to: all vendors bidding on the college of new jersey ...part 3 - execution 3.1 general installation...

49
1 of 2 To: All Vendors Bidding on The College of New Jersey Campus Town Sidewalks Project From: Roselle Horodeski Finance & Business Services Date: May 8, 2014 ADDENDUM NO. 1 ISSUE DATE: May 8, 2014 REFERENCE: The College of New Jersey Campus Town Sidewalks AB140028 Date of Original Bidding Documents: April 18, 2014 INTENT: This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents and Prior Addenda, if any, as identified above. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. ADDITION TO SPECIFICATIONS AND DRAWINGS: Specification Section, TCNJ Redundant Ring Extension-Communications Manhole and Ductbank Systems; and Sketches SK-01, SK-02 and SK-03 are attached and are to be included as part of the contract documents. Specification Section 040140 – Maintenance of Stone Assemblies is attached and is to be included as part of the contract documents. CHANGES TO DRAWINGS: Drawing L104A – Sheet Details, Rev 1 dated 5/7/14 is attached and is to be included as part of the contract documents. REVISED CONSTRUCTION BID PROPOSAL FORM: Remove Construction Bid Proposal Form included in the original bid documents and replace with the attached Revised Construction Bid Proposal Form to reflect an Add Alternate on the Form of Proposal page. Attachments: Spec Section TCNJ Redundant Ring Extension-Communications Manhole and Ductbank SK-01 – TCNJ Redundant Ring Extension SK-02 – Communications Ductbank Extension

Upload: others

Post on 07-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

1 of 2

To: All Vendors Bidding on The College of New Jersey

Campus Town Sidewalks Project From: Roselle Horodeski Finance & Business Services Date: May 8, 2014

ADDENDUM NO. 1 ISSUE DATE: May 8, 2014 REFERENCE: The College of New Jersey Campus Town Sidewalks

AB140028 Date of Original Bidding Documents: April 18, 2014 INTENT: This Addendum forms a part of the Contract Documents and modifies the original

Bidding Documents and Prior Addenda, if any, as identified above. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification.

ADDITION TO SPECIFICATIONS AND DRAWINGS:

• Specification Section, TCNJ Redundant Ring Extension-Communications Manhole and Ductbank Systems; and Sketches SK-01, SK-02 and SK-03 are attached and are to be included as part of the contract documents.

• Specification Section 040140 – Maintenance of Stone Assemblies is attached and is to be included as part of the contract documents.

CHANGES TO DRAWINGS: • Drawing L104A – Sheet Details, Rev 1 dated 5/7/14 is attached and is to be included as part of

the contract documents. REVISED CONSTRUCTION BID PROPOSAL FORM: Remove Construction Bid Proposal Form included in the original bid documents and replace with the attached Revised Construction Bid Proposal Form to reflect an Add Alternate on the Form of Proposal page. Attachments: Spec Section TCNJ Redundant Ring Extension-Communications Manhole and Ductbank SK-01 – TCNJ Redundant Ring Extension SK-02 – Communications Ductbank Extension

Page 2: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

2 of 2

SK-03 – Communications Manholes Plan & Elevations Spec Section 040140-Maintenance of Stone Assemblies Drawing L104A – Sheet Details Revised Construction Bid Proposal Form Pre-Bid Sign-In Sheet END OF ADDENDUM NO. 1

Page 3: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 1 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

TCNJ REDUNDANT RING EXTENSION

COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM

PART 1 - GENERAL

1.1 INTENT OF DRAWINGS AND SPECIFICATIONS

A. The implied and stated intent of the drawings and specifications is to establish

minimum acceptable quality standards for materials, equipment and workmanship

and to provide an operable communications ductbank and manhole system complete

in every respect. The drawings and specifications are meant to be complimentary to

each other. Should there be a conflict, the most expensive method shall be used in

preparation of bid. Conflict shall be resolved by Owner after award of contract, if not

before.

B. The drawings are diagrammatic, intending to show general arrangements and location

of system components, and are not intended to be rigid in detail.

C. Due to the small scale of the drawings, and to unforeseen job conditions, all required

offsets and fittings are not shown but shall be provided at no change in Contract price.

D. Refer to associated drawings SK-01, SK-02, SK-03.

1.2 MATERIALS

A. All materials used in the work shall be new, free of defects, the best of their respective

kinds, and shall be installed by labor thoroughly skilled in the class of work anticipated

by this scope.

1.3 AS-BUILT DRAWINGS

A. As-built drawings shall be kept in accordance with project requirements.

1.4 COORDINATION OF WORK

A. In crowded locations where composite cross sections of piping and conduit are not

indicated, the Contractor shall submit shop drawings which will include composite

cross sections of all the various trades to the owner/engineer. The contractor shall

indicate preferred routing in order to avoid interference during construction.

B. Coordinate the procurement of specified materials and equipment being supplied by

Sub-contractors, manufacturers and vendors.

C. The information given regarding existing underground utilities and data is from the

best available sources. No assurance is made as to its completeness and accuracy.

Page 4: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 2 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

D. Contact water, gas, sewage, IT, electrical, and maintenance department in order to

verify all existing underground system before any excavation commence.

E. Where physical interference cannot be resolved readily, prepare composite drawings

at a scale of not less than ¼ inch = 1 foot, clearly showing the work of this Scope in

relation to the work of other trades. Obtain written acceptance by Owner of proposed

changes and distribute drawings to other trades affected. Correct installed work in

conflict with work of other trades at no additional cost.

1.5 SERVICE INTERRUPTIONS

A. Electrical service is defined as any electrical, communication, data, fire alarm, and any

other electrical transmission system. Other services include but are not limited to

water, sanitary, gas, HVAC, storm water systems.

B. The Contractor shall notify the Owner of the intent to perform any work that requires

any service interruption and shall proceed with such work only after receiving a time

schedule approved by the Owner. The Owner shall have the right to cancel or delay

the time of any service interruption. The scope and degree of service interruption shall

dictate the timing of the interruption and the timeframe for restoration of service. The

Contractor shall provide personnel and equipment to assist in the proper coordination

of service interruptions. The Contractor shall not leave the job site until resumption of

normal service is satisfactory to the Owner.

C. Where Contractor interrupts any service due to damage through his negligence, he

shall be required to repair or replace the service immediately, working continuously to

restore service until satisfactory to the Owner. Repair, replacement or both shall be at

the discretion of the Owner and at the expense of the Contractor.

1.6 SUBMITTAL DESCRIPTIONS

A. Submit the following for review:

1. Shop drawings for proposed installation

2. Conduit

3. Duct spacers

4. Manholes and Manhole Components

5. Manhole Racking Systems

6. Manhole Component Sealing Products

7. Manhole Waterproofing Products

8. Labels

9. Label Texts

10. As-Built Drawings

11. Others as Specified Elsewhere

12. Others as Requested

B. Shop Drawings: Submit for approval complete shop drawings indicating layout, details,

supports, locations and relationships to adjacent construction or installations.

