 9:00 PM Saturday 6:00 AM to 9:00 PM Sunday 7:00 AM to 9:00 PM

Left Lane Closed (Eastbound Direction) Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 6:00 AM (Saturday) Saturday 9:00 PM to 7:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

NOTE: Staging Area’s 2 & 3 may not be done at the same time.

Supplementary Specifications - 156

T200.265

Staging Area No. 4 to 10.

Staging Area No. 10

Route I-95 Northbound (Challenger Road Partial Ramp Closure and Northbound Right Lane and Shoulder Closure)

Staging Areas 4 to 10 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

NOTE: For Challenger Road Partial Ramp Closure. Maintain 12’ Minimum Lane Width

Work Zone #4 (Milepost 118.6 to 119.3) New Jersey Turnpike: Before the Challenger Road off ramp to past the Route I-95 Local and Express Split (30 Staging Areas).

Staging Area No. 1

Route I-80 Eastbound Local to Route I-95 Southbound (Right Shoulder Closure)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 9:00 PM Saturday 6:00 AM to 9:00 PM Sunday 7:00 AM to 9:00 PM

Right Shoulder Closed (Eastbound Direction) Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 6:00 AM (Saturday) Saturday 9:00 PM to 7:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

NOTE: Staging Area’s 1 & 2 may not be done at the same time.

Staging Area No. 2

Route I-80 Eastbound Local to Route I-95 Southbound (Left Lane Closure)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 9:00 PM Saturday 9:00 AM to 9:00 PM Sunday 10:00 AM to 9:00 PM

Left Lane Closed (Eastbound Direction) Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 9:00 AM (Saturday) Saturday 9:00 PM to 10:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

Supplementary Specifications - 157

T200.265

NOTE: Staging Area’s 1 & 2 may not be done at the same time.

Staging Area No. 3

Route I-80 Eastbound Express to I-95 Southbound (Left side Partial Ramp and Left Lane Closure)

Ramp Open Monday to Friday 6:00 AM to 9:00 AM and 3:00 PM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

Partial Ramp and Left Lane Closed Monday through Thursday 9:00 AM to 3:00 PM and 8:00 PM to 6:00 AM (Next Day) Friday 9:00 AM to 3:00 PM and 8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

NOTE: Staging Area’s 1 & 3 may not be done at the same time.

NOTE: For Staging Area #3 Maintain 12’ minimum lane width on Route I-80 Eastbound Express Ramp to Route I-95 Southbound.

Staging Area No. 4

Ramp Route I-80 Express to Route I-95 Southbound (Right Shoulder and Partial Ramp Closure)

Ramp Open Monday to Friday 6:00 AM to 8:00 PM Saturday 7:00 AM to 8:00 PM Sunday 8:00 AM to 8:00 PM

Partial Ramp Closed Monday through Thursday 8:00 PM to 6:00 AM (Next Day) Friday 8:00 PM to 7:00 AM (Saturday) Saturday 8:00 PM to 8:00 AM (Sunday) Sunday 8:00 PM to 6:00 AM (Monday)

NOTE: Staging Area’s 3 & 4 may not be done at the same time.

NOTE: For Staging Area #4 Maintain 12’ minimum lane width on Route I-80 Eastbound Express Ramp to Route I-95 Southbound.

Staging Area No. 5 to 13

Staging Area No. 14

Supplementary Specifications - 158

T200.265

Route I-80 Eastbound Local to Route I-95 Northbound Local (Right Shoulder Closed)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 9:00 PM Saturday 9:00 AM to 9:00 PM Sunday 10:00 AM to 9:00 PM

Right Shoulder Closed (Eastbound Direction) Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 9:00 AM (Saturday) Saturday 9:00 PM to 10:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

Staging Area No. 15

Route I-80 Eastbound Local to Route I-95 Northbound Local (Left Lane and Shoulder Closed)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 9:00 PM Saturday 9:00 AM to 9:00 PM Sunday 10:00 AM to 9:00 PM

Left Lane Closed (Eastbound Direction) Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 9:00 AM (Saturday) Saturday 9:00 PM to 10:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

NOTE: Staging Area’s 14 & 15 may not be done at the same time.

Staging Area No. 16

Route I-80 Eastbound Local to Route I-95 Northbound Local (Right Shoulder Closed)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 9:00 PM Saturday 9:00 AM to 9:00 PM Sunday 10:00 AM to 9:00 PM

Right Shoulder Closed (Eastbound Direction) Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 9:00 AM (Saturday) Saturday 9:00 PM to 10:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

NOTE: Staging Area’s 16 & 18 may not be done at the same time.

Staging Area No. 17

Supplementary Specifications - 159

T200.265

Route I-80 Eastbound Local to County Route 56 Northbound Local (Partial Ramp Closed)

Ramp Open Monday to Friday 5:00 AM to 9:00 PM Saturday 6:00 AM to 9:00 PM Sunday 7:00 AM to 9:00 PM

Partial Ramp Closed Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 6:00 AM (Saturday) Saturday 9:00 PM to 7:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

NOTE: Staging Area’s 12 & 17 may not be done at the same time.

NOTE: Maintain 12’ Lane Width on Ramp at all Times.

Staging Area No. 18

Route I-95 Northbound Local (Left Lane and Shoulder Closed)

NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Staging Area No. 19

Route I-80 Eastbound Express to Route I-95 Northbound Express (Right Shoulder Closed)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 9:00 PM Saturday 6:00 AM to 9:00 PM Sunday 7:00 AM to 9:00 PM

Right Shoulder Closed (Eastbound Direction) Monday through Thursday 9:00 PM to 5:00 AM (Next Day) Friday 9:00 PM to 6:00 AM (Saturday) Saturday 9:00 PM to 7:00 AM (Sunday) Sunday 9:00 PM to 5:00 AM (Monday)

NOTE: Staging Area’s 19 & 20 may not be done at the same time.

Staging Area No. 20

Route I-80 Express to Route I-95 Northbound Express (Left Lane and Shoulder Closed)

All Lanes Maintained (Eastbound Direction) Monday to Friday 5:00 AM to 10:00 PM Saturday 6:00 AM to 10:00 PM

Supplementary Specifications - 160

T200.265

Sunday 7:00 AM to 10:00 PM

Left Lane and Shoulder Closed (Eastbound Direction) Monday through Thursday 10:00 PM to 5:00 AM (Next Day) Friday 10:00 PM to 6:00 AM (Saturday) Saturday 10:00 PM to 7:00 AM (Sunday) Sunday 10:00 PM to 5:00 AM (Monday)

NOTE: Staging Area’s 19 & 20 may not be done at the same time.

Staging Area No. 21 to 30.

Staging Areas 12 to 30 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Work Zone #5 (Milepost 119.4 to 120.3) New Jersey Turnpike: Before the County Route 56 off ramp to past (14 Staging Areas).

Staging Area No. 1

Ramp County Route 56 Eastbound to Route I-80 Westbound / Route I-95 Southbound (Right Side Partial Ramp Closure)

NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Staging Area No. 2

Ramp County Route 56 Westbound to Route I-95 Southbound (Right Side Partial Ramp Closure)

NOTE: This location is under the Bergen County Engineer’s Office. Please contact them for lane closure hours.

Staging Area No. 3 to 11

Staging Areas 3 to 11 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Staging Area No. 12

Ramp I-95 Northbound and ramps to County Route 56 (Left Lane and Shoulder Closed)

NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

County Route 56 Eastbound (Right Lane and Shoulder Closed)

NOTE: This location is under the Bergen County Engineer’s Office. Please contact them for lane

Supplementary Specifications - 161

T200.265 closure hours.

Staging Area No. 13 and 14

NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

NOTE: These locations may be under the Bergen County Engineer’s Office. Please contact them for lane closure hours if needed.

Work Zone #6 (Milepost 120.6 to 121.6) New Jersey Turnpike: Before the Broad Avenue Interchange to Route 4 (11 Staging Locations).

Staging Area No. 1 to 11

Staging Areas 1 to 11 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Work Zone #7 (Milepost 121.5 to 122.0) New Jersey Turnpike: Route 4 to Route 9W (Fletcher Avenue) (20 Staging Locations).

Staging Area No. 1

Route 4 Eastbound (Right Shoulder Closed)

All Lanes Maintained Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Right Shoulder Closed Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

Ramp Route 4 Eastbound to Route 9W (Right Side Partial Ramp Closure)

Route 1 Northbound to Route 9W (Partial Right Side Ramp Closure)

Ramp Open Monday to Friday 5:00 AM to 10:00 PM Saturday 6:00 AM to 10:00 PM Sunday 7:00 AM to 10:00 PM

Partial Ramp Closed Monday through Thursday 10:00 PM to 5:00 AM (Next Day) Friday 10:00 PM to 6:00 AM (Saturday) Saturday 10:00 PM to 7:00 AM (Sunday)

Supplementary Specifications - 162

T200.265

Sunday 10:00 PM to 5:00 AM (Monday)

NOTE: Maintain 12’ Lane Width on Ramp at all Times.

Route I-95 Northbound Local to Route 4 Eastbound

NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Route 4 Eastbound to Route I-95 Northbound Local (Partial Ramp Right Side Closure)

Ramp Open Monday to Friday 5:00 AM to 10:00 PM Saturday 6:00 AM to 10:00 PM Sunday 7:00 AM to 10:00 PM

Partial Ramp Closed Monday through Thursday 10:00 PM to 5:00 AM (Next Day) Friday 10:00 PM to 6:00 AM (Saturday) Saturday 10:00 PM to 7:00 AM (Sunday) Sunday 10:00 PM to 5:00 AM (Monday)

NOTE: Maintain 12’ Lane Width on Ramp at all Times.

Staging Area No. 2

Route 4 Eastbound (Double Left Lane Closure)

All Lanes Maintained (Eastbound Direction) Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Double Left Lanes Closed (Eastbound Direction) Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

Ramp Route 4 Eastbound to Route 9W (Partial Left Side Ramp Closure)

Ramp Open Monday to Friday 5:00 AM to 10:00 PM Saturday 6:00 AM to 10:00 PM Sunday 7:00 AM to 10:00 PM

Partial Ramp Closed Monday through Thursday 10:00 PM to 5:00 AM (Next Day)

Supplementary Specifications - 163

T200.265

Friday 10:00 PM to 6:00 AM (Saturday) Saturday 10:00 PM to 7:00 AM (Sunday) Sunday 10:00 PM to 5:00 AM (Monday)

NOTE: Maintain 12’ Lane Width on Ramp at all Times.

Route 4 Eastbound to Route I-95 Northbound Local (Left Lane and Shoulder Closed)

All Lanes Maintained Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Left Lane and Shoulder Closed Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

Staging Area No. 3 to 5

Staging areas 3 to 5 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Staging Area No. 6

Ramp Route 4 Eastbound to Route I-95 Northbound Express (Right Shoulder Closed)

All Lanes Maintained Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Right Shoulder Closed Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

Staging Area No. 7 to 12

Staging Areas 7 to 12 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Staging Area No. 13

Route I-95 Southbound Local (Right Shoulder Closed)

Supplementary Specifications - 164

T200.265

NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Ramp Route 9W Northbound to Route 4 Westbound (Partial Right Side Ramp Closure)

All Lanes Maintained Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Right Shoulder Closed Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

Staging Area No. 14

Ramp Route 4 Westbound to Route I-95 Southbound Local (Partial Left Side Ramp Closure)

All Lanes Maintained Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Right Shoulder Closed Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

NOTE: Maintain 12’ Lane Width on Ramp at all Times.

Staging Area No. 15

Ramp Route 4 Westbound to Route I-95 Southbound Local (Partial Right Side Ramp Closure)

Ramp Open Monday to Friday 5:00 AM to 10:00 PM Saturday 6:00 AM to 10:00 PM Sunday 7:00 AM to 10:00 PM

Partial Ramp Closed Monday through Thursday 10:00 PM to 5:00 AM (Next Day) Friday 10:00 PM to 6:00 AM (Saturday) Saturday 10:00 PM to 7:00 AM (Sunday) Sunday 10:00 PM to 5:00 AM (Monday)

NOTE: Maintain 12’ Lane Width on Ramp at all Times.

Supplementary Specifications - 165

T200.265

Route 4 Westbound (Left Lane Closed)

All Lanes Maintained Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Left Lane Closed Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

Staging Area No. 17

Route 4 Westbound (Right Lane and Shoulder Closure)

Ramp Route 9W Northbound to Route 4 Westbound

All Lanes Maintained Monday to Friday 6:00 AM to 10:00 PM Saturday 7:00 AM to 10:00 PM Sunday 8:00 AM to 10:00 PM

Left Lane Closed Monday through Thursday 10:00 PM to 6:00 AM (Next Day) Friday 10:00 PM to 7:00 AM (Saturday) Saturday 10:00 PM to 8:00 AM (Sunday) Sunday 10:00 PM to 6:00 AM (Monday)

Staging Area No. 16 and 18 to 20

Staging Areas 18 to 20 are under NJTP Jurisdiction – Notify Statewide Traffic Management Center of Lane Closures will support with ITS.

Supplementary Specifications - 166

T200.265

HOLIDAYS, RESTRICTIONS, AND SPECIAL PROVISIONS

No lane, shoulder, or ramp closures will be permitted on the following holidays:

Easter Sunday (including 6:00 AM Saturday until Noon Monday) Memorial Day (See Note Below) July 4th (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 Years Day (See Note Below)

NOTE:

If Holiday Falls On No Lane Closures Permitted

Sunday or Monday 6:00 AM Friday until Noon Tuesday

Tuesday 6:00 AM Friday until Noon Wednesday

Wednesday 6:00 AM Tuesday until Noon Thursday

Thursday 6:00 AM Wednesday until Noon Monday

Friday or Saturday 6:00 AM Thursday until Noon Monday

803.04 MEASUREMENT.

This Subsection is deleted in its entirety and replaced with the following:

Flaggers will be measured in accordance with Section 801.

Traffic Protection Patrol or Traffic Control Coordinator efforts of local roadways will not be measured separately for payment.

Police Traffic Directors (No Bid) provides a lump sum value for reimbursement to the Contractor for costs associated with local police providing maintenance and protection of traffic on local roads. The only reimbursable costs permitted will be those charges approved by the Engineer and by the impacted municipality or county for cost related to maintenance and protection of local road traffic affected by this Contract.

Supplementary Specifications - 167

T200.265

Furnishing Traffic Control Devices for State, County, and Local Roadways for maintenance and protection of traffic will be measured on a lump sum basis. Furnishing construction signs of various sizes required, complete with messages on the specified supports; overlay panels; traffic protection signs and aluminum sign supports; traffic control vehicles; flashing warning lights; batteries; cones with bases; stabilizers; flashing arrow boards; furnishing traffic control devices for installation of roadway, lane and shoulder closings at the locations shown on the Plans or as directed by the Engineer; replacing defective devices as directed, replacing lost, stolen, destroyed or unacceptable devices; and all equipment and material necessary therefore and incidental thereto, unless otherwise noted will not be measured separately for payment. Shimming, leveling, and/or construction of bituminous pavement strips necessary for the proper installation and maintenance of the traffic control devices will not be measured separately for payment.

803.05 PAYMENT.

This Subsection is deleted in its entirety and replaced with the following:

Payment will be made under:

PAY ITEM PAY UNIT Maintenance and Protection of Traffic on State, County, and Lump Sum Local Roadways ...... Police Traffic Directors (No Bid) ...... Lump Sum

No separate payment will be made for preparation of maintenance and protection of traffic plans; obtaining local agency approval and permits; Contractor’s traffic protection patrol; furnishing, placing, maintaining or removing variable message signs; furnishing, installing, maintaining and removing temporary impact attenuators required for the detour; furnishing, installing and maintaining construction fencing; furnishing, placing, maintaining and removing signs, sign support posts, and connecting hardware; placing, maintaining and removing traffic cones, barrels or concrete barrier; all tools, equipment, transportation, training, labor, services and materials as may be necessary for maintenance and protection of local roadway traffic or as may be required by the Engineer or outside agencies; and all else necessary therefore and other work associated with and incidental to, but the costs thereof will be included in the unit prices bid for the lump sum items specified in this Section.

Payment for Police Traffic Directors will be made on a lump sum basis based on the total costs incurred by the Contractor (this amount may be higher or lower than that stipulated in the Proposal). The Contractor shall provide detailed billings prepared by the local municipalities identifying the actual maintenance and protection of traffic costs incurred. Final payment to the Contractor will not be made until the Authority obtains a release stating that all local municipality costs have been reimbursed from each municipality affected by the Contract.

Supplementary Specifications - 168

T200.265

DIVISION 900 – MATERIALS

SECTION 902 - AGGREGATES

902.08 SOIL AGGREGATE

Soil aggregate shall be natural or prepared mixtures consisting predominately of hard durable particles or fragments of stone, slag, gravel, or sand, and containing some silt- clay or stone dust or remediated ID-27 petroleum contaminated soil aggregate (RPCSA) produced by a New Jersey Department of Environmental Protection (NJDEP) approved “Class B” recycling center operating pursuant to NJAC 7:26A.

A list of recycling centers, which have been approved as a source of RPCSA for NJDOT projects is available from the Department’s Bureau of Materials.

Soil aggregate obtained from subaqueous sources and placed by methods other than hydraulically shall first be placed in a stockpile and drained, and shall not be placed in its final location until the Engineer has determined that the moisture content is not excessive.

Soil aggregate shall conform to the following:

(A) Definitions of Constituent Materials. Stone shall be crushed or naturally angular particles of rock, a natural solid mineral matter occurring in large masses or fragments, which shall pass a 2-inch sieve and be retained on a No. 8 sieve. The stone shall conform to Subsection 902.02.

Blast furnace slag shall be the air-cooled residue resulting from the production of pig iron and shall consist of tough, durable, angular fragments uniform in density, absorption, quality, and shall be free from flux stone, dirt, or other objectionable material. The slag shall conform to Subsections 902.01 and 902.02, and to the following quality requirements:

Weight per cubic foot (loose measure), pound ...... 60 minimum Percentage of wear (Los Angeles Test) ...... 50 maximum Sulfur, percentage by weight ...... 2 maximum

Gravel shall be rounded particles of rock that shall pass a 4-inch sieve and be retained on No. 8 sieve.

Sand shall be granular material resulting from weathering processes, grinding or crushing of rock and shall pass a No. 8 sieve and be retained on the No. 200 sieve.

Supplementary Specifications - 169

T200.265

Stone dust shall be fine soil or mineral particles, or both, which shall pass the No. 200 sieve. Silt-clay shall be fine soil particles that shall pass the No. 200 sieve.

(B) Composition of Soil Aggregate. The composite mixture of any type of soil aggregate specified herein shall be free from elements or chemicals which, in the presence of water, would produce detrimental effects to pavements, structures, or utility lines, and be free from organic matter, wood, garbage, metal, debris, or lumps of clay.

Designations I-1, I-2, I-3, I-4, I-9, I-10, I-11, I-12, and I-13 shall consist of bank-run sand and gravel, commercial sand and gravel combined, blast furnace slag, or stone, except blast furnace slag will not be permitted when in contact with concrete. Designation I-5 shall be hard, durable gravel or stone mixed with sand, stone dust, or silt-clay so that it can be compacted into a hard, dense mass. The composite mixture shall contain, by weight, a total of not more than 25 percent of shale, slate, schist, or soft and decomposed aggregate as determined by lithologic analysis.

Designation I-5 may be produced from recycled concrete aggregate conforming to the composition and quality requirements specified for recycled concrete aggregate in Subsection 902.07, except that the crushed surface requirement shall not apply, and to the gradation requirements of Subsection 902.09, Table 902-1. When designation I-5 is produced from recycled concrete aggregate, the Contractor shall report to the solid waste management district of origin, according to NJAC 7:26A, the tonnage of concrete aggregate being recycled. A copy of the reported information shall be provided to the Resident Engineer.

Designations I-6, I-7, and I-8 shall consist of clean, free-draining sand, gravel or stone.

Designations I-1, I-2, I-3, I-4, I-5, I-9, and I-10 shall comply with the gradation requirements specified in Subsection 902.09, Table 902-1 after being tested for materials which break down as determined according to Section 990, A-7.

C. Gradation. Soil aggregate shall be graded as shown in Subsection 902.09, Table 902-1 for the various designations. The gradation requirements shall apply to the material after it has been placed and compacted on the Project. Where compaction is not prescribed, the requirements for any given type shall apply to the material at the time it is placed.

D. Combining and Mixing. If bank-run or other materials conforming to the requirements specified hereinabove are not available, materials that conform thereto may be produced by combining and mixing, and by washing if necessary. Materials may be combined and mixed on the grade only with approval. The blending on the grade shall be performed by a traveling high-speed rotor mixer capable of cutting and thoroughly mixing to a minimum depth of 6 inches.

Supplementary Specifications - 170

T200.265

902.09 TABLE

Table 902-1 Standard Soil Aggregate Gradations

New Jersey Interagency Engineering Committee Sieve Gradation Designations, percentage by weight passing square mesh sieves Size I-1 I-2 I-3 I-4 I-5 I-6 I-7 I-8 I-9 I-10 I-11 I-12 I-13

4" 100 100 100 100 100 100 100

70- 80- 80- 80- 2" 100 100 100 100 100 100 100

60- 1" 100 100 100

65- 60- 70- 60- 60- 60- 70- ¾" 50-95 100 100 100 100 100 100 100

40- 80- 80- ½" 100 100 100 100

30- 25- 95- 40- 40- 40- 30- No. 4 30-60 40-75 30-80 100 100 100 100 100 100 100

20- 45- 35- No. 8 100 100 100

No. 15-85 30-90 25-90 45-70 20-70 20-70 16

No. 5-25 5-30 5-35 8-45 10-35 0-20 5-50 5-25 5-35 5-40 0-75 0-75 50

No. 0-3 0-8 0-20 0-30 100

No. 0-7 0-7 0-8 5-10 5-12 0-2 0-5 0-8 0-20 0-9 0-5 0-12 200

SECTION 903 - HOT MIX ASPHALT (HMA)

903.01 COMPOSITION OF MIXTURES

Replace the first four paragraphs in their entirety with the following:

The composition of the mixture for HMA surface courses shall be coarse aggregate, fine aggregate, and asphalt binder and may also include mineral filler and up to 10 percent RAP. RAP will not be permitted in surface course mixes used for Bridge Deck Resurfacing. The composition of the mixture for base or intermediate courses shall be coarse aggregate, fine aggregate, and asphalt binder and may also include mineral filler and up to maximum of 30 percent by weight of RAP as follows:

Supplementary Specifications - 171

T200.265

Recycled Materials Reclaimed Asphalt Percent Pavement (RAP) Maximum Recycled Source Percent

0 to 10 Open System 10 11 to 30 Open System 30

The grade of asphalt binder shall be determined by the Contractor, and submitted for approval by the Authority, for those projects that include the use of 11 to 30 percent of RAP.

Reclaimed asphalt pavement, RAP, may be used in base and leveling course mixes. The RAP shall be the product resulting from the cold milling or crushing of an existing hot mix asphalt pavement and shall be so processed so that 100 percent will pass the maximum aggregate size for the mixture being produced. RAP shall not exceed 30 percent of mass (weight) of the total mixture.

903.02 GRADING REQUIREMENTS

Delete this subsection in its entirety.

903.03 JOB MIX FORMULA

Delete this subsection in its entirety.

903.04 SAMPLING AND TESTING

Delete this subsection in its entirety.

903.05 TABLES

Delete this subsection in its entirety.

SECTION 912 – SIGN MATERIALS

912.01 ALUMINUM SHEET SIGN PANELS AND INCIDENTAL HARDWARE.

(A) FLAT SHEET SIGN FACE PANELS, BACKUP PLATES, CLIPS, SHIM AND SPACERS.

The following is added:

Aluminum thickness shall be 0.080” for flat panel signs measuring less than 8 square feet in area.

Aluminum thickness shall be 0.100” to 0.125” for flat panel signs measuring 8 square feet or greater in area.

Supplementary Specifications - 172

T200.265

SECTION 915 - GUARD RAIL

Delete this Section in its entirety and replace it with the following:

SECTION 915 - BEAM GUIDE RAIL

915.01 RAIL ELEMENT

Rail elements shall be 12 gauge steel.

For galvanized beam guide rail, fabricate the rail element, including rounded end sections and buffer end sections, according to AASHTO M 180, Class A, Type I in Table 2. Ensure that the weight of the zinc coating conforms to AASHTO M 180, Type I in Table 1.

915.02 POSTS AND RECYCLED/SYNTHETIC BLOCKOUTS

For galvanized steel posts, use structural steel conforming to ASTM A 709, Grade 36, that is galvanized according to ASTM A 123.

Timber posts for end terminals shall conform to Subsection 910.05. Use recycled/synthetic routed blockouts that are NCHRP 350 tested, test level 3 (TL-3), approved. Ensure that the name of the manufacturer and model number are stamped on each blockout and that the blockouts are of the same material and dimensions as the spacers that were NCHRP tested.

915.03 MISCELLANEOUS HARDWARE

For galvanized beam guide rail, ensure that connections or splices, nuts, bolts, washers, and plates conform to AASHTO M 180, except as follows:

1. If high-strength bolts are shown on the Plans for bridge guide rail, use high- strength bolts, nuts, and washers conforming to ASTM A 325, Type I, and galvanized according to ASTM A 153. 2. For base plate assemblies on bridge guide rail, use an adhesive anchor system with galvanized bolts as specified in 909.02(F) or galvanized anchor bolts, nuts, and washers as specified in 909.02(E). 3. Use plates for beam guide rail on bridges conforming to ASTM A 36 and galvanized according to ASTM A 123.

915.04 SAMPLING AND TESTING

Samples and rate of sampling taken by the Engineer will be in accordance with AASHTO M180.

915.05 RUB RAIL For galvanized beam guide rail, rub rail shall be steel channels or bent plate of structural steel conforming to ASTM A 36 and galvanized according to ASTM A 123.

Supplementary Specifications - 173

T200.265

SECTION 916 - MASONRY UNITS

916.01 CONCRETE BLOCKS

Delete the second paragraph and replace it with the following:

Each block shall have a compressive strength of not less than 4,500 pounds per square inch (PSI) when tested in accordance with ASTM-C140.