Schematics or diagrams included as part of the contract documents may be used as a

Page 5: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 3 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

basis of design, but do not relieve the installer of responsibility for providing

independent shop drawings depicting planned installations.

C. Manholes: Catalog cuts, brochures, circulars, specifications, product data, and printed

information in sufficient detail to verify compliance with the requirements of the

contract documents. At a minimum, submittals shall include: manholes and handholes.

Cast-in-place manhole design shall be sealed by a Professional Structural Engineer

registered in New Jersey.

D. Conduit: Provide manufacturers standard documentation for all items mentioned

herein. Data must include information required to determine conformance with

specifications.

PART 2 - PRODUCTS

2.1 CORROSION PROTECTION

A. Ferrous Metal Materials

1. Ferrous metal hardware shall be hot-dip galvanized in accordance with ASTM A 153

and ASTM A 123. 2.02 LABELS

B. Label stock shall be plastic and label texts mechanically generated; no handwritten

labels shall be permitted. Label tags shall be self-laminating. Install pre-printed labels

to tag stock prior to applying lamination; insure lamination seals completely around all

sides of label stock.

C. Label tags shall be attached to traceable mule tape at ends, and entry and exit from

manholes. Coordinate label text with Owner.

2.2 MANHOLE WATERPROOFING

A. Waterproofing Admixture

1. Xypex (C-500) Cementitious Crystalline

or equal.

B. Concrete multi-part waterproofing system

1. EPro (www.eproserv.com) System III CW Concrete/CMU waterproofing

or equal.

a. Utilize system components for liquid-applied membrane system, polyester

fabric reinforcement and polyolefin geomembrane. Drainage system

component is not required.

2.3 MANHOLES

A. Manholes, manhole entries, and manhole covers shall be as indicated within the

drawings and detailed herein. Frames and covers shall be made of gray cast iron and a

machine-finished seat shall be provided to ensure a matching joint between frame and

cover. Cover shall incorporate a lip on the underside to facilitate removal with a

Page 6: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 4 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

standard manhole hook. In paved areas, frames and covers in vehicular traffic areas

shall be rated for wheel loads in accordance H20 rating and shall comply with ASTM A

48, Class 30B, minimum.

B. Manholes shall be precast.

C. The cover shall be round. The phrase “COMMUNICATIONS” shall be stamped or cast

into the cover.

D. Manholes shall be equipped with minimum 7/8”-thick pulling eyes (minimum two (2)

per side at top and bottom).

E. Galvanized bonding inserts and struts shall be installed on clear spaces for future

racking by others. Racks shall be installed on all four sides of manhole; refer to

drawings for racking details.

2.4 CONCRETE AND REINFORCEMENT

A. Concrete shall be as specified in this project.

2.5 CONDUIT REQUIREMENTS

A. Conduit; Underground Installations

1. Concrete encased ductbanks:

a. Use Schedule 40 PVC.

2. The nonmetallic conduit shall be in accordance with Fed. Spec. W-C1094, Type II or

Type III, UL 651 heavy wall PVC, NEMA TC2 and TC3 requirements.

B. Warning Tape: Provide warning tape to identify ductbank location. Tape shall be 4”

wide, detectable type, colored orange with suitable warning legend. Refer to drawing

details for tape location.

PART 3 - EXECUTION

3.1 GENERAL INSTALLATION REQUIREMENTS

A. Manhole Waterproofing: Install waterproofing sealant products between manhole

components. Install waterproofing coating on new manhole units. Provide conduit

penetration waterproofing at all existing and new entries and exits within all manholes

under the scope of this project.

B. Install pathways in accordance with TIA/EIA 569.

C. Install pull wire polyethylene pulling string and traceable mule tape in each

communications conduit.

Page 7: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 5 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

D. Verification of Dimensions: The Contractor shall become familiar with details of the

work, shall verify dimensions in the field, and shall advise of any discrepancy before

performing any work.

3.2 DUCTBANK INSTALLATION

A. Duct Cleaning

1. Duct shall be cleaned with an assembly that consists of a flexible mandrel (¼-inch)

less than inside diameter of duct, 2 wire brushes, and a rag. The cleaning assembly

shall be pulled through each conduit a minimum of 2 times, or until less than a

volume of 8 cubic inches of debris is expelled from the duct. A nylon pull line with a

test strength of 200 lbs. shall be installed in each conduit after cleaning.

B. Requirements

1. Numbers and sizes of ducts shall be as indicated. Duct lines shall be laid with a

minimum slope of 4 inches per 100 feet. Depending on the contour of the finished

grade, the high-point may be at a terminal, a manhole, a handhole, or between

manholes or handholes. Both curved and straight sections may be used to form long

sweep bends and manufactured bends shall be used. Ducts shall be provided with

end bells whenever duct lines terminate in manholes or handholes.

C. Treatment

1. Ducts shall be kept clean of concrete, dirt, or foreign substances during

construction. Field cuts requiring tapers shall be made with proper tools and match

factory tapers. A coupling recommended by the duct manufacturer shall be used

whenever an existing duct is connected to a duct of different material or shape.

Ducts shall be stored to avoid warping and deterioration with ends sufficiently

plugged to prevent entry of any water or solid substances. Ducts shall be thoroughly

cleaned before being laid. Plastic ducts shall be stored on a flat surface and

protected from the direct rays of the sun.

D. Concrete Encasement

1. Each single duct requiring concrete encasement shall be completely encased in

concrete with a minimum of 3 inches of concrete around each duct and 12 inches

shall be provided between adjacent electric power and communication ducts. Duct

line encasements shall be monolithic construction.

2. Where a connection is made to a previously poured encasement, the new

encasement shall be well bonded or doweled to the existing encasement. The

Contractor shall submit proposed bonding method for approval in accordance with

the detail drawing portion of paragraph SUBMITTALS.

3. Separators or spacing blocks shall be made of steel, concrete, plastic, or a

combination of these materials placed not farther apart than 4 feet on centers.

4. Ducts shall be securely anchored to prevent movement during the placement of

concrete and joints shall be staggered at least 6 inches vertically.

Page 8: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 6 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

E. Installation of Couplings

1. Joints in each type of duct shall be made up in accordance with the manufactures

recommendations for the particular type of duct and coupling selected and as

approved.

F. Plastic Duct

1. Duct joints shall be made by brushing a manufacturer recommended plastic solvent

cement on insides of plastic coupling fittings and on outsides of duct ends. Each

duct and fitting shall then be slipped together with a quick ¼-turn twist to set the

joint tightly.

G. Manhole Cleaning

1. At the completion of the project and all conduit cleaning, the contractor shall

remove all debris, including any forms, scraps, silt, vegetation, and all other foreign

matter from the manholes, both new and existing under the scope of this project.