SECTION 919 - LANDSCAPING MATERIALS

919.10 SEED

Replace the third paragraph with the following:

The grass seed used shall be the new crops seed and the mixtures to be used shall be as follows:

Minimum Minimum Percent of Total Purity Grass Seed Mixture Purity Germination Weight of Percent Percent Mixture

Type A Kentucky Blue Grass 98 85 25 Creeping Red Fescue 97 85 25 Tall Turf-type Fescue 95 90 25 Fine Textured Perennial Rye 95 90 25 Grass Type B Tall Turf-Type Fescue 95 90 75 Perennial Rye Grass 95 90 25 Type C Kentucky Blue Grass 98 85 30 Kentucky Blue Grass 98 85 30 Fine Textured Perennial Rye 95 90 40 Grass Type L Legume Seed Crown Vetch* plus Nitrofying 95 68 35 Bacteria Bird Foot Trefoil plus 95 90 25 Nitrofying Bacteria Perennial Rye Grass 98 92 40

*Including not more than 35% hard seed.

Supplementary Specifications - 174

T200.265

SECTION 920 - TRAFFIC CONTROL DEVICES

920.01 TRAFFIC CONES

Replace this section with the following;

Traffic Cones shall be NCHRP 350 compliant and shall meet the requirements listed herein. Cones shall have either separate or molded bases. Cones need not be new but must be in good condition as approved. The Engineer may order the replacement of any cones that are dirty, cracked, unstable, exhibiting loose/frayed collars or not in conformance with the requirements herein. The cone material shall be impregnated with orange pigment, and the surface shall have a glossy, non-reflectorized finish. The color of the cone surface shall be in accordance with the Manual on Uniform Traffic Control Devices (fluorescent orange). The contractor shall submit certification from the vendor that the cones meet the evaluation criteria of NCHRP 350 and the physical properties listed below, in accordance with 105.04.

(A) Cones.

Each cone shall be provided with a 6-inch wide collar and 4-inch wide collar of silver (white) retroreflective sheeting meeting the requirements of ASTM D-4956, type III.

The retroreflective sheeting shall be applied to the cone so that the 6-inch collar is three to four inches from the top of the cone and the 4-inch collar is 2 inches below the 6-inch collar.

The cones shall be constructed in a manner so that the cones in any given delivery, shipment or mobilization will nest or stack with each other, with or without stabilizers, without difficulty.

Cone bases shall be black in color. Bases for 36” Cones shall be flat (no cleats).

Cones shall have the following physical properties:

Design Criteria 28” Cone 36” Cone (1) Material PVC/Plastic or PVC Rubber (2) Overall Height 28" 36” (3) Cone Weight 7 lbs. (min.) 15.5 lbs. (min.) (4) Total in-place Weight 7 lbs. (min.) 15.5 lbs. (min.) Parkway only 15 lbs. (min., Turnpike only) (5) Cone Diameter, Top Interior 2-3/8" +_ 1/8" 2-3/8” +_ 1/8” (1" from top) (6) Cone Diameter, Bottom Interior 10-5/8" +_ 1/2" 11-3/8” +_ 1/2”

Supplementary Specifications - 175

T200.265

(7) Base Size, Square 13-3/4" +_ 1/2" 17" +_ 1/2" With Cleats Without Cleats (8) Tensile Strength ASTM D638 1,000 psi (min.) 1,000 psi (min.) (9) Elongation 200% (min.) 200% (min.) (10) Hardness – Durometer ASTM D2240 80 +_ 10 80 +_ 10 (11) Fold Resistance – A cone is placed in an The cone shall return to its original upright position and folded at a point near vertical position within 15 seconds after the middle of its vertical height by holding release. the upper tip of the cone by hand for ten seconds to the base and touching the surface upon which the base is resting. (12) Heat Resistance - Cones are placed upright The cones shall not stick to one another for 1 hour at 180°F with a 3+_0.11 Lb mass and shall be easy to remove from the suspended approximately 14” from the top of stack(s). each cone. and secured using a 2.6 inch diameter flat metal disc. Cones are returned to ambient air temperature, and are stacked in various configurations with one another. (13) Cold Resistance – A cone is placed upright for The cone shall show no evidence of 3 hours at 0°F. Immediately after, a steel ball fracturing, cracking or splitting weighing 2 pounds (0.9 kg) is dropped a distance of 5 feet (1.5m) through a virtually frictionless guide tube onto the surface of the cone. The surface of the cone that was struck by the steel ball shall be in a horizontal position, with the cone supported and held in position at both ends. The cone shall be subjected to five concurrent impacts concentrated near the middle.

(B) Stabilizers

On Turnpike roadways, separate stabilizers shall be provided for 28” cones to meet the Total in-place Weight requirement listed herein for cones without molded bases; on Parkway roadways, separate stabilizers are not required for 28” cones that meet the Total in-place Weight required. 36 “cones do not require separate stabilizers if the cones meet the Total in-place Weight required. The separate stabilizers shall be black in color and shall be constructed so that they rest evenly on the base of the cone without overhanging. The stabilizer shall be a minimum of 5 pounds and shall have the same physical properties as cones in tensile strength, elongation and hardness. Only one stabilizer per cone shall be used.

920.03 SAFETY VESTS

Delete this Subsection in its entirety and replace it with the following:

Safety vests shall meet the ANSI 107-2004 (Class 3) approved American National

Supplementary Specifications - 176

T200.265

Standard for High Visibility Safety Apparel.

920.08 CONCRETE BARRIER

This Subsection is deleted in its entirety and replaced with the following: Precast concrete construction barrier for traffic control and protection shall be white or grey and shall conform to ASTM C825. Additional reinforcement, interlocking, and other details shall be as shown on the Plans. Concrete construction barrier and interlocking devices shall be in accordance with Standard Drawings TP-24 and TP-25. The Contractor may submit alternate barrier systems with interlocking devices that meet NCHRP Report 350 – Test Level 3 requirements to the Engineer for review and approval.

Concrete construction barriers shall be provided with reflectors mounted on the side of the barrier with epoxy glue or mounting screws 6 inches from the top at twenty (20) foot intervals for grey and forty (40) foot intervals for white. The side mounted reflectors shall be yellow when the construction barrier is to the left of traffic and white when the construction barrier is to the right of traffic. Reflectors shall also be mounted on the top of concrete construction barriers at 100-foot intervals on tangent sections, curves of radii greater than 1,910 feet, and at 50-foot intervals on curves of 1,910 feet or less. Reflectors shall be provided in accordance with Subsection 923.18.

On tapered portions of precast concrete construction barrier, flashing lights shall be mounted instead of reflectors. One flashing light is to be mounted at the beginning of the taper and additional flashing lights are to be mounted at forty (40) foot intervals. The flashing lights shall be in accordance with Subsection 920.04 and shall be operational twenty-four (24) hours a day.

920.11 ARROW BOARD

This Subsection is deleted in its entirety and replaced with the following: Provide Type C flashing arrow boards in accordance with the MUTCD (latest edition) and meeting the following requirements:

1. Non-reflective, black boards equipped with battery-operated amber lights. 2. A minimum peak luminous intensity of 8800 candelas and equipped with photocells that will automatically reduce the luminous intensity to 1500 candelas when the ambient light level drops to 5 foot-candles. 3. A light on the rear face of the board to indicate that the lights are operating. 4. Solid state controls with polarity and surge protection. 5. Panel operation controls mounted in a lockable enclosure. 6. Flashing rate shall be 30 times per minute. 7. Arrow Board displays shall be in accordance with the Traffic Protection Manual. 8. The front and rear faces of the board shall be devoid of advertising to include owner, operator, phone numbers, internet addresses, etc.

Supplementary Specifications - 177

T200.265

Ensure flashing arrow boards are equipped with a diesel charged battery system. Do not use gasoline powered systems. Securely mount flashing arrow boards on a manufacturer-approved 2-wheeled towing trailer.

A permissible Flashing Arrow Board Trailer system to use shall be the Arrow Dynamic Sign (ADS) by ADDCO, Inc., distributed by National Capital Industries, 3420 Kenilworth Avenue, PO Box 287 Bladensburg, MD 20710 Ph (301)779-7644 or approved equal. The Engineer will approve the arrow board displays and available options used or purchased.

Trailer chassis lighting shall be in accordance with Federal and New Jersey State Motor Vehicle regulations (New Jersey Title 39, Section 39:3-61 (d)). Include license plate bracket and weatherproof registration document holder. A locking mechanism shall be included to hold the panel in the operating position or travel position.

The following Subsection is added:

920.18 TRUCK MOUNTED ATTENUATOR.

The truck mounted attenuator shall be NCHRP 350 Test Level 3 compliant, including optional tests 52 and 53.

The attenuator shall have high intensity orange reflective sheeting. The attenuator shall have a standard trailer lighting system, including brake lights, tail lights, turn signals and ICC bar lights.

The following Subsection is added:

920.19 PORTABLE VARIABLE MESSAGE SIGNS.

Provide a portable variable message sign capable of displaying messages that are visible under ideal day and night conditions from a minimum distance of 1/2 mile and that are legible from a minimum distance of 900 feet with a viewing angle of at least 25 degrees. Ensure that the portable variable message sign is able to operate in ambient temperatures of −30 to 160 °F and is capable of withstanding wind gusts up to 80 miles per hour when raised or lowered. Provide a portable variable message sign with the following:

A. Sign Panel. Provide a sign panel capable of displaying three (3) lines of a message, with each line capable of displaying up to eight (8) characters. Ensure that the characters have a minimum height of 18 inches, a minimum width of 12 inches, and are spaced at least 3 inches apart. Compose characters of a 5 wide by 7 high pixel matrix, with each pixel composed of between 4 and 6 LED lights. Ensure that the LED lights have a dominant wavelength between 585 and 595 nanometers and are set against a black background. Ensure that the LED lights provide a minimum daylight luminance of 1000 candelas-per-square-meter. Ensure that the sign is equipped with a photocell to automatically reduce the LED lights’ luminance to between 30 to 100 candelas-per-square-meter when the ambient light level drops to 5 foot-candles. Ensure that LED lights maintain constant luminance intensity with changes in battery voltage.

Supplementary Specifications - 178

T200.265

Ensure that the sign panel is covered with an ultraviolet-resistant, clear polycarbonate.

B. Controller. Ensure that the controller is unaffected by radio transmissions. Ensure that the controller is capable of displaying 3 messages sequentially. Ensure that controller has an adjustable display rate with a minimum of 3 seconds per phase. Ensure that the controller is capable of storing 100 user programmed messages in nonvolatile memory that will retain the programmed messages when power is interrupted. Provide a controller display screen that allows the operator to review messages before displaying on the message sign. Ensure that the controller display shows the operator all programming instructions. Ensure that the messages are able to be programmed at the sign with an integral or plug-in keyboard, and remotely with a cellular telephone.

Secure panel controls in a lockable weatherproof enclosure. Prevent unauthorized access to the controller by requiring a password to the keyboard. Prevent unauthorized remote access by requiring a password. If the correct password is not entered within 60 seconds of initial phone contact, the phone call will terminate.

C. Power Source. Equip portable variable message signs with either a diesel charged or a solar charged battery system. Ensure that the variable message sign is also capable of operating on 120-volt AC electrical service. Provide the power with a battery backup system capable of providing continuous operation when the primary power source fails. Ensure that the power source meets the following requirements:

1. Diesel. Ensure that the fuel tank is capable of operating the sign for a period of seventy (72) hours without refueling. Equip with an exhaust muffler and a United States Department of Forestry approved spark arrester. Ensure that the engine is shock mounted to reduce vibration and locked in a ventilated enclosure.

2. Solar. Provide solar panels capable of recharging the batteries at a rate of 4 hours of sun for twenty-four (24) hours of sign usage. Ensure that the battery capacity is capable of operating the sign for a period of 18 days without sunlight.

D. Structural Support System. Mount the variable message sign on a portable 2-wheeled trailer, equivalent to the trailer as stated in 920.11, Arrow Board. Ensure that the sign panel is capable of being raised or lowered during sustained wind speeds of fifty-five (55) miles per hour. Ensure that the sign panel is capable of being locked into position and is capable of being positioned at the proper height and orientation required for visibility according to the MUTCD (latest edition).

The following Subsection is added:

920.20 NON-GATING, RE-DIRECTIVE IMPACT ATTENUATOR.

The system shall be as manufactured by:

Energy Absorption Systems Incorporated 70 W Madison Street, Suite 2350 Chicago, IL 60602 Phone: (312) 467-6750

Supplementary Specifications - 179

T200.265

SCI Products Inc.’s SMART CUSHION As distributed by Work Area Protection Corp. 2500 Production Drive St. Charles, IL 60174-9081 Phone: (630) 377-9100

Substitutes will not be permitted unless approved by the Engineer. Attaching hardware and transition pieces shall be prescribed by the Manufacturer.

The Quadguard System impact attenuator is permitted for use under both permanent and temporary conditions. The Quadguard System, Type CZ is permitted for use under temporary work zone conditions.

SECTION 923 - MISCELLANEOUS

923.30 SILT FENCE

Delete this subsection in its entirety, and replace it with the following:

Provide geotextile material with protective wrapping and, before placement, store the rolls in a manner that protects them from moisture and minimizes exposure to ultraviolet radiation. Provide silt fence that is inert to commonly encountered chemicals, and that is stabilized against ultraviolet light degradation. Label each roll to provide product identification.

The geotextile material for both silt fence and heavy duty silt fence shall meet the requirements of AASHTO M 288. The color of heavy duty silt fence shall be black or orange as shown in the Plans.

The following is added:

923.37 GEOTEXTILE

Provide geotextile rolls with protective wrapping and, before placement, store rolls in a manner that protects against moisture and minimizes exposure to ultraviolet radiation. For applications that are above ground or exposed to ultraviolet radiation, provide geotextiles that are inert to commonly encountered chemicals and are stabilized against ultraviolet light degradation. Label each roll to provide product identification.

Use geotextiles conforming to the requirements in AASHTO M 288, Class 1 or 2. For Inlet Filters, use Class 2 for woven monofilament geotextiles or Class 1 for all other types of geotextiles. For Inlet Filter, Type 2, in addition to the AASHTO M 288 requirements, ensure that the geotextile’s burst strength is at least 650 pounds per square inch when tested according to ASTM D 3786.

Supplementary Specifications - 180

T200.265

For geotextiles that are being permanently incorporated into the Contract, submit a certification of compliance as specified in 105.04.

SECTION 924 - SUPERPAVE HOT MIX ASPHALT (HMA)

924.01 COMPOSITION

Replace the first paragraph with the following:

The composition of the mixture for HMA surface courses shall be coarse aggregate, fine aggregate, and asphalt binder and may also include mineral filler and up to 10 percent RAP. RAP will not be permitted in surface course mixes used for Bridge Deck Resurfacing. The composition of the mixture for base or intermediate courses shall be coarse aggregate, fine aggregate, and asphalt binder and may also include mineral filler and up to maximum of 30 percent by weight of RAP.

Replace the first sentence of the fifth paragraph with the following:

The several mineral constituents shall be combined in such proportions that the resulting mixture meets the grading requirements in Subsection 924.04.

924.02 JOB MIX FORMULA

The following is added to the end of the subsection:

The Contractor may submit to the Engineer for approval job-mix formulas of the type specified in the contract documents which have been previously approved for use by the NJDOT. Such job-mix formulas shall include the NJDOT Laboratory Serial Number. Submission of pre-approved job-mix formulas on NJDOT Producers Analysis of Materials and Job Mix Formulas form are acceptable.

The Contractor is advised that NJTA Standard Supplementary Specifications allow 10% RAP content in dense graded surface course mixes. RAP is not permitted in OGFC and bridge deck surface mixes. As such, a NJDOT approved job-mix formula with a RAP content of greater than 10% will not be permitted unless specifically approved by the Engineer.

924.04 TABLES

The heading for Table 924-6 is replaced as follows:

Table 924-6 Additional Fine Aggregate Requirements for Superpave Mix Compaction Level Fine Aggregate Angularity Clay Content Sand % Air Voids (minimum) Equivalent(2)% (minimum)

Delete the last row from Table 924-2.

Supplementary Specifications - 181

T200.265

Delete the last row from Table 924-3.

Delete Note No. 2 from Table 924-3.

Delete the last row from Table 924-4.

Delete Note No. 3 from Table 924-4.

Delete the last row from Table 924-5.

Delete the last row from Table 924.6.

SECTION 990 – METHODS OF TESTS

The following subsection is added:

990.11 A-7 RAPIDLY DETERMINING THE BREAKDOWN IN SIZES OF SOIL AGGREGATE

A. Scope. This method of test is used to determine rapidly the approximate amount of soil aggregate that may be expected to break down to finer sizes under field compaction and exposure to weathering.

B. Apparatus. 1. The apparatus for determining moisture density relationship and aggregate breakdown will conform to AASHTO T 99, Method C. 2. The apparatus for performing the mechanical analysis will conform to AASHTO T 27.

C. Preparation of Sample. 1. A sample of approximately 150 pounds will be air dried and thoroughly mixed. 2. A mechanical analysis will be run on two samples of approximately 12 pounds each, obtained from the above sample by quartering. These two gradations will be averaged and the average reported as the original gradation of the material. 3. A sample will be prepared to have the same gradation as the original determined in Subpart C.2 above. 4. The maximum density at optimum moisture content will be determined from a representative portion of the prepared sample by using AASHTO T 99, Method C including the replacement option, for material retained on the ¾-inch sieve.

D. Procedure. 1. Another sample will be compacted from the remaining material at the optimum moisture content determined in Subpart C.4 above. 2. A mechanical analysis will be performed on the prepared sample after

Supplementary Specifications - 182

T200.265

compaction.

E. Report. The report will include the following: 1. Average of two gradations determined in Subpart C.2 above. 2. Gradation of the prepared sample after compaction in Subpart D.2 above. 3. Specified gradation for the material. 4. Maximum density at optimum moisture of the prepared sample determined in Subpart C.4 above.

Supplementary Specifications - 183

T200.265

APPENDIX A – AFFIRMATIVE ACTION MANDATORY LANGUAGE

(REVISED 12/11)

EXHIBIT B MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27

CONSTRUCTION CONTRACTS

During the performance of this contract, the contractor agrees as follows:

The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, up-grading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.

The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer, pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.

When hiring or scheduling workers in each construction trade, the contractor or subcontractor agrees to make good faith efforts to employ minority and women workers in each construction trade consistent with the targeted employment goal prescribed by N.J.A.C. l7:27-7.2; provided, however, that the Dept. of LWD, Construction EEO Monitoring Program may, in its discretion, exempt a contractor or subcontractor from compliance with the good faith procedures prescribed by the following provisions, A, B and C, as

Appendix A - 1

T200.265 long as the Dept. of LWD, Construction EEO Monitoring Program is satisfied that the contractor or subcontractor is employing workers provided by a union which provides evidence, in accordance with standards prescribed by the Dept. of LWD, Construction EEO Monitoring Program, that its percentage of active "card carrying" members who are minority and women workers is equal to or greater than the targeted employment goal established in accordance with N.J.A.C. l7:27-7.2. The contractor or subcontractor agrees that a good faith effort shall include compliance with the following procedures:

(A) If the contractor or subcontractor has a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor shall, within three business days of the contract award, seek assurances from the union that it will cooperate with the contractor or subcontractor as it fulfills its affirmative action obligations under this contract and in accordance with the rules promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as supplemented and amended from time to time and the Americans with Disabilities Act. If the contractor or subcontractor is unable to obtain said assurances from the construction trade union at least five business days prior to the commencement of construction work, the contractor or subcontractor agrees to afford equal employment opportunities minority and women workers directly, consistent with this chapter. If the contractor's or subcontractor's prior experience with a construction trade union, regardless of whether the union has provided said assurances, indicates a significant possibility that the trade union will not refer sufficient minority and women workers consistent with affording equal employment opportunities as specified in this chapter, the contractor or subcontractor agrees to be prepared to provide such opportunities to minority and women workers directly, consistent with this chapter, by complying with the hiring or scheduling procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take said action immediately if it determines that the union is not referring minority and women workers consistent with the equal employment opportunity goals set forth in this chapter.

(B) If good faith efforts to meet targeted employment goals have not or cannot be met for each construction trade by adhering to the procedures of (A) above, or if the contractor does not have a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor agrees to take the following actions:

(l) To notify the public agency compliance officer, the Dept. of LWD, Construction EEO Monitoring Program, and minority and women referral organizations listed by the Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs, and request referral of minority and women workers;

(2) To notify any minority and women workers who have been listed with it as awaiting available vacancies;

(3) Prior to commencement of work, to request that the local construction trade union refer minority and women workers to fill job openings, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade;

(4) To leave standing requests for additional referral to minority and women workers with the local construction trade union, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade, the State Training and Employment Service and other approved referral sources in the area;

Appendix A - 2

T200.265

(5) If it is necessary to lay off some of the workers in a given trade on the construction site, layoffs shall be conducted in compliance with the equal employment opportunity and non-discrimination standards set forth in this regulation, as well as with applicable Federal and State court decisions;

(6) To adhere to the following procedure when minority and women workers apply or are referred to the contractor or subcontractor:

(i) The contactor or subcontractor shall interview the referred minority or women worker.

(ii) If said individuals have never previously received any document or certification signifying a level of qualification lower than that required in order to perform the work of the construction trade, the contractor or subcontractor shall in good faith determine the qualifications of such individuals. The contractor or subcontractor shall hire or schedule those individuals who satisfy appropriate qualification standards in conformity with the equal employment opportunity and non-discrimination principles set forth in this chapter. However, a contractor or subcontractor shall determine that the individual at least possesses the requisite skills, and experience recognized by a union, apprentice program or a referral agency, provided the referral agency is acceptable to the Dept. of LWD, Construction EEO Monitoring Program. If necessary, the contractor or subcontractor shall hire or schedule minority and women workers who qualify as trainees pursuant to these rules. All of the requirements, however, are limited by the provisions of (C) below.

(iii) The name of any interested women or minority individual shall be maintained on a waiting list, and shall be considered for employment as described in (i) above, whenever vacancies occur. At the request of the Dept. of LWD, Construction EEO Monitoring Program, the contractor or subcontractor shall provide evidence of its good faith efforts to employ women and minorities from the list to fill vacancies.

(iv) If, for any reason, said contractor or subcontractor determines that a minority individual or a woman is not qualified or if the individual qualifies as an advanced trainee or apprentice, the contractor or subcontractor shall inform the individual in writing of the reasons for the determination, maintain a copy of the determination in its files, and send a copy to the public agency compliance officer and to the Dept. of LWD, Construction EEO Monitoring Program.

(7) To keep a complete and accurate record of all requests made for the referral of workers in any trade covered by the contract, on forms made available by the Dept. of LWD, Construction EEO Monitoring Program and submitted promptly to the Dept. of LWD, Construction EEO Monitoring Program upon request.

(C) The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the contractor or subcontractor from complying with the union hiring hall or apprenticeship policies in any applicable collective bargaining agreement or union hiring hall arrangement, and, where

Appendix A - 3

T200.265 required by custom or agreement, it shall send journeymen and trainees to the union for referral, or to the apprenticeship program for admission, pursuant to such agreement or arrangement. However, where the practices of a union or apprenticeship program will result in the exclusion of minorities and women or the failure to refer minorities and women consistent with the targeted county employment goal, the contractor or subcontractor shall consider for employment persons referred pursuant to (B) above without regard to such agreement or arrangement; provided further, however, that the contractor or subcontractor shall not be required to employ women and minority advanced trainees and trainees in numbers which result in the employment of advanced trainees and trainees as a percentage of the total workforce for the construction trade, which percentage significantly exceeds the apprentice to journey worker ratio specified in the applicable collective bargaining agreement, or in the absence of a collective bargaining agreement, exceeds the ratio established by practice in the area for said construction trade. Also, the contractor or subcontractor agrees that, in implementing the procedures of (B) above, it shall, where applicable, employ minority and women workers residing within the geographical jurisdiction of the union. After notification of award, but prior to signing a construction contract, the contractor shall submit to the public agency compliance officer and the Dept. of LWD, Construction EEO Monitoring Program an initial project workforce report (Form AA 201) electronically provided to the public agency by the Dept. of LWD, Construction EEO Monitoring Program, through its website, for distribution to and completion by the contractor, in accordance with N.J.A.C. 17:27-7. The contractor also agrees to submit a copy of the Monthly Project Workforce Report once a month thereafter for the duration of this contract to the Division and to the public agency compliance officer. The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on-the-job and/or off-the-job programs for outreach and training of minorities and women.

(D) The contractor and its subcontractors shall furnish such reports or other documents to the Dept. of LWD, Construction EEO Monitoring Program as may be requested by the Dept. of LWD, Construction EEO Monitoring Program from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Dept. of LWD, Construction EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter l0 of the Administrative Code (N.J.A.C. 17:27).

Appendix A - 4

T200.265

Appendix B - Requirements of Public Law 2005, Chapter 51 (Executive Order 134) and Executive Order 117

In order to safeguard the integrity of State government procurement by imposing restrictions to insulate the award of State contracts from political contributions that pose the risk of improper influence, purchase of access, or the appearance thereof, Executive Order 134 was signed on September 22, 2004 (“EO 134”). The Order is applicable to all State agencies, the principal departments of the executive branch, any division, board, bureau, office, commission within or created by a principal executive branch department, and any independent State authority, board, commission, instrumentality or agency. Executive Order 134 was superseded by Public Law 2005, c.51, signed into law on March 22, 2005. In September 2008, Executive Order 117 was signed and become effective November 15, 2008. It applies to the same government contracting entities subject to Executive Order 134, but extends the political contribution restrictions by expanding the definition of “business entity” to include, for example, more corporate shareholders and sole proprietors. Executive Orders 134 and 117, and Public Law 2005, c.51 contain restrictions and reporting requirements that will necessitate a thorough review of the provisions. Pursuant to the requirements of PL 2005, c.51, the terms and conditions set forth in this Appendix are material terms of any contract resulting from this bid solicitation:

DEFINITIONS

For the purpose of this section, the following shall be defined as follows: a) Contribution – means a contribution reportable as a recipient under “The New Jersey Campaign Contributions and Expenditures Reporting Act.” P.L. 1973, c. 83 (C.19:44A-1 et seq.), and implementing regulations set forth at N.J.A.C. 19:25-7 and N.J.A.C. 19:25-10.1 et seq. Through December 31, 2004, contributions in excess of $400 during a reporting period were deemed "reportable" under these laws. As of January 1, 2005, that threshold was reduced to contributions in excess of $300. b) Business Entity – means any natural or legal person; business corporation (and any officer, person, or business entity that owns or controls 10% or more of the corporation’s stock); professional services corporation (and any of its officers or shareholders); limited liability company (and its members); general partnership (and its partners); limited partnership (and its partners); in the case of a sole proprietorship: the proprietor; a business trust, association or any other legal commercial entity organized under the laws of New Jersey or any other state or foreign jurisdiction, including its principals, officers, or partners. The definition of a business entity also includes (i)all principals who own or control more than 10 percent of the profits or assets of a business entity ; (ii)any subsidiaries directly or indirectly controlled by the business entity; (iii)any political organization organized under section 527 of the Internal Revenue Code that is directly or indirectly controlled by the business entity, other than a candidate committee, election fund, or political party committee; and (iv) if a business entity is a natural person, that person’s spouse or child, residing in the same household.