3.3 MANHOLE WATERPROOFING

A. Manhole Waterproofing Methods

1. Manhole waterproofing shall be a three step process of detailing cold joints and

penetrations, applying a sprayed on / rolled on membrane to provide overall

waterproofing, and the application of a backfill protection membrane.

a. The first, or detailing step consists of apply a roll on coat of the

waterproofing compound to all cold joints and penetrations at least three

inches on either side of the joints and radial out from the penetrations.

While still wet, a polyester embedding fabric shall be placed in the

membrane coat. Then a second coat shall be applied to the embedding

fabric until saturated.

b. The second, or membrane application step is performed by rolling or

spraying membrane material to the manhole exterior surface in wet lifts

until the material is not less than 60 mils thick on the concrete surface. The

surface shall be fully coated, and free from gaps and cracks.

c. The third, or protection layer is a process of applying a polyolefin geo-

membrane slip sheet that will protect the waterproofing membrane from

backfill. This membrane shall be applied such that the overlaps are not less

than 12”, and are sealed with a roller compressed wet layer of

waterproofing material. Waterproofing seal tape shall be applied to seams

overlapping two inches on either side of the seam.

3.4 MANHOLES

A. General

Page 9: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 7 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

1. Manholes shall be installed approximately where shown. The exact location of each

manhole shall be determined after careful consideration has been given to the

location of other utilities, grading, and paving.

2. Manholes shall be the type noted on the drawings and shall be constructed in

accordance with the applicable details as indicated. Top, walls, and bottom shall

consist of reinforced concrete. Walls and bottom shall be of monolithic concrete

construction.

3. Frames and covers shall be delivered on the job unpainted and, after approval, shall

be given 2 coats of asphalt paint.

4. In paved areas, frames and covers for manhole and handhole entrances in vehicular

traffic areas shall be flush with the finished surface of the paving. In unpaved areas,

the top of manhole covers shall be approximately 1/2 inch above the finished grade.

Where existing grades that are higher than finished grades are encountered,

concrete assemblies designed for the purpose shall be installed to elevate

temporarily the manhole cover to existing grade level.

5. Where duct lines enter manholes, the sections of duct shall be cast in the concrete

manhole walls. Where openings are provided for the entrance of duct lines, the

space between ducts and between ducts and manhole walls shall be grouted water-

tight and appropriate waterproofing material applied.

6. Manholes shall be equipped with minimum 7/8”-thick pulling eyes (minimum two

(2) per side, top and bottom). Galvanized bonding inserts and struts shall be

installed on clear spaces for future racking of cable by others. Racks shall be

installed on all four sides; refer to drawings for racking details.

7. Slope grade away from manhole covers to divert water to closest drainage system.

B. Communications Manholes

1. Hot-dip galvanized cable racks with a plastic coating over the galvanizing indicated

shall be installed in each telephone manhole. Racking supports shall extend floor to

ceiling of manhole, with a minimum of three supports per side distributed evenly

across the wall (typical for all four walls). Provide three racking hooks per racking

support; three hooks per wall shall be of curved variety, the remainder shall be

straight, 12” long typical.

2. Waterproof manholes as detailed within drawings.

C. Ground Rods

1. A ground rod shall be installed at the manholes, handholes and pullboxes. Ground

rods shall be driven into the earth so that approximately 4 inches of the ground rod

will extend above the manhole floor. Position the ground rod along the wall to avoid

a tripping hazard.

2. Provide copper grounding bus ring around perimeter of manhole constructed of

bare 4/0 copper cable. Bond ground conductor to ground rod using exothermic

weld. Bond ground conductor to cable rack arms and ductbank ground conductor.

3.5 CONDUIT INSTALLATION

A. General:

Page 10: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

Page 8 of 8 COMMUNICATIONS MANHOLE AND DUCTBANK SYSTEM 5/2/2014

CAMPUSTOWN SIDEWALKS - TCNJ REDUNDANT RING EXTENSION

1. Install conduit in accordance with NECA "Standard of Installation."

2. Install nonmetallic conduit in accordance with manufacturer's instructions.

3. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe

nonmetallic conduit dry and clean before joining. Apply full even coat of cement to

entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum.

4. Cut conduit square using saw; de-burr cut ends.

5. Identify conduit.

6. Ground and bond metallic conduit.

7. Make bends and offsets so the inside diameter is not effectively reduced. Changes in

direction of conduit trade size 1" and larger shall be made with standard elbows.

8. Unless otherwise indicated keep the legs of a bend in the same plane and the

straight legs of offsets parallel.

9. Make bends in parallel or banked runs from the same center line so that the bends

are parallel. Factory elbows may be used in banked runs where they can be installed

parallel.

10. Prevent foreign matter from entering conduits; use closure protection as required.

11. Provide suitable pull string in each empty conduit.

12. Conduits entering manholes on routes of similar direction shall do so on a common

parallel wall in alignment for pull-through unless otherwise noted.

13. Conduit penetrations shall be arranged to avoid interference with adjacent

penetrations, and with consideration for future installations.

14. Conduits shall penetrate walls (of buildings or manholes) perpendicular to the wall.

15. Conduit penetrations into manholes shall be made flush with the wall and the

adjacent area grouted or filled with cement.

16. Conduit bends shall be long-radius and shall be as detailed within drawings.

17. Conduit diameter and bend radius shall be confirmed by pulling a mandrel sized to

90% conduit diameter through each conduit in the bank before concrete

encasement.

18. Conduits in a bank shall be organized to be installed “straight through” to arrive at

endpoints in mirror fashion.

19. Conduits in a bank shall be run together and shall not diverge around obstructions.

20. Each installed conduit shall be equipped with a continuous, traceable mule tape

with footage counters. Provide 20’ of slack per end and tie off within the manhole.

B. Run a swab or mandrel to remove dirt and blockages for conduits 2" or larger.

Raceways which are deformed and prevent the passage of a mandrel shall be

replaced.

Page 11: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

COMMUNICATIONS DUCTBANKSECTION FOR FUTURE USE- SEE COMMUNICATIONS DUCTBANKNOTES 2, 3, 4, 5, 6 .

3'-0"

3'-0"

COMMUNICATIONS DUCTBANKSECTION FOR FUTURE USE- SEE COMMUNICATIONS DUCTBANKNOTES 3, 5, 6 .

PMH4:NEW 12'x6'x8' PRE-CAST MANHOLEWITH 36" DIAMETER CAST RING ANDCOVER ASSEMBLY.- SEE COMMUNICATIONSDUCTBANK NOTE 2, 7 .

APPROXIMATE ROUTE OFNEW COMMUNICATIONSDUCTBANK.

PMH5:- NEW 12'x6'x8' PRE-CASTMANHOLE WITH 36" DIAMETERCAST RING AND COVER.- SEE COMMUNICATIONSDUCTBANK NOTES 2, 8, 9 .

COMMUNICATIONS DUCTBANKBETWEEN PMH4 & PMH5- SEE COMMUNICATIONSDUCTBANK NOTES 2, 4 .