Appendix B - 1

T200.265

BREACH OF TERMS OF THE LEGISLATION

It shall be a breach of the terms of the contract for the Business Entity to (i)make or solicit a contribution in violation of the Legislation, (ii)knowingly conceal or misrepresent a contribution given or received; (iii)make or solicit contributions through intermediaries for the purpose of concealing or misrepresenting the source of the contribution; (iv)make or solicit any contribution on the condition or with the agreement that it will be contributed to a campaign committee or any candidate of holder of the public office of Governor, or to any State or county party committee; (v)engage or employ a lobbyist or consultant with the intent or understanding that such lobbyist or consultant would make or solicit any contribution, which if made or solicited by the business entity itself, would subject that entity to the restrictions of the Legislation; (vi)fund contributions made by third parties, including consultants, attorneys, family members, and employees; (vii)engage in any exchange of contributions to circumvent the intent of the Legislation; or (viii)directly or indirectly through or by any other person or means, do any act which would subject that entity to the restrictions of the Legislation.

CERTIFICATION AND DISCLOSURE REQUIREMENTS a) The Authority shall not enter into a contract to procure from any Business Entity services or any material, supplies or equipment, or to acquire, sell or lease any land or building, where the value of the transaction exceeds $17,500, if that Business Entity has solicited or made any contribution of money, or pledge of contribution, including in-kind contributions to a candidate committee and/or election fund of any candidate for or holder of the public office of Governor, or to any State, county or municipal political party committee, or legislative leadership committee during specified time periods. b) Prior to the award of any contract or agreement, the intended Awardee shall submit the Certification and Disclosure form, certifying that no contributions prohibited by the Legislation have been made by the Business Entity and reporting all contributions the Business Entity made during the preceding four years to any political organization organized under 26 U.S.C.527 of the Internal Revenue Code that also meets the definition of a “continuing political committee” within the means of N.J.S.A. 19:44A-3(n) and N.J.A.C. 19:25-1.7. Failure to submit the required forms will preclude award of a contract under this bid solicitation, as well as future contract opportunities. c) Further, the Contractor is required, on a continuing basis, to report any contributions it makes during the term of the contract, and any extension(s) thereof, at the time any such contribution is made.

Appendix B - 2

T200.265

STATE TREASURER REVIEW

The State Treasurer or his designee shall review the Disclosures submitted pursuant to this section, as well as any other pertinent information concerning the contributions or reports thereof by the intended awardee, prior to award, or during the term of the contract, by the contractor. If the State Treasurer determines that any contribution or action by the contractor constitutes a breach of contract that poses a conflict of interest in the awarding of the contract under this solicitation, the State Treasurer shall disqualify the Business Entity from award of such contract.

ADDITIONAL DISCLOSURE REQUIREMENT OF P.L. 2005, C. 271

Contractor is advised of its responsibility to file an annual disclosure statement on political contributions with the New Jersey Election Law Enforcement Commission (ELEC), pursuant to P.L. 2005, c. 271, section 3 if the contractor receives contracts in excess of $50,000 from a public entity in a calendar year. It is the contractor’s responsibility to determine if filing is necessary. Failure to so file can result in the imposition of financial penalties by ELEC. Additional information about this requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us.

ADDITIONAL DISCLOSURE REQUIREMENT OF P.L. 2005, C. 51 (EXECUTIVE ORDER NO. 117)

Governor Jon S. Corzine recently signed Executive Order No. 117, which is designed to enhance New Jersey’s efforts to protect the integrity of government contractual decisions and increase the public’s confidence in government. The Executive Order builds on the provisions of P.L. 2005, c. 51 (“Chapter 51”), which limits contributions to certain political candidates and committees by for-profit business entities that are, or seek to become, State government vendors.

Executive Order No. 117 extends the provisions of Chapter 51 in two ways: 1. The definition of “business entity” is revised and expanded so that contributions by the following individuals also are considered contributions attributable to the business entity: Officers of a corporation, any person or business entity who owns or controls 10% or more of the corporation’s stock, and professional services corporations, including any officer or shareholder, with the term “officer” being defined in the same manner as in the regulations of the Election Law Enforcement Commission regarding vendor disclosure requirements (N.J.A.C. 19:25-26.1), with the exception of officers of non-profit entities;

Partners of general partnerships, limited partnerships, and limited liability partnerships and members of limited liability companies (LLCs), with the term “partner” being defined in the same manner as in the regulations of the Election Law Enforcement Commission regarding vendor disclosure requirements (N.J.A.C. 19:25-26.1);

In the case of a sole proprietorship: the proprietor; and

In the case of any other form or entity organized under the laws of this State or any other state or foreign jurisdiction: the entity and any principal, officer, and partner thereof;

Spouses, civil union partners, and resident children of officers, partners, LLC members, persons owning or controlling 10% or more of a corporation’s stock, all shareholders of a professional services corporation, and sole proprietors are included within the new definition, except for

Appendix B - 3

T200.265

contributions by spouses, civil union partners, or resident children to a candidate for whom the contributor is eligible to vote or to a political party committee within whose jurisdiction the contributor resides.

2. Reportable contributions (those over $300.00 in the aggregate) to legislative leadership committees, municipal political party committees, and candidate committees or election funds for Lieutenant Governor are disqualifying contributions in the same manner as reportable contributions to State and county political party committees and candidate committees or election funds for Governor have been disqualifying contributions under Chapter 51.

Executive Order No. 117 applies only to contributions made on or after November 15, 2008, and to contracts executed on or after November 15, 2008.

Updated forms and materials have been developed to combine the requirements of P.L. 2005 c. 51 and Executive Order 117. Beginning November 15, 2008, the intended Awardee only will be required to submit, the Two-Year Chapter 51/Executive Order 117 Vender Certification and Disclosure of Political Contribution form(s). The Chapter 51 and EO 117 forms are available on the Department of Treasury Division of Purchase and Property’s website at: http://www.state.nj.us/treasury/purchase/forms.htm#eo134 . P.L. 2005 c. 271 disclosure requirements are separate and different from the disclosure requirements under P.L. 2005 c. 51 and Executive Order 117 and shall be submitted by the intended Awardee at least ten (10) days prior to entering into the above- referenced contract directly to the New Jersey Election Law Enforcement Commission. The Chapter 271 form is also available on the Department of Treasury Division of Purchase and Property’s website at: http://www.state.nj.us/treasury/purchase/forms/CertandDisc2706.pdf

Appendix B - 4

T200.265

NEW JERSEY TURNPIKE AUTHORITY

Appendix C - Lane Closing Request Form

CONTRACT NO: ______CONTRACTOR: ______

______DATE SUBMITTED BY ACCEPTED BY (Engineer)

PURPOSE OF CLOSINGOF

DATE

PICK UP TIME ANDTIME

N

TIME

REQUESTED INSTALLATIO

LANE

Y

ROADWA

Approved: ______

MP toMP

______

DATE DATE

REQUESTED

Revise/Amendas Noted and Resubmit:

1 2 3 4 5 6 7 8 9

10 NO.

Appendix C - 1

T200.265

NEW JERSEY TURNPIKE AUTHORITY OPERATIONS DEPARTMENT

Appendix D - Escort, Slowdowns Request Form

CONTRACT NO: ______CONTRACTOR: ______

______DA ______TE SUBMITTED BY ACCEPTED BY (ENGINEER)

COMMENTS COMMENTS

S

NO.

SLOWDOWN

TYPE OFTYPE EQUIPMENT

EXPECTED

DURATION

RK

WO

MP TO MP MP TO

LOCATION

TIME TIME

DAY/DATE DAY/DATE

ESCORTS SLOWDOWNS [ ] - REVISE/AMEND AS NOTED AND RESUBMIT [ ] - APPROVED

Appendix D - 1 T200.265

NEW JERSEY TURNPIKE AUTHORITY OPERATIONS DEPARTMENTS APPENDIX E - ROADWAY CLOSING FORM CONTRACT NO: ______CONTRACTOR: ______

______DA ______TE SUBMITTED BY ACCEPTED BY (ENGINEER)

FLAGMEN REQUIRED

OF OF

POINT ENTRY

OF OF

PURPOSE CLOSING

N OF OF N

WORK LOCATIO

OF OF

TIME TIME PICK UP

G

OF OF

TIME TIME CLOSIN

ROADWAY

REQUESTED DAY DATE & DAY

[ ] - REVISE/AMEND AS NOTED AND RESUBMIT [ ] - APPROVED

Appendix E -1 T200.265

NEW JERSEY TURNPIKE AUTHORITY Appendix F - State Police Supplemental Patrol Construction Request Form

CONTRACT NO.:______CONTRACTOR: ______ENGINEER: ______SUBMITTED BY: ______DATE: ______TELEPHONE NO.: ______

DATE

NO. MILEPOST ROADWAY LANE TIME* MON TUES WED THUR FRI SAT SUN

START

COMP.

START

COMP.

START

COMP.

START

COMP.

START

COMP.

START

COMP.

START

COMP. TIME TO BE ENTERED IN MILITARY TIME

Appendix F -1 T200.265

APPENDIX G- NJDOT APPLICATION FOR HIGHWAY OCCUPANCY

Appendix G-1 T200.265

Appendix G-2 T200.265

APPENDIX I - NJDPES STORMWATER PERMIT PROGRAM

Appendix I-1 T200.265

Appendix I-2 T200.265

Appendix I-3 P200.195 NEW JERSEY TURNPIKE AUTHORITY STAGING AREA INVENTORY/ INSPECTION FORM NEW JERSEY POLLUTANT DISCHARGE ELIMINATION SYSTEM STORMWATER PERMIT PROGRAM

Contractor Name/ Contract Number: Staging Area Location: (Milepost)

Contractor’s Contact Person:

Date:

The purpose of this inspection form is to obtain information needed to comply with the New Jersey Department of Environmental Protection (NJDEP) regulations on stormwater management. Your responses will assist the New Jersey Turnpike Authority to determine what measures are needed to comply with its stormwater discharge permit requirements and minimize stormwater pollutants that may enter the waters of the State.

If you have any questions about the stormwater permit requirements or need assistance in completing this inspection form, please contact the following:

Timothy Doolan New Jersey Turnpike Authority Engineering Department, Environmental Section P.O. Box 5042 Woodbridge, NJ 07095-5050 Phone: (732) 750-5300 x8246

The completed inspection forms should be faxed to Timothy Doolan at (732) 750-5493, and a copy mailed as well. Forms shall be completed and submitted within 30 days of occupying any staging area. The form shall be updated every six (6) months and the Contractor shall provide two weeks written notice to Mr. Doolan prior to vacating the staging area. The Contractor shall provide copies of all forms and notices to the Engineer.

Appendix I - 4 T200.265

I. VEHICLES AND EQUIPMENT

A general list of machinery that is exposed to stormwater and could potentially be a source of stormwater pollutants is needed. Review the list below and identify the types of machinery that are present on-site and are exposed to stormwater. Add any additional machinery not already shown on the list.

Attach additional sheets if necessary.

VEHICLE AND EQUIPMENT INVENTORY Exposed to On-Site Storage Location Vehicle/Equipment Stormwater (yes/no) (indoors/outdoors) (yes/no) Automobiles

Pick-up Trucks

Dump Trucks

Backhoes

Loaders

Bulldozers

Painting Equipment

Paving Equipment

Sweepers

Snow Plows

Tractors

Mowers

Generators

Equipment Trailers

Screeners

Wood Chippers

Compressors

Appendix I - 5 T200.265

II. MATERIALS INVENTORY

A general list of materials that are exposed to stormwater and could potentially be a source of stormwater pollutants is needed. Review the list below and identify the types of materials that are stored on-site and are exposed to stormwater. Add any additional materials not already shown on the list.

Attach additional sheets if necessary.

MATERIALS EXPOSED TO STORMWATER

Exposed to Stored On-Site Container Type Material Stormwater (yes/no) (drum, tank, bucket, etc.) (yes/no)

Salt

Sand/gravel/soil

Street sweepings

Asphalt mix

Paint

Pesticides/Herbicides

Gasoline

Diesel Fuel

Heating oil

Kerosene

Hydraulic fluid

Antifreeze

Motor oil

Waste oil

Transmission fluid

Batteries Degreasing fluid/parts cleaner Detergent

Appendix I - 6 T200.265

III. FUELING OPERATIONS

The stormwater permit requires equipment and procedures to reduce the chance that a fuel spill will discharge into the surface water drainage system. Identify the fuel tanks at the staging area, and provide responses to the fuel system operations questions. If a question does not apply to your location, mark “N/A” in the response box.

Attach additional sheets if necessary.

FUEL TANK INFORMATION

Tank Type If Aboveground, Tank Capacity Tank Contents Tank No. (aboveground/ Tank is Diked (gallons) (gasoline, diesel, etc.) underground) (yes/no)

FUEL DISPENSER INFORMATION

Number of Dispenser Location Distance to Nearest Storm Drain or Tank No. Dispensers (on tank/on fuel island) Drainage Ditch

Appendix I - 7 T200.265

FUEL SYSTEM OPERATIONS

Please explain any “NO” answers. Attach additional sheets if necessary.

1. Is the contact information for the person(s) responsible for spill response clearly

posted in the fueling area?

2. Are the fuel system equipment operation procedures clearly posted in the fueling

area?

3. Are drip pans used under all hose and pipe connections during bulk fuel transfers

to/from the storage tanks?

4. Is a trained employee always present to supervise bulk fuel transfers to/from the

storage tanks?

5. Is spill containment equipment (storm sewer inlet blocks, spill containment berms, absorbent booms, etc.) available for use during bulk fuel transfers to/from the tanks?

5a. If so, is the spill containment equipment used during bulk fuel transfers?

6. Are the fuel system operators instructed that “topping off” of vehicles, mobile fuel

tanks, and storage tanks is not permitted?

7. Is leaking, worn, or damaged fuel system equipment repaired or replaced

immediately?

IV. VEHICLE AND EQUIPMENT MAINTENANCE

The Stormwater Permit encourages that all vehicle and equipment maintenance be performed indoors whenever possible. The following questions address existing maintenance procedures.

Please explain any “NO” answers. Attach additional sheets if necessary.

VEHICLE AND EQUIPMENT MAINTENANCE

1. Is any vehicle and equipment maintenance performed outdoors?

1a. If yes, when vehicle and/or equipment maintenance lasting more than one day is performed outdoors, is the vehicle or equipment covered with a tarp or tent when not being worked on?

1c. If yes, when vehicle and/or equipment maintenance is performed outdoors, are

drip pans used beneath the vehicle or equipment?

Appendix I - 8 T200.265

V. GENERAL GOOD HOUSEKEEPING PROCEDURES

The stormwater permit requires general good housekeeping practices for storage of materials in containers and cleanup of spilled materials. The following questions address both topics.

Please explain any “NO” answers. Attach additional sheets if necessary.

CONTAINER STORAGE REQUIREMENTS

1. Are all containers and aboveground storage tanks maintained in good condition

(not leaking, not rusting, etc.)?

2. Are the contents of all containers and aboveground storage tanks identified with

clean and visible labels?

3. Are all containers and aboveground storage tanks tightly closed when not in use?

4. Are outdoor container storage areas covered to prevent precipitation from falling

onto the containers?

5. Are containers stored in outdoor areas located on raised pads, spill pallets, or in

bermed/diked areas?

6. Are any berms/dikes in good condition and capable of containing a spill?

7. Are container storage areas maintained regularly?

SPILL CLEANUP PROCEDURES

1. Is absorbent material (Speedy-Dry, sawdust, kitty litter, etc.) available for cleaning

up spills?

2. Are all spills of liquid or dry materials cleaned up immediately after discovery?

3. Are spills ever cleaned up by washing or rinsing?

3a. If yes, please explain.

4. Are all spilled material and used absorbent swept up and disposed of properly?

5. Are spill cleanup materials, spill kits, and drip pans kept in all liquid transfer areas

(near storage tanks, container storage areas, etc.)?

6. Are all spill materials and spill kits stored in dry areas protected from rainfall?

Appendix I - 9 T200.265

VI. DE-ICING MATERIAL HANDLING PROCEDURES

The stormwater permit requires specific procedures for handling road de-icing salt.

SALT STORAGE/HANDLING PROCEDURES

1. Is salt stored at the facility?

2. Is all salt stored inside salt domes or other permanent, covered storage buildings?

3. Is spilled salt swept up and re-used or discarded after completion of

loading/unloading activities?

4. Are salt handling areas swept on a regular basis?

VII. FACILITY DRAINAGE

DRAINAGE FROM PARKING/STORAGE AREAS

1. Do the outdoor areas of the facility have storm drain inlets?

1a. If yes, do the storm drains discharge to the sanitary sewer system?

1b. If yes, do the storm drains discharge through an oil/water separator?

1c. If yes, are any storm drain inlets located in unpaved areas?

1d. If yes, are the storm drain inlets labeled to alert employees that they discharge to

surface water?

Appendix I - 10 T200.265

VIII. VEHICLE AND EQUIPMENT WASHING PROCEDURES

The stormwater permit does not regulate vehicle and equipment washing activities. However, responses to the following questions will help to determine the types of water discharges at the storage/staging area.

VEHICLE AND EQUIPMENT WASHING

1. Does the facility have a washbay or other vehicle/equipment washing facility?

2. Do the washbay drains discharge to the sanitary sewer or to the storm sewer?

3. Do the washbay drains discharge through an oil/water separator?

4. Are vehicles/equipment rinsed in outdoor areas near storm drain inlets or

stormwater drainage ditches/swales?

5. Is all loose debris (sand, salt, grass clippings, etc.) brushed off of the

vehicles/equipment and disposed of before rinsing?

6. Does the vehicle/equipment rinsing include the use of soap, degreasers, or other

cleaning compounds?

7. Do the rinsing operations include cleaning engines?

IX. STOCKPILED MATERIALS

The stormwater permit sets limits on the stockpiling of sand, soil, street sweepings, and similar materials. The following questions deal with open stockpiles at the maintenance facility/staging area.

STOCKPILED MATERIALS

1. Are there stockpiles of sand, soil, gravel, or street sweepings at the staging area?

2. Are the stockpiles within 50 feet of a storm drain inlet, drainage ditch, swale,

stream, or other drainage facility?

3. Are the stockpiles enclosed in bins?

4. Do the bins allow the stockpiled material to spill out through gaps or openings in

the bin walls?

Appendix I - 11 T200.265

X. SWEEPING

The stormwater permit requires that facilities are swept at least once every three months.

SWEEPING

1. Are paved areas of the facility swept regularly using a mechanical sweeper?

2. What is the approximate frequency of sweeping?

XI. REFUSE CONTAINERS AND DUMPSTERS

REFUSE CONTAINERS AND DUMPSTERS 1. Are there any dumpsters or refuse containers located outdoors and exposed to stormwater (not including temporary demolition containers, litter receptacles, and containers for large bulky items)? 1A. If yes: Are these containers covered at all times to prevent spilling, dumping or

leaking of their contents?

Appendix I - 12 P200.195

APPENDIX X - NEW JERSEY TURNPIKE AUTHORITY REQUIREMENTS FOR SMALL BUSINESS ENTERPRISE SUBCONTRACTORS’ AND SET-ASIDE PROGRAM FOR CONSTRUCTION CONTRACTS

The following pages will provide Bidders with information about the New Jersey Turnpike Authority (the “Authority”) Small Business Enterprise (“SBE”) Program requirements for non-federally funded construction contracts and subcontracts. Clarification of the SBE specifications along with assistance in completing the required forms can be obtained by calling Teresa M. Hale at the Authority’s Office of Equal Employment Opportunity (hereinafter “Office of EEO”) at (732) 750-5300 (ext. 8732) Prospective Bidders will also have an opportunity to ask questions regarding the directives contained in the SBE specifications at the pre-bid conference(s).

CONTRACT CLAUSE

It is the policy of the Authority that SBEs, as determined and defined by the State of New Jersey, Department of Treasury, Division of Minority and Women Business Development (“Division”) in N.J.A.C. 17:14-1.1 et seq., have the opportunity to compete for and participate in the performance of contracts and subcontracts for construction services. The Authority further requires that its contractors shall agree to take all necessary and responsible steps, in accordance with the aforementioned regulations, to ensure that SBEs have these opportunities.

This language is included to ensure that all persons who enter into any form of contractual agreement with the Authority are aware of their responsibilities and the commitment of the Authority to see that it’s SBE Policy is carried out in all instances.

EXPLANATORY NOTE

The following information is provided by the New Jersey Turnpike Authority (the “Authority”) to prospective bidders in an effort to promote and encourage participation in its “Small Business Enterprise Program” (“Program”) for small businesses registered with the State of New Jersey, Department of Treasury, Division of Minority and Women Business Development (Division) as a Small Business Enterprises (“SBE”). The information provided below is not a complete reproduction of the regulations governing SBE registration and participation. Accordingly, to the extent that any of the information contained below conflicts with the applicable regulations, the regulations shall govern. Interested parties are encouraged to obtain a complete copy of the applicable regulations 17:13-1.1 et seq. and N.J.A.C. 17:14- 1.1 et seq.) prior to registering with the State and submitting bids to the Authority.

I. Standards Of Eligibility For Small Business Enterprises See N.J.A.C. 17:13-2.1 and 17:14-2.1

A. In order to be eligible as a small business, a business must satisfy all of the following criteria:

1. The business must be independently owned and operated, as evidenced by its management being responsible for both its daily and long term operation, and its management owning at least 51 percent interest in the business. 2. The business must be incorporated or registered to do business in the State and have its principal place of business in New Jersey, defined as such when either 51 percent or more of its employees work in New

Appendix X - 1

T200.265

Jersey, as evidenced by the payment of New Jersey unemployment taxes or 51 percent or more of its business activities take place in New Jersey, as evidenced by its payment of income or business taxes. 3. The business must be a sole proprietorship, partnership, corporation or limited liability company with 100 or fewer employees in full-time positions, not including: a. Seasonal and part-time employees employed for less than 90 days, if seasonal and casual part-time employment are common to that industry; and b. Consultants employed under the other contracts not related to the construction and construction-related services that are under the subject of the specific contract for which the business wants to be eligible as a small business.

4. For goods and services contracts, the business must have gross revenues that do not exceed $12 million or the applicable Federal revenue standards established at 13 CFR 121.20 whichever is higher. 5. For construction contracts, the business must have gross revenues that do not exceed $3 million or 50% of the applicable revenue standards set forth in Federal regulation at 13 CFR 121.201 or the applicable annual revenue standards set forth in 13 CFR 121.201, whichever is higher. 6. Gross revenues of a business which has been in business for 3 or more completed years means the revenues of the business over its last 3 completed tax years divided by three. 7. Gross revenues of a business which has been in business for less than 3 complete tax years means the revenue for the period the business has been in business divided by the number of weeks in business, multiplied by 52. 8. Gross revenues of a business which has been in business 3 or more complete tax years but has a short year as one of those years means the revenues for the short year and the two full years divided by the number of weeks in the short year and the two full years, multiplied by 52. In addition, the Division may limit participation in its small business set- aside programs to businesses whose individual owners do not exceed $750,000 in personal net worth. 9. Eligibility is formalized by the Division’s registration and approval process. 10. For goods and services contracts, small businesses will be registered in one of the following three categories: a. SBE 1 — Small businesses whose gross revenues do not exceed $500,000; or b. SBE 2 – Small businesses whose gross revenues do not exceed $5,000,000; or c. SBE 3 -- Small businesses whose gross revenues do not exceed $12,000,000 or the applicable Federal revenue standards at 13 CFR 121.201, whichever is higher.

Small businesses registered in the category SBE 1 will be eligible to participate in the set-aside contracts and subcontracting programs available to businesses registered in the categories in SBE 1, 2 and 3.

Appendix X - 2

T200.265

Small businesses registered in category SBE 2 will be eligible to participate in the set-aside contracts and subcontracting programs available to businesses registered in the category SBE 2 and 3. Small businesses registered in the category SBE 3 will be eligible to participate in the set-aside contracts and subcontracting programs available to businesses registered in the category SBE 3 only. 11. For construction contracts, small businesses will be registered in one of the following three categories: a. SBE 4 — Small businesses whose gross revenues do not exceed $1 million; or b. SBE 5 — Small businesses whose gross revenues do not exceed 50% of the applicable annual revenue standards set forth in Federal regulation at 13 CFR 121.201 and as may be adjusted periodically. c. SBE 6 Small Businesses with gross revenues that do not exceed the applicable annual revenue standards set forth in Federal regulation at 13 CFR 121.201 as may be adjusted periodically (16.75+M to $33.5M).

Small businesses registered in the category SBE 4 will be eligible to participate in the set-aside contracts and subcontracting programs available to businesses registered in the categories in SBE 4, 5 and 6. Small businesses registered only in category SBE 5 will be eligible to participate in the set-aside contracts and subcontracting programs available to businesses registered in the category SBE 5 and 6 only. Small businesses registered in category SBE 6 above will be eligible to participate in set-aside contracts and subcontracting programs available to businesses registered only in category SBE 6.