SHEET

SK-01

TCNJREDUNDANT RINGEXTENSION

DATE: 5/2/2014

SCALE: AS NOTED

DRAWN BY: B.COBURN

1 5/2/14 FINAL

COMMUNICATIONS:The College of New Jersey

COMMUNICATIONSMANHOLE PMN2(EXISTING).

GENERAL NOTES – REDUNDANT RING EXTENSION

1. NEW COMMUNICATIONS DUCTBANKS CONSIST OF SIX (6), 4" SCHEDULE 40 PVCCONDUITS (TYPICAL ALL DUCTBANKS).

2. NEW COMMUNICATIONS DUCTBANK(S) ARE CONCRETE-ENCASED (TYPICAL ALLDUCTBANKS). SEE ADDITIONAL DETAILS AS NOTED ON PLANS AND INSPECIFICATIONS.

3. CONCRETE FOR ENCASEMENT SHALL UTILIZE PEA GRAVEL AGGREGATE.ENSURE CONCRETE ENCASEMENT EXTENDS THROUGH AND AROUND ALL SIDESOF THE DUCTBANK.

4. CONTRACTOR RESPONSIBLE TO FIELD-VERIFY DIMENSIONS AND LOCATIONSOF FINISHED ENCASED DUCTBANK, AND ALL SITE FEATURES AND UTILITIES, BOTHEXISTING AND PROPOSED.

5. CONCRETE ENCASEMENT SHALL BE FORMED (EARTH-FORMED ORCONSTRUCTED, AS FIELD CONDITIONS WARRANT) TO CONFORM TO DESIGNDETAILS.

6. PROTECT AND MAINTAIN EXISTING UTILITIES AND COMPONENTS.

7. EXISTING UTILITIES SHALL NOT BE INCORPORATED INTO THE CONCRETEENCASEMENT.

8. WHERE DUCTBANK CROSSES OR PARALLELS WATER MAIN(S), ENCASEDDUCTBANK SHALL BE ISOLATED FROM THE WATER MAINS USING A RIGIDBARRIER MATERIAL INSTALLED TO WITHSTAND CONCRETE PLACEMENT ANDSUITABLE FOR THE PURPOSE.

9. MANHOLE ENCLOSURES SHALL BE WATERPROOFED WITH EPro(www.eproserv.com) System III CW Concrete/CMU Waterproofing (OR EQUAL) PRIORTO INSTALLATION.

10. MANHOLE DEPTH SHALL BE SET TO INTERCEPT PROPOSED DUCTBANKSAND ACCOMMODATE HARDSCAPING AND LANDSCAPING. A MINIMUM OF8-INCHES OF COVER TO FINISHED GRADE SHALL BE PROVIDED OVER THE TOPOF THE MANHOLE ENCLOSURE.

11. MANHOLE ENCLOSURE DEPTH AND DUCTBANK ENCASEMENT DEPTH SHALLBE SET TO ACCOMMODATE INSTALLATION REQUIREMENTS OF HARDSCAPE(E.G. SIDEWALK, PAVEMENT) AND HARDSCAPE BASE; MANHOLE AND DUCTBANKCOMPONENTS SHALL BE ISOLATED (VIA PLASTIC BARRIER OR LAYER OF DGAAS APPLICABLE) FROM HARDSCAPE CONSTRUCTION ELEMENTS.

12. MANHOLE AND DUCTBANK ELEMENTS ARE SCHEMATIC IN NATURE AND MAYNOT INCLUDE ALL NECESSARY DETAILS AND/OR ADDRESS ALL FIELDCONDITIONS. DO NOT SCALE DESIGN FROM PLAN; FIELD VERIFY ALLDIMENSIONS, LOCATIONS AND CONDITIONS.

COMMUNICATIONS DUCTBANK NOTES

1. DUCTBANK SHALL BE SITUATED BETWEEN EXISTING WATER MAINS AND LOTCURB.

2. CONTRACTOR TO TAKE ALL PRECAUTIONS TO PROTECT EXISTING CURB ANDWATER MAIN(S) AT THEIR PRESENT LOCATION(S) DURING DUCTBANKINSTALLATION.

3. INSTALL DUCTBANK TO APPROXIMATE LOCATION AS INDICATED, FOR FUTUREUSE.

4. EXTEND OVER EXISTING WATER MAINS PENDING FIELD CONDITIONSDICTATING COVER, FINISHED GRADE AND OTHER EXISTING UTILITIES.ALTERNATIVELY EXTEND BENEATH EXISTING WATER MAINS. PROVIDE GRADUALSLOPE FOR ELEVATION CHANGE AS NEEDED.

5. CONCRETE ENCASEMENT SHALL STOP 36" FROM FREE END OF CONDUIT FORFUTURE CONNECTION.

6. INSTALL A CONTINUOUS LOOP OF TRACEABLE MULETAPE INTO EACHFUTURE-USE DUCTBANK CONDUIT, AFFIXED TO CONDUIT PVC END CAPS.INSTALL PVC END CAPS ONTO CONDUIT BEFORE BACKFILLING.

7. MANHOLE LID LOCATION ON MANHOLE ENCLOSURE SHALL BE CAST OFFSETAS NEEDED TO CLEAR NEW SIDEWALK AND ALOW FOR VAULT EXTENSIONBENEATH SIDEWALK TO INTERCEPT NEW DUCTBANK FROM PMN2. REVIEW ANDCONFIRM IN FIELD.

8. SITUATE MANHOLE PMH5 WITHIN TCNJ EASEMENT.

9. PROVIDE 12" COVER OVER MANHOLE ENCLOSURE PMH5 FOR FUTURELANDSCAPING/HARDSCAPING.

LONG-RADIUS SWEPT BENDIN DUCTBANK BETWEENPMH4 & PMH5.

COMMUNICATIONS DUCTBANKSITUATED BETWEEN EXISTING LOTCURB AND WATER MAINS.- SEE COMMUNICATIONS DUCTBANKNOTES 1, 2 .

Page 12: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

4"

24" TYP.

2" TYP. 2" TYP.2

" T

YP

.

3"

TY

P.

3"

TY

P.

3" TYP. 3" TYP.

4" CONDUIT

SCH. 40 PVC

(TYP.)

PROVIDE MIN. 24" COVER

(TYP.), WITH RESPECT TO

FIELD CONDITIONS AND

LANDSCAPING/

HARDSCAPING

REQUIREMENTS

18

" T

YP

.

PEA-GRAVEL

CONCRETE

ENCASEMENT

COMMUNICATIONS DUCTBANK DETAILSCALE: NONE

SHEET

SK-02

DATE: 5/2/2014

SCALE: AS NOTED

DRAWN BY: B. COBURN

CA

MP

US

TO

WN

SID

EW

ALK

S

TH

E C

OLL

EG

E O

F N

EW

JER

SE

Y

TITLE:

TCNJ REDUNDANT

RING EXTENSION –

COMMUNICATIONS

DUCTBANK SECTION

WARNING TAPE

12

"

Page 13: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

COMMUNICATIONS

GROUND ROD

MANHOLE LID

SUMP PIT (CENTER BENEATH

MANHOLE OPENING)

PULLING IRON (TYP. FOR

MIN. 8 – (2) PER SIDE: (1)

AT TOP AND (1) AT

BOTTOM)

MANHOLE COVER RING

AND RISER(S) ASSEMBLY

AND VAULT INTERFACE TO

BE SEALED WITH BUTYL

RUBBER SEALANT

MANHOLE LID 36" MIN.