II. Obligation To Provide Information And Penalties For Failure To Provide Complete And Accurate Information See N.J.A.C. 17:13-2.2 and 17:14-2.2

A. Applicants shall accurately and honestly supply all information required by the Division. B. When a business has been approved as a small business on the basis of false information knowingly supplied by the business and the business has been awarded an Authority good and services or construction contract or subcontract, the Director, Division of Minority and Women Business Development, after notice and opportunity for a contested case hearing pursuant to N.J.S.A. 52:14B- 10 and N.J.A.C. 1:1, shall: 1. Assess the business any difference between the contract amount and what the Authority’s cost would have been if the contract had not been awarded pursuant to the Program; 2. Assess the business a penalty in the amount of not more than 10 percent (10%) of the amount of the contract or subcontract involved; and 3. Order the business ineligible to transact any business with a State contracting agency for a period of not less than three months and not more than 24 months; and

Appendix X - 3

T200.265

4. Revoke the registration of the business as a small business and remove the business from the State's small business database.

C. Any business approved by the Division as a small business shall immediately apprise the Division of any circumstances which might affect the eligibility of the business under these rules. D. The failure of a business to report any such changed circumstances, or the intentional reporting of false information, shall disqualify the business for inclusion in the small business database and may subject the business to adverse action by contracting agencies and/or the Attorney General or other enforcement agencies.

E. When a business has been registered as a small business on the basis of false information knowingly supplied by the business, but the business has not been awarded a State contract, the Division, after notice and opportunity for a contested case hearing pursuant to N.J.S.A. 52:14B-10 and N.J.A.C. 1:1, shall revoke the registration of the business as a small business, remove the business from the State's small business database and notify the Office of the Attorney General and State contracting agencies.

III. Registration Procedures For Small Business Enterprise See N.J.A.C. 17:13-3.1 and 17:14-3.1

A. Registration procedures established by the Division are as follows:

1. The business shall register at http://www.state.nj.us/njbusiness/contracting/sbsa, for Premier Business Services; and

2. The business shall apply to the Division by completing the Vendor Registration Form, available online at http://www.state.nj.us/njbusiness/contracting/sbsa

i. As part of its application to the Division, a business shall document its principal place of business, independent status, number of employees, and its gross revenues. This documentation shall include appropriate forms or reports otherwise submitted to or issued by State and Federal agencies, such as employee reports filed with the New Jersey Department of Labor and Workforce Development or certificates of incorporation issued by the New Jersey Department of State.

ii. If an applicant knowingly supplies inaccurate or false information, the application shall be denied under this chapter, the business shall be disqualified from inclusion in the small business database, and the business may be subject to adverse action by contracting agencies, the Attorney General or other enforcement agencies.

iii. As part of its application, the business shall pay a non-refundable $ 100.00 application fee for a three-year registration.

B. When an application for registration as a small business has been completed, the Division shall determine whether to approve it and notify the business of its decision. If approved, the Division will issue the business a registration certification and add the business to the small business database.

C. The small business database shall be used by State contracting agencies in confirming eligibility for set-aside contracts and subcontracts and in reporting progress toward

Appendix X - 4

T200.265

established contract award goals.

D. Every three years, no later than 20 days prior to expiration of the small business's registration, and not earlier than 60 days prior to the expiration of such registration, a business interested in remaining registered as a small business shall comply with the registration procedures pursuant to (a) above.

E. Annually the business shall submit, prior to the anniversary of the registration notice, an annual verification statement, in which it shall attest that there is no change in the ownership, revenue eligibility or control of the business.

1. If the business fails to submit the annual verification statement by the anniversary date, the registration will lapse and the business will be removed from the State's small business database. If the business seeks to be registered, it will have to reapply and pay the $ 100.00 application fee.

2. If the business submits the annual verification statement by the anniversary date but either the verification statement or other information received by the Division indicates that the business is no longer eligible for registration as a small business, the Division shall revoke the registration pursuant to this chapter and following revocation, the business shall be removed from the State's small business database. The business may appeal this revocation pursuant to the procedures set forth at N.J.A.C. 17:13-3.4.

IV. Time For Application To Register As A Small Business Enterprise See N.J.AC. 17:13-3.2 and 17:14-3.2

A. A business may apply to the Division at any time to be registered as a small business and to be placed on the small business database. B. If a business is to be eligible to bid on a specific set-aside contract or participate in the subcontracting target programs for purposes of these requirements, it must be registered as a small business by the Division on the date the bid or bid proposal is due at the Authority.

V. Responsive Bid Criteria A. The Authority requires that SBE Forms A, B, C and D, as applicable, be submitted within seven (7) days after Notice of Award. However, the Authority may extend the deadline for this requirement at its sole discretion. B. FAILURE TO TIMELY AND SATISFACTORILY COMPLETE THE SBE FORMS OR, IF THE GOAL IS NOT MET, TO SHOW GOOD FAITH EFFORTS TO MEET THE GOAL, SHALL RESULT IN A DETERMINATION BY THE AUTHORITY THAT THE BIDDER IS NON-RESPONSIVE AND SHALL CAUSE REJECTION OF THE BID. C. If the low Bidder submits the SBE forms within the requested time frame, but fails to meet the SBE goal, the Office of EEO, in conjunction with the Department of Engineering will evaluate the efforts made by the Bidder to determine whether a demonstration of Good Faith Efforts has been made. D. Criteria used to evaluate the efforts made to obtain SBE participation are outlined in Article VI, Good Faith Efforts of Bidders Requirements. VI. Good Faith Efforts Of Bidders Requirements See N.J.A.C. 17:13-4.3 and 17:14-4.3

Appendix X - 5

T200.265

A. The following actions shall be taken by a bidder in establishing a good faith effort to solicit and award subcontracts to eligible small businesses: 1. The bidder shall attempt to locate qualified potential small business subcontractors; 2. The bidder shall request a listing of small businesses from the Division and the Authority if none are known to the bidder; 3. The bidder shall keep a record of its efforts, including the names of businesses contacted and the means and results of contact; 4. The bidder shall attempt to contact all potential subcontractors on or about the same day and use similar methods to contact them; 5. The bidder shall provide all potential subcontractors with detailed information regarding the specifications; 6. The bidder shall attempt, wherever possible, to negotiate prices with potential subcontractors which submitted higher than acceptable price quotes; and 7. Bidders shall maintain adequate records to document their efforts.

VII. Counting SBE Participation A. Once a firm is determined to be an eligible SBE by the Division, the total dollar value of the contract awarded to the SBE shall be counted toward the applicable goal as follows: 1. The Authority will count towards its SBE goal only awards to SBEs that perform a commercially useful function in the work of a contract. This means that a SBE must be responsible for a distinct element of the work by actually performing, managing, and supervising the work involved. A SBE may, of course, enter into subcontracts. The subcontract values may be counted toward the SBE goal. However, if a SBE subcontracts a significantly greater portion of the work than is usual according to industry practices, it is presumed the SBE is not performing a commercially useful function and, therefore, the value of the SBE subcontract and its subcontracts will not be counted. The SBE may present evidence to the Authority to rebut this presumption. 2. No work shall be included in the SBE Participation Schedule if the Bidder has reasonable cause to believe the listed SBE firm will subcontract, at any tier, more than 49% to a non-SBE firm. 3. For construction contracts awarded under this program, 100% of the total contract amount will count toward the SBE Goal. 4. For contracts with SBE suppliers of goods and services, 100% of total contract amount will count toward the SBE goal. 5. Awards to SBE suppliers that are not manufacturers or regular dealers will be counted toward the goal on the following basis: a. Fees or commission charged will be counted toward the goal for providing a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for performance of the contract. b. If a SBE delivers equipment, materials and supplies required on a job site, the delivery fee charged may be counted toward the goal. Where such fees are a part of the SBE subcontract amount

Appendix X - 6

T200.265

on a construction job, they have already been applied to the goal and cannot be further counted. c. Fees or commissions charged for providing any bonds or insurance specifically required for the performance of the contract may be counted toward the goal, providing the aforementioned fees or commissions are determined by the Authority to be reasonable and not excessive as compared with fees customarily allowed for similar services. 6. Awards in subcontracts with businesses that are joint ventures will be counted on the basis of percentage ownership of the eligible SBE in the joint venture.

VIII. Bid Requirements Pre-Bid Instructions: 1. The listing of a SBE firm by a Bidder on its SBE Participation Schedule (Form A) shall constitute a representation by the Bidder to the Authority that such SBE firm is qualified and not unavailable, and a commitment by the Bidder that, if it is awarded the contract, it will enter into a subcontract with such SBE firm for the portion of the work described in the SBE Participation Schedule and at the price set forth in its Bid. NO SUBSTITUTIONS OF SBE FIRMS DESIGNATED IN THE BIDDER’S SBE PARTICIPATION SCHEDULE MAY BE EFFECTED WITHOUT THE AUTHORITY’S PRIOR WRITTEN APPROVAL. A SBE Bidder which lists itself on the SBE Participation Schedule is committed to performing the work indicated with its own personnel. 2. Agreements between a Bidder and SBE in which SBE promises not to provide subcontracting quotations to other Bidders are prohibited. 3. Price alone shall not be an acceptable basis for rejecting a SBE subcontractor’s bid, unless the contractor evidences to the Authority’s satisfaction that no reasonable price could be obtained from the SBE. 4. A Directory of Small Business Enterprises is available in the Authority’s Office of EEO upon request. Use of this listing does not relieve the Bidder of its responsibility to seek SBE participation from other sources.

Post Award Obligations: 1. After the execution of a contract with the Authority, signed copies of subcontracts between the prime contractor and SBE subcontractors must be submitted to the Authority’s Office of EEO no later than 14 business days after the subcontract execution. The Prime Contract recipient shall inform the Authority of the anticipated job start date for all SBE subcontractors prior to the start of same. 2. The agreement between the prime contractor and subcontractor shall remain firm for the duration of the contract. Should changes that affect the SBEs performance and/or compensation be required, the Authority’s Office of EEO, in conjunction with the Department of Engineering, must be notified for its review and approval of the changes prior to their implementation. 3. Whenever the Authority issues project change orders, the Engineering Department, after consultation with the Office of EEO, will determine if increased SBE participation will be required.

Appendix X - 7

T200.265

4. If at any time the contractor believes or has reason to believe that a proposed SBE has become unavailable or, due to change in ownership or management responsibility, does not meet the standards set forth in Article 2, the contractor shall, within 10 days, notify the Authority of that fact in writing. Within 15 days thereafter, the contractor shall, if necessary to achieve the stated goal, make every reasonable effort to subcontract the same or other work to other SBE firms. The contractor’s efforts to replace an unavailable SBE firm shall be coordinated with the Authority’s Office of EEO. 5. Should a SBE become ineligible during the course of this contract, effective as of the date of ineligibility, further contractual dollars expended with the SBE shall not be counted toward the SBE goal. Within 15 days after notification by the Authority to the contractor of the ineligible SBE, the contractor will make every reasonable effort to satisfy the SBE goal. The contractor’s effort to continue to meet the SBE goal shall be coordinated with the Authority’s Office of EEO. 6. Within 15 days of a contract award, a SBE Liaison Officer must be designated by the Prime Contractor. The liaison officer will be responsible for cooperating with the Authority regarding SBE subcontractor matters and will work with the office of EEO as necessary. 7. To ensure that all obligations under subcontracts awarded to SBEs are met, the Authority shall review the Prime Contractor’s SBE involvement efforts during the performance of the contract. The Contractor shall monitor the performance of and collect and report data on SBE participation to the Compliance Officer of the Office of EEO. The Contractor shall report the SBE status on the SBE Certificate of Participation form, provided by the Office of EEO and submit it monthly to the Office of EEO. The Contractor must submit invoices or estimates to the Authority. SBEs must submit the appropriate forms on a monthly basis to the Office of EEO. The form will be reviewed to determine contract compliance with respect to the SBE goal. Failure to submit this report may result in suspension of payments as provided in Section D, “Audit and Penalties” below. If, at any time, the Authority has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, it shall refer the matter to the Attorney General of the State of New Jersey. 8. The Contractor agrees to pay each subcontractor and supplier under this contract for satisfactory performance of its contract no later than ten (10) days from the receipt of each payment the Contractor receives from the Authority. 9. In accordance with N.J.S.A. 52:32-40 and 52:32-41, the Contractor shall certify, prior to the issuance of a progress payment by the Authority, that all subcontractors and suppliers have been paid any amounts due from previous progress payments and shall be paid any amounts from the current progress payment. Alternatively, the Contractor shall certify that there exists a valid basis under the terms of the subcontractors or supplier’s contract to withhold payment from the subcontractor or supplier and therefore payment is withheld. 10. If the Contractor withholds payment from the subcontractor or supplier, the Contractor shall provide to the subcontractor or supplier written notice thereof. The notice shall detail the reason for withholding payment and state the amount of payment withheld. If a

Appendix X - 8

T200.265

Performance/Payment Bond has been provided under this contract, the Contractor shall send a copy of the notice to the Surety providing the bond for the Contractor. A copy of the notice shall also be submitted to the Authority with the certification that payments are being withheld.

Substitution of SBE’s

Except as provided herein, the successful Bidder shall not have the work performed, or the materials or supplies furnished, by any other SBE firm other than those named in the “Schedule of SBE Participation”. However, if the Authority finds that the Bidder upon submission of its bid, committed itself to the goal in good faith, the Bidder may, in unusual situations, be permitted to substitute a subcontractor(s). A request for substitution must be in writing, with complete justification for the request. Whether the Contractor (or Bidder) seeks to make a substitution prior to award or during performance, the Contractor must have approval of the Authority before substitution of the SBE subcontractor, regardless of the reason for the substitution. Failure to obtain approval from the Authority could result in the Prime Contractor being found to be in “noncompliance” with the requirements of the contract. The term “unusual situations” includes, but is not limited to, a SBE subcontractor’s or SBE joint venture partner’s:

1. Failure to quality as a SBE, or maintain SBE registration status. 2. Death or physical disability, if the named subcontractor or SBE partner of the joint venture is an individual. 3. Dissolution, if a corporation or partnership. 4. Bankruptcy of the subcontractor, subject to applicable bankruptcy laws, and only in instances where the bankruptcy affects the subcontractor’s ability to perform. 5. Inability to obtain, or loss of, a license necessary for the performance of the particular category of work. 6. Failure or inability to comply with a requirement of law applicable to the subcontract work. 7. Material failure to comply with the terms and conditions of the subcontract. 8. Material failure to successfully perform the subcontract tasks.

D. Audit and Penalties

The Prime Contractor is advised that failure to carry out the requirements of these specifications shall constitute a breach of contract and may result in termination of the contract by the Authority, or such remedy as the Authority deems appropriate. During the performance of the contract, and for a period of up to three (3) years following completion of the contract work, the Authority may conduct reviews for compliance with the requirements of the SBE Program. Such reviews may include the evaluation of monthly reports, desk audits and site visitations. Where a Prime Contractor, or any subcontractor, is found to be in noncompliance with the requirements of the SBE Program during the performance of the contract, it will be required to take corrective action. If corrective action is not promptly taken by the offending contractor, the following sanctions may be instituted (singularly, in any combination and in addition to

Appendix X - 9

T200.265

any other remedies provided by law):

1. The Authority may withhold further payments under the contract. 2. The contract may be terminated for breach. 3. Suspension or debarment proceedings may be commenced in accordance with New Jersey law and the Authority regulations. 4. The relevant performance bond(s), if any, may be enforced.

IX. The Authority Program: Bid/Proposal Submittals A. The Authority SBE Form A: SBE Participation Schedule: List all SBE firms scheduled to participate in the contract, including scope of work to be performed and the dollar value of their anticipated participation. Additionally, the name of the Contractor’s SBE liaison officer should be included on this form. Upon execution of a contract with the Authority the prime contractor must enter into a formal agreement with the SBE(s) listed on Form A. There can be no substitution of the SBE(s) listed on Form A without the prior written approval of the Authority. If, for any reason Form A is not completed, then the bidder must complete and provide Form D (see below). B. The Authority SBE Form B: Affidavit of Small Business Enterprise (If Applicable): For each SBE owned firm listed on Form A, Bidder shall include a complete and signed Form B. This form B is not required for set aside contract awards. C. The Authority SBE Program Form C: Affidavit of SBE: Each SBE firm to be utilized must sign Form C attesting to its validity as a SBE. D. The Authority SBE Program Form D: SBE Unavailability Certification (If Applicable): If a Bidder is unable to identify SBE(s) as required to meet the targeted goal set for this Contract, Bidder shall complete and attach this form which documents the Bidder’s Good Faith Efforts to do so. E. The Authority SBE Program Form: SBE Certificate of Participation: This is the payment report that must be completed on a monthly basis by the successful Bidder.

Appendix X - 10

T200.265

X. Definitions See N.J.A.C. 17:13-1.2 and 17:14-1.2, as the case may be.

A. “Construction Contract” means any contract to which the Authority is a party involving any construction, renovation, reconstruction, rehabilitation, alteration, conversion, extension, demolition, repair or other changes or improvements of any kind whatsoever of any structure, facility or highway. The term also includes contracts for consultant services, the supervision, inspection and other functions incidental to actual construction. B. “Consultant” means an architect, engineer, construction manager, or other provider of technical and professional services in support of a design or construction or highway project. C. “Contractor or Prime Contractor” means any party performing or offering to perform a construction contract or consultant contract, or any party providing materials or goods used to perform a construction contract issued by the Authority. D. “Goal” means the statutorily determined percentage of contracting dollars awarded by the Authority to small businesses in order to comply with the small business provisions of the Set-Aside Act. It further means the percentage of State contracting dollars that the Authority makes a good faith effort to award to small businesses under Executive Order No. 71 (1993). E. “Registration” means the process by which any business can have its eligibility for participation in the Division’s small business programs determined. F. “Set-Aside Contract” means a contract specifically designated by the Authority as exclusively available for award to a small business. G. “Small Business”, for purposes of registering as a goods and services contractor means a business which has its principal place of business in the State, is independently owned and operated, has no more than 100 full-time employees, and has gross revenues that do not exceed $12 million or the applicable Federal revenue standards established at 13 CFR 121.201 whichever is higher; and satisfying any additional eligibility standards under this chapter. H. “Small Business”, for purposes of registering as a construction contractor, means a business which has its principal place of business in the State, is independently owned and operated, has no more than 100 full-time employees, and has gross revenues that do not exceed either $3 million, 50% of the applicable revenue standards set forth in Federal regulation 13 CFR 121.201 or the applicable annual revenue standards set forth in 13 CFR 121.201, whichever is higher. I. “State Contracting Agency” or “Contracting Agency” means any board, commission, committee, authority, division, department, college or university of the State which possesses the legal authority to award and make construction contracts except where expressly inconsistent with statutory authority. J. “Subcontractor” means a third party that is engaged by a contractor to perform all or part of the work or to provide supplies, materials or equipment included in a construction-related contract with the Authority. K. “Target” means the numerical objective which the Authority establishes, on a contract by contract basis, in order to meet its small business goal. Subcontracting goals are not applicable if the prime contractor is a registered Small Business Enterprise (SBE) firm.

Appendix X - 11

P200.195

NEW JERSEY TURNPIKE AUTHORITY SMALL BUSINESS ENTERPRISES FORM A* PROPOSED SCHEDULE OF SMALL BUSINESS ENTERPRISE PARTICIPATION (“SBE PARTICIPATION SCHEDULE”)

Contract Number:______Project Title:______

SBE 1 GOAL%_____ SBE 2 GOAL%_____ SBE 3 GOAL%_____ SBE 4 GOAL%_____ SBE 5 GOAL%_____ SBE 6 GOAL%____

NAME AND ADDRESS S S S S S S ** ** TYPE OF WORK DOLLAR AMOUNT OF SUB- OF SBE 1, 2, 3, 4 and/or 5, 6 B B B B B B M W TO BE SUBCONTRACTOR CONTRACT SUBCONTRACTOR E E E E E E B B PERFORMED WORK*** % 1 2 3 4 5 6 E E

The undersigned will enter into a formal agreement with the SBE(s) listed in this schedule conditioned upon execution of a contract with the Authority for the above referenced project.

Authorized Signature:______Name of Company:______

Print Name:______Title______Prime Contractor’s Liaison Officer:______

Company Phone #______Company Address:______

This form MUST be completed and submitted within seven (7) days after Notice of Award.

SBE Prime Contractors need only to complete this form for their firm.

* In the event Form A cannot be completed, or if the percentage of the goal for the contract is not met, Form D must be completed. ** The provision of this information is voluntary and will not be considered in determining the successful bid or in calculating SBE participation. *** Eliminate Price in Professional Service Contracts Only.

Appendix X - 12

P200.195 NEW JERSEY TURNPIKE AUTHORITY SMALL BUSINESS ENTERPRISE FORM B INTENT TO PERFORM AS A SUBCONTRACTOR TO: CONTRACT NUMBER: (Name of Prime Contractor) PROJECT TITLE:

The undersigned intends to perform subcontract work in connection with the above-mentioned project as (Check One): ___ Individual ___ Corporation ___ Partnership ___ Joint Venture ___ L.L.C. ___ Other

The SBE Category status of the undersigned is confirmed on the attached Affidavit of Small Business Enterprise (NJTA SBE Form C). The undersigned is prepared to perform the following described work in connection with the above-referenced project:

and at the following price:

NOTE: Eliminate Price on Professional Service Contracts Only. The Prime Contractor has projected the following commencement date for such work, and the undersigned projects completion of such work as follows:

______Project Commencement Date ______Projected Completion Date

With respect to the proposed subcontract described above, ____% of the dollar value of such subcontract will be subcontracted and/or awarded to Non-SBE Contractors and/or Non-SBE Suppliers. The undersigned will enter into a formal agreement for the above work with the Prime Contractor conditioned upon execution of a contract with the Authority. As a SBE Sub-Contractor, I will cooperate with the certification and monitoring process set forth by the Authority for the referenced project.

Signature of SBE Date Name of SBE Firm

Type Name Address

Type Title Telephone Number

Appendix X - 13

T200.265

NEW JERSEY TURNPIKE AUTHORITY SMALL BUSINESS ENTERPRISE PROGRAM FORM C AFFIDAVIT OF SMALL BUSINESS ENTERPRISE

Contract Number: ______

Project Title: ______

I HEREBY DECLARE AND AFFIRM that I am the (title) ______and duly authorized representative of the firm of ______located in the STATE OF ______and COUNTY OF ______

Bidder acknowledges and affirms that he/she is registered and approved in good standing with the State of New Jersey, Department of the Treasury, Division of Minority & Women Business Development (“Division”) as a Small Business Enterprise (“SBE”) and has been placed on the Division’s small vendor list. This status must be achieved on or before the date the bids are received and opened.

PLEASE ATTACH A COPY OF YOUR SBE REGISTRATION CERTIFICATE.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT I AM AUTHORIZED, ON BEHALF OF THE ABOVE FIRM, TO MAKE THIS AFFIDAVIT.

Date Affiant

Address

STATE OF ______COUNTY OF ______On this ______day of ______, 20___, before me, ______, the person described in the foregoing Affidavit acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained. In Witness thereof, I hereunto set my official seal

Notary Public (Seal)

My Commission Expires ______

Appendix X - 14 T200.265

NEW JERSEY TURNPIKE AUTHORITY SMALL BUSINESS ENTERPRISE PROGRAM FORM D SBE UNAVAILABILITY CERTIFICATION Contract Number: Project Title: I, Name: Title: of located in the STATE OF Prime Contractor: Certify that on ______, I contacted the following SBE(s) to obtain a Bid for work items to be performed on the Project named above. SBE: List By Firm Name, SBE Category No. & SBE Registration No. Of Each SBE Contacted Together With The Type Of Work Requested To Be Performed (attach additional pages as necessary) SBE SBE Firm Name Category No. Registration No. Type Of Work

To the best of knowledge and belief, each SBE identified in this Form was unavailable for work on this project, exclusive of unavailability due to lack of agreement on price, and each SBE was unable to prepare a bid for the following reason(s) (if known): Reason Unavailable:

Signature of Prime Contractor: Date: ______This form MUST be completed and submitted within seven (7) days after Notice of Award. On this ______day of ______, 20___, before me ______, the person described in the foregoing Affidavit acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained. In Witness thereof, I hereunto set my official seal

Notary Public (Seal) My Commission Expires ______

Appendix X - 15 T200.265

APPENDIX Y - TRAFFIC PERMIT APPLICATION

Appendix Y -1

T200.265

APPENDIX Z – COST-PLUS WORK FORMS

Standardized Schedules for Cost Plus Work

The below schedules are to be utilized by the Construction Firms under contractual agreement with the Authority. The contractor is to prepare the schedules; once prepared, the contractor forwards the document to the Resident Engineer (Supervision Consultant). The Resident Engineer will review and approve the amounts on Schedule A, Summary of Charges. The Project Engineer at the New Jersey Turnpike Authority will then indicate the amount paid on Schedule A, Summary of Charges.

Schedule A Summary of Charges Summarizes all schedules, the total charges will agree to cost plus amount billed. (Summarizes Schedule B, C, D and E) Schedule B Daily Schedule of Labor Charges Documents the amount of hours each employee worked daily The hourly rate is from Schedule B-1 Schedule B-1 Calculation of Hourly Labor Rates Computation of contractor's calculation for each Union classification labor rate. The total hourly rates should be transferred to Schedule B Schedule C Daily Schedule of Equipment Charges Documents the amount of hours equipment was engaged in the performance of work and/or idle time. The Hourly Rates are from Schedules C-1 and C-2 Schedule C-1 Calculation of Hourly Equipment Rates Describes contractor's calculation for equipment rates. The hourly rate and hourly operating cost rate should be brought to Schedule C Schedule C-2 Schedule of Rented Equipment Documents hours rented equipment was used and invoice information. Total amount shall be brought to Schedule C Schedule D Daily Schedule of Material Charges Documents materials used for cost plus work. The contractor shall attach copies of the invoices. Schedule E Daily Schedule of Subcontractor Charges Documents subcontractor charges for cost plus work. Schedule F Inspector Report The standardized Inspector report is be utilized by all Management Firms performing daily inspections for cost plus work. All information must be complete and the form must be signed daily by the inspector and the Contractor's representative at the job site.

Appendix Z - 1

T200.265

Appendix Z - 2

T200.265

Appendix Z - 3

T200.265

Appendix Z - 4

T200.265

Appendix Z - 5

T200.265

Appendix Z - 6

T200.265

Appendix Z - 7

T200.265

Appendix Z - 8

T200.265

Appendix Z - 9

T200.265

Appendix Z - 10