PULLING IRON (TYP. FOR

MIN. 8 – (2) PER SIDE: (1)

AT TOP AND (1) AT

BOTTOM)

TYPICAL CABLE RACK

ARRANGEMENT PER WALL.

INWESCO 10A25 OR

EQUAL & MATCHING

ATTACHMENTS.

MANHOLE NOTES

1. PROVIDE #4/0 COPPER MANHOLE GROUND BUS

(HALO) SECURED TO CABLE RACKS. DETERMINE

MOUNTING HEIGHT IN FIELD AND SECURE AS

REQUIRED.

2. ALL MANHOLE HARDWARE IS TO BE BONDED TO

GROUND HALO.

3. MANHOLE AND LID TO BE H-20 (HIGHWAY) RATED.

4. MANHOLE COMPONENTS TO BE WATERPROOFED

WITH EPro (www.eproserv.com) System III CW

Concrete/CMU waterproofing (DRAINAGE COMPOSITE

EXCLUDED)

8'-

0"

COPPERWELD GROUND

ROD ¾”X10'-0"

6"

MIN

.

18"X18"X12" DEEP

INTEGRAL SUMP PIT;

LOCATE BENEATH

MANHOLE OPENING

ELEVATIONPLAN

DIM

EN

SIO

N P

ER

DE

SIG

N

COMMUNICATIONS MANHOLE DETAILSCALE: NONE

SHEET

SK-03

DATE: 5/2/2014

SCALE: AS NOTED

DRAWN BY: B. COBURN

CA

MP

US

TO

WN

SID

EW

ALK

S

TH

E C

OLL

EG

E O

F N

EW

JER

SE

Y

TITLE:

TCNJ REDUNDANT RING

EXTENSION –

COMMUNICATIONS

MANHOLES PLAN &

ELEVATION

MIN. 8" COVER (TYP.)

WITH RESPECT TO

FIELD CONDITIONS

MANHOLE SECTIONS

KEYWAY INTERFACE

SEALED WITH BUTYL

RUBBER SEALANT

Page 14: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 1

SECTION 040140 - MAINTENANCE OF STONE ASSEMBLIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes maintenance of stone assemblies consisting of stone restoration and cleaning as

follows:

1. Unused anchor removal.

2. Repairing stone masonry, including replacing whole and partial units.

3. Repointing joints.

4. Preliminary cleaning, including removing plant growth.

5. Cleaning exposed stone surfaces.

1.3 UNIT PRICES

A. Work of this Section is affected by unit prices specified in Division 01 Section "Unit Prices."

1. Unit prices apply to additions to and deletions from Work as authorized by Change

Orders.

1.4 DEFINITIONS

A. Very Low-Pressure Spray: Under 100 psi.

B. Low-Pressure Spray: 100 to 400 psi; 4 to 6 gpm.

C. Medium-Pressure Spray: 400 to 800 psi ; 4 to 6 gpm.

D. High-Pressure Spray: 800 to 1200 psi ; 4 to 6 gpm.

E. Stone Terminology: ASTM C 119.

F. Face Bedding: Setting of stone with the natural bedding planes (strata) vertical and parallel to

the wall plane rather than horizontal or "naturally bedded," which holds bedding planes together

by gravity.

Page 15: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 2

1.5 SUBMITTALS

A. Product Data: For each type of product indicated. Include recommendations for application

and use. Include test data substantiating that products comply with requirements.

B. Shop Drawings: For the following:

1. Replacement stone units and their jointing, showing relation of existing to new units.

2. Replacement and repair anchors, including drilled-in pins. Include details of anchors

within individual stone units, with locations of anchors and dimensions of holes and

recesses in stone required for anchors, including direction and angle of holes for pins.

C. Samples for Initial Selection: For the following:

1. Patching Compound: Submit sets of patching compound Samples in the form of plugs

(patches in drilled holes) in sample units of stone representative of the range of stone

colors on the building.

a. Have each set contain a close color range of at least three Samples of different

mixes of patching compound that matches the variations in existing stone when

cured and dry.

2. Include similar Samples of accessories involving color selection.

D. Samples for Verification: For the following:

1. Each type of replacement stone. Include sets of Samples as necessary to show full range

of color, texture, grain, veining, and finish to be expected. Provide sets of at least three

12-by-12-inch samples for each type, but no fewer than necessary to indicate full range

and the proportion of variations within range.

2. Each type of stone patching compound in form of briquettes, at least 3 inches long by 1-

1/2 inches wide. Document each Sample with manufacturer and stock number or other

information necessary to order additional material.

3. Each type of adhesive.

4. Sealant Materials: See Division 07 Section "Joint Sealants."

5. Accessories: Each type of anchor, accessory, and miscellaneous support.

E. Qualification Data: For restoration specialists including field supervisors and restoration

workers, and chemical-cleaner manufacturer.

F. Quality-Control Program.

G. Restoration Program.

H. Cleaning Program.

1.6 QUALITY ASSURANCE

A. Restoration Specialist Qualifications: Engage an experienced stone restoration and cleaning

firm to perform work of this Section. Firm shall have completed work similar in material,

design, and extent to that indicated for this Project with a record of successful in-service

Page 16: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 3

performance. Experience installing standard unit masonry or new stone masonry is not

sufficient experience for stone restoration work.

1. At Contractor's option, work may be divided between two specialist firms: one for

cleaning work and one for repair work.

2. Field Supervision: Restoration specialist firms shall maintain experienced full-time

supervisors on Project site during times that stone restoration and cleaning work is in

progress. Supervisors shall not be changed during Project except for causes beyond

control of restoration specialist firm.

3. Restoration Worker Qualifications: Persons who are experienced in restoration work of

types they will be performing. When stone units are being patched, assign at least one

worker among those performing patching work who is trained and certified by

manufacturer of patching compound to apply its products.

B. Chemical-Cleaner Manufacturer Qualifications: A firm regularly engaged in producing

masonry cleaners that have been used for similar applications with successful results, and with

factory-trained representatives who are available for consultation and Project-site inspection and

assistance at no additional cost.

C. Source Limitations: Obtain each type of material for stone restoration (stone, cement, sand,

etc.) from one source with resources to provide materials of consistent quality in appearance

and physical properties.

D. Quality-Control Program: Prepare a written quality-control program for this Project to

systematically demonstrate the ability of personnel to properly follow methods and use

materials and tools without damaging masonry.

E. Restoration Program: Prepare a written, detailed description of materials, methods, equipment,

and sequence of operations to be used for each phase of restoration work including protection of

surrounding materials and Project site.

1. If materials and methods other than those indicated are proposed for any phase of

restoration work, add to the Quality-Control Program a written description of such

materials and methods, including evidence of successful use on comparable projects, and

demonstrations to show their effectiveness for this Project and worker's ability to use

such materials and methods properly.

F. Cleaning Program: Prepare a written cleaning program that describes cleaning process in detail,

including materials, methods, and equipment to be used, protection of surrounding materials,

and control of runoff during operations.

1. If materials and methods other than those indicated are proposed for any phase of

restoration work, add to the Quality-Control Program a written description of such

materials and methods, including evidence of successful use on comparable projects, and

demonstrations to show their effectiveness for this Project and worker's ability to use

such materials and methods properly.

G. Cleaning and Repair Appearance Standard: Cleaned and repaired surfaces are to have a

uniform appearance as viewed from 10 feet away by owner. Perform additional paint and stain

Page 17: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 4

removal, general cleaning, and spot cleaning of small areas that are noticeably different, so that

surface blends smoothly into surrounding areas.

H. Mockups: Prepare mockups of restoration and cleaning to demonstrate aesthetic effects and set

quality standards for materials and execution and for fabrication and installation.

1. Stone Repair: Prepare sample areas for each type of stone indicated to have repair work

performed. If not otherwise indicated, size each mockup not smaller than 2 adjacent

whole units. Erect sample areas in existing walls unless otherwise indicated, to

demonstrate quality of materials, workmanship, and blending with existing work.

Include the following as a minimum:

a. Stone Plug Repair: Two stone plug repairs for each type of stone indicated to be

plugged.

b. Patching: Three small holes at least 1 inch (25 mm) in diameter.

2. Cleaning: Clean a test area for each type of stone and surface condition.

a. Test cleaners and methods on samples of adjacent materials for possible adverse

reactions. Do not use cleaners and methods known to have deleterious effect.

b. Provide a minimum of three overlapping test cleaning cycles at mock up location

showing degree of cleaning performed by each cycle. Additional cleaning cycles

are to be provided at the request of the Architect.

c. Allow a waiting period of not less than seven days after completion of sample

cleaning to permit a study of sample panels for negative reactions.

3. Approval of mockups does not constitute approval of deviations from the Contract

Documents contained in mockups unless Architect specifically approves such deviations

in writing.

4. Approved mockups may become part of the completed Work if undisturbed at time of

Substantial Completion.

I. Preinstallation Conference: Conduct conference at Project site.

1. Review methods and procedures related to stone restoration and cleaning including, but

not limited to, the following:

a. Construction Schedule: Verify availability of materials, Restoration Specialist's

personnel, equipment, and facilities needed to make progress and avoid delays.

b. Materials, material application, sequencing, tolerances, and required clearances.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver stone units to Project site strapped together in suitable packs or pallets or in heavy-duty

crates.

B. Deliver each piece of stone with code mark or setting number on unexposed face, corresponding

to Shop Drawings, using nonstaining paint.

Page 18: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 5

C. Deliver other materials to Project site in manufacturer's original and unopened containers,

labeled with manufacturer's name and type of products.

D. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not

use cementitious materials that have become damp.

E. Store hydrated lime in manufacturer's original and unopened containers. Discard lime if

containers have been damaged or have been opened for more than two days.

F. Store sand where grading and other required characteristics can be maintained and

contamination avoided.

1.8 PROJECT CONDITIONS

A. Weather Limitations: Proceed with installation only when existing and forecasted weather

conditions permit stone restoration and cleaning work to be performed according to

manufacturers' written instructions and specified requirements.

B. Repair stone units and repoint mortar joints only when air temperature is between 40 and 90

deg F and is predicted to remain so for at least 7 days after completion of the Work unless

otherwise indicated.

C. Hot-Weather Requirements: Protect stone repair and mortar-joint pointing when temperature

and humidity conditions produce excessive evaporation of water from mortar and patching

materials. Provide artificial shade and wind breaks and use cooled materials as required to

minimize evaporation. Do not apply mortar to substrates with temperatures of 90 deg F and

above unless otherwise indicated.

D. For manufactured repair materials, perform work within the environmental limits set by each

manufacturer.

E. Clean stone surfaces only when air temperature is 40 deg F and above and is predicted to

remain so for at least 7 days after completion of cleaning.

1.9 COORDINATION

A. Coordinate stone restoration and cleaning with public circulation patterns at Project site. Some

work is near public circulation patterns and staff parking. Public circulation patterns cannot be

closed off entirely, and in places can be only temporarily redirected around small areas of work.

Work at and use of parking areas to be coordinated with the owner a minimum of one week in

advance. Plan and execute the Work accordingly.

1.10 SEQUENCING AND SCHEDULING

A. Order replacement materials at earliest possible date to avoid delaying completion of the work.

B. Order sand for pointing mortar immediately after approval of mockups. Take delivery of and

store at Project site a sufficient quantity to complete Project.

Page 19: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 6

C. Perform stone restoration work in the following sequence:

1. Remove Paint

2. Rake out mortar from joints surrounding stone to be replaced and from joints adjacent to

stone repairs along joints.

3. Repair stonework, including replacing existing stone with new stone if necessary.

4. Clean stone surfaces.

PART 2 - PRODUCTS

2.1 STONE MATERIALS

A. Stone: Provide natural building stone of variety, color, texture, grain, veining, finish, size, and

shape to match existing stone.

1. For existing stone that exhibits a range of colors, texture, grain, veining, finishes, sizes, or

shapes, provide stone that proportionally matches that range rather than stone that

matches an individual color, texture, grain, veining, finish, size, or shape within that

range.

B. Cutting New Stone: Regardless of how existing stone was cut and set, cut each new stone so

that, when it is set in final position, natural bedding planes are essentially horizontal.

C. Salvaged Stone: Obtain salvaged stone (if available) from Owner from location shown on

Drawings. Clean off residual mortar.

2.2 MORTAR MATERIALS

A. Portland Cement: ASTM C 150, Type I or Type II, white or gray or both where required for

color matching of exposed mortar.

1. Provide cement containing not more than 0.60 percent total alkali when tested according

to ASTM C 114.

B. Hydrated Lime: ASTM C 207, Type S.

C. Mortar Sand: ASTM C 144 unless otherwise indicated.

1. Color: Provide natural sand of color necessary to produce required mortar color.

2. For pointing mortar, provide sand with rounded edges.

3. Match size, texture, and gradation of existing mortar sand as closely as possible. Blend

several sands if necessary to achieve suitable match.

D. Water: Potable.

Page 20: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 7

2.3 MANUFACTURED REPAIR MATERIALS

A. Stone Patching Compound: Factory-mixed cementitious product that is custom manufactured

for patching stone.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Cathedral Stone Products, Inc.; Jahn Restoration Mortars.

b. Conproco Corporation; Mimic, Matrix.

c. Edison Coatings, Inc.; Custom System 45.

d. Or equivalent

2. Use formulation that is vapor- and water permeable (equal to or more than the stone),

exhibits low shrinkage, has lower modulus of elasticity than the stone units being

repaired, and develops high bond strength to all types of stone.

3. Use formulation having working qualities and retardation control to permit forming and

sculpturing where necessary.

4. Formulate patching compound in colors, textures, and grain to match stone being

patched. Provide not less than three colors to enable matching each piece of stone.

B. Cementitious Crack Filler: An ultrafine super plasticized grout that can be injected into cracks,

is suitable for application to wet or dry cracks, exhibits low shrinkage, and develops high bond

strength to all types of stone.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Cathedral Stone Products, Inc.; Jahn Injection Grout.

b. Conproco Corporation; Terra Cotta Finish.

c. Edison Coatings, Inc.; Pump-X 53-Series.

d. Or equivalent

2.4 PAINT REMOVERS

A. Alkaline Paste Paint Remover: Manufacturer's standard alkaline paste formulation for

removing paint coatings from masonry.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Diedrich Technologies Inc.; 606 Multi-Layer Paint Remover or 606X Extra Thick

Multi-Layer Paint Remover.

b. Hydroclean, Hydrochemical Techniques, Inc.; Hydroclean HT-716 Heavy Duty

Paint Remover.

c. PROSOCO; Sure Klean Heavy-Duty Paint Stripper.

d. Or equivalent

B. Solvent-Type Paint Remover: Manufacturer's standard water-rinsable, solvent-type gel

formulation for removing paint coatings from masonry.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Diedrich Technologies Inc.; 505 Special Coatings Stripper.

Page 21: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 8

b. Hydroclean, Hydrochemical Techniques, Inc.; Hydroclean HT-300 Solvent Paint

Remover.

c. Or equivalent

2.5 CLEANING MATERIALS

A. Water: Potable.

B. Hot Water: Water heated to a temperature of 140 to 160 deg F.

C. Job-Mixed Detergent Solution: Solution prepared by mixing 2 cups of tetrasodium

polyphosphate, 1/2 cup of laundry detergent, and 20 quarts of hot water for every 5 gal. of

solution required.

D. Job-Mixed Mold, Mildew, and Algae Remover: Solution prepared by mixing 2 cups of

tetrasodium polyphosphate, 5 quarts of 5 percent sodium hypochlorite (bleach), and 15 quarts of

hot water for every 5 gal. of solution required.

E. Mild Acidic Cleaner: Manufacturer's standard mildly acidic cleaner containing no muriatic

(hydrochloric), hydrofluoric, or sulfuric acid; or ammonium bifluoride or chlorine bleaches.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Diedrich Technologies Inc.; Envirorestore 100.

b. Dominion Restoration Products, Inc.; DR-60 Stone and Masonry Cleaner.

c. PROSOCO; LT Restoration Cleaner.

d. Or equivalent

2.6 ACCESSORY MATERIALS

A. Liquid Strippable Masking Agent: Manufacturer's standard liquid, film-forming, strippable

masking material for protecting glass, metal, and polished stone surfaces from damaging effects

of acidic and alkaline masonry cleaners.

1. Products: Subject to compliance with requirements, provide one of the following:

a. ABR Products, Inc.; Rubber Mask.

b. Price Research, Ltd.; Price Mask.

c. PROSOCO; Sure Klean Strippable Masking

d. Or equivalent.

B. Stone Anchors and Pins: Type and size indicated or, if not indicated, to match existing anchors

in size and type. Fabricate anchors and pins from Type 304 stainless steel.

C. Sealant Materials:

1. Provide manufacturer's standard chemically curing, elastomeric sealant(s) of base

polymer and characteristics indicated below that comply with applicable requirements in

Division 07 Section "Joint Sealants."

Page 22: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 9

2. Colors: Provide colors of exposed sealants to match colors of stonework adjoining

installed sealant unless otherwise indicated.

D. Joint-Sealant Backing:

1. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed-cell material with a

surface skin) or Type B (bicellular material with a surface skin), and of size and density

to control sealant depth and otherwise contribute to producing optimum sealant

performance.

2. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant

manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler

materials or joint surfaces at back of joint where such adhesion would result in sealant

failure. Provide self-adhesive tape where applicable.

E. Setting Buttons: Resilient plastic buttons, nonstaining to stone, sized to suit joint thicknesses

and bed depths of stone units without intruding into required depths of pointing materials.

F. Masking Tape: Nonstaining, nonabsorbent material, compatible with pointing mortar, joint

primers, sealants, and surfaces adjacent to joints; that will easily come off entirely, including

adhesive.

G. Miscellaneous Products: Select materials and methods of use based on the following, subject to

approval of a mockup:

1. Previous effectiveness in performing the work involved.

2. Little possibility of damaging exposed surfaces.

3. Consistency of each application.

4. Uniformity of the resulting overall appearance.

5. Do not use products or tools that could do the following:

a. Remove, alter, or in any way harm the present condition or future preservation of

existing surfaces, including surrounding surfaces not in contract.

b. Leave a residue on surfaces.

2.7 CHEMICAL CLEANING SOLUTIONS

A. Dilute chemical cleaners with water to produce solutions not exceeding concentration

recommended by chemical-cleaner manufacturer.

B. Acidic Cleaner Solution for Unpolished Stone: Dilute with water to produce hydrofluoric acid

content of 3 percent or less, but not greater than that recommended by chemical-cleaner

manufacturer.

1. Use only on unpolished granite, unpolished dolomite marble, and siliceous sandstone.

Page 23: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 10

PART 3 - EXECUTION

3.1 PROTECTION

A. Protect persons, motor vehicles, surrounding surfaces of building being restored, building site,

plants, and surrounding buildings from harm resulting from stone restoration work.

1. Erect temporary protective covers over walkways and at points of pedestrian and

vehicular entrance and exit that must remain in service during course of restoration and

cleaning work.

B. Comply with chemical-cleaner manufacturer's written instructions for protecting building and

other surfaces against damage from exposure to its products. Prevent chemical cleaning

solutions from coming into contact with people, motor vehicles, landscaping, buildings, and

other surfaces that could be harmed by such contact.

1. Cover adjacent surfaces with materials that are proven to resist chemical cleaners used

unless chemical cleaners being used will not damage adjacent surfaces. Use materials

that contain only waterproof, UV-resistant adhesives. Apply masking agents to comply

with manufacturer's written instructions. Do not apply liquid masking agent to painted or

porous surfaces. When no longer needed, promptly remove masking to prevent adhesive

staining.

2. Do not clean stone during winds of sufficient force to spread cleaning solutions to

unprotected surfaces.

3. Neutralize and collect alkaline and acid wastes for disposal off Owner's property.

4. Dispose of runoff from cleaning operations by legal means and in a manner that prevents

soil erosion, undermining of paving and foundations, damage to landscaping, and water

penetration into building interiors.

C. Prevent mortar from staining face of surrounding stone and other surfaces.

1. Cover sills, ledges, and projections to protect from mortar droppings.

2. Immediately remove mortar in contact with exposed stone and other surfaces.

3.2 UNUSED ANCHOR REMOVAL

A. Remove stone anchors, brackets, wood nailers, and other extraneous items no longer in use

unless identified as historically significant or indicated to remain.

1. Remove items carefully to avoid spalling or cracking stone.

2. Patch the hole where each item was removed unless directed to remove and replace the

stone unit.

.

3.3 STONE PATCHING

A. Patch the following stone units unless another type of replacement or repair is indicated:

Page 24: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 11

1. Units indicated to be patched.

2. Units with holes.

3. Units with chipped edges or corners.

4. Units with small areas of deep deterioration.

B. Remove and replace existing patches unless otherwise indicated or approved by Architect.

C. Remove deteriorated material and remove adjacent material that has begun to deteriorate.

Carefully remove additional material so patch will not have feathered edges but will have

square or slightly undercut edges on area to be patched and will be at least 1/4 inch (6 mm)

thick, but not less than recommended by patching compound manufacturer.

D. Mask adjacent mortar joint or rake out for repointing if patch will extend to edge of stone unit.

E. Mix patching compound in individual batches to match each stone unit being patched.

Combine one or more colors of patching compound, as needed, to produce exact match.

F. Brush-coat stone surfaces with slurry coat of patching compound according to manufacturer's

written instructions.

G. Place patching compound in layers as recommended by patching compound manufacturer, but

not less than 1/4 inch or more than 2 inches thick. Roughen surface of each layer to provide a

key for next layer.

1. Trowel, scrape, or carve surface of patch to match texture and surrounding surface plane

or contour of the stone. Shape and finish surface before or after curing, as determined by

testing, to best match existing stone.

2. Build patch up 1/4 inch above surrounding stone and carve surface to match adjoining

stone after patching compound has hardened.

H. Keep each layer damp for 72 hours or until patching compound has set.

I. Remove and replace patches with hairline cracks or that show separation from stone at edges,

and those that do not match adjoining stone in color or texture.

3.4 CLEANING STONE, GENERAL

A. Proceed with cleaning in an orderly manner; work from top to bottom. Ensure that dirty residues

and rinse water will not wash over cleaned, dry surfaces.

B. Use only those cleaning methods indicated for each stone material and location.

1. Do not use wire brushes or brushes that are not resistant to chemical cleaner being used.

Do not use plastic-bristle brushes if natural-fiber brushes will resist chemical cleaner

being used.

2. Use spray equipment that provides controlled application at volume and pressure

indicated, measured at spray tip. Adjust pressure and volume to ensure that cleaning

methods do not damage stone.

a. Equip units with pressure gages.

Page 25: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 12

3. For chemical-cleaner spray application, use low-pressure tank or chemical pump suitable

for chemical cleaner indicated, equipped with cone-shaped spray tip.

4. For water-spray application, use fan-shaped spray tip that disperses water at an angle of

25 to 50 degrees.

5. For high-pressure water-spray application, use fan-shaped spray tip that disperses water

at an angle of at least 40 degrees.

6. For heated water-spray application, use equipment capable of maintaining temperature

between 140 and 160 deg F at flow rates indicated.

C. Perform each cleaning method indicated in a manner that results in uniform coverage of all

surfaces, including corners, moldings, and interstices, and that produces an even effect without

streaking or damaging stone surfaces.

D. Water Application Methods:

1. Water-Soak Application: Soak stone surfaces by applying water continuously and

uniformly to limited area for time indicated. Apply water at low pressures and low

volumes in multiple fine sprays using perforated hoses or multiple spray nozzles. Erect a

protective enclosure constructed of polyethylene sheeting to cover area being sprayed.

2. Water-Spray Applications: Unless otherwise indicated, hold spray nozzle at least 6

inches from surface of stone and apply water in horizontal back and forth sweeping

motion, overlapping previous strokes to produce uniform coverage.

E. Chemical-Cleaner Application Methods: Apply chemical cleaners to stone surfaces to comply

with chemical-cleaner manufacturer's written instructions; use brush application Do not allow

chemicals to remain on surface for periods longer than those indicated or recommended by

manufacturer.

F. Rinse off chemical residue and soil by working upward from bottom to top of each treated area

at each stage or scaffold setting. Periodically during each rinse, test pH of rinse water running

off of cleaned area to determine that chemical cleaner is completely removed.

1. Apply neutralizing agent and repeat rinse if necessary to produce tested pH of between

6.7 and 7.5.

G. Contractor to perform as many cleaning and rinse cycles as required to provide a clean uniform

appearance acceptable to architect. Contractor to provided a minimum of 3 cleaning cycles.

H. After cleaning is complete, remove protection no longer required. Remove tape and adhesive

marks.

3.5 PRELIMINARY CLEANING

A. Preliminary Cleaning: Before beginning general cleaning, remove extraneous substances that

are resistant to cleaning methods being used. Extraneous substances include paint, calking,

asphalt, and tar.

1. Carefully remove heavy accumulations of material from surface of stone with sharp

chisel. Do not scratch or chip stone surface.

Page 26: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 13

2. Remove paint and calking with alkaline paint remover.

a. Comply with requirements in "Paint Removal" Article.

b. Repeat application up to two times if needed.

3. Remove asphalt and tar with solvent-type paint remover.

a. Comply with requirements in "Paint Removal" Article.

b. Apply paint remover only to asphalt and tar by brush without prewetting.

c. Allow paint remover to remain on surface for 10 to 30 minutes.

d. Repeat application if needed.

3.6 PAINT REMOVAL

A. Paint Removal with Alkaline Paste Paint Remover:

1. Remove loose and peeling paint using medium-pressure spray, scrapers, stiff brushes, or

a combination of these. Let surface dry thoroughly.

2. Apply paint remover to dry, painted stone with brushes.

3. Allow paint remover to remain on surface for period recommended by manufacturer.

4. Rinse with hot water applied by medium-pressure spray to remove chemicals and paint

residue.

5. Repeat process if necessary to remove all paint.

6. Apply acidic cleaner or manufacturer's recommended afterwash to stone, while surface is

still wet, using low-pressure spray equipment or soft-fiber brush. Let cleaner or

afterwash remain on surface as a neutralizing agent for period recommended by

chemical-cleaner or afterwash manufacturer.

7. Rinse with cold water applied by medium-pressure spray to remove chemicals and soil.

B. Paint Removal with Solvent-Type Paint Remover:

1. Remove loose and peeling paint using medium-pressure spray, scrapers, stiff brushes, or

a combination of these. Let surface dry thoroughly.

2. Apply thick coating of paint remover to painted stone with natural-fiber cleaning brush,

deep-nap roller, or large paint brush.

3. Allow paint remover to remain on surface for period recommended by manufacturer.

4. Rinse with hot water applied by medium-pressure spray to remove chemicals and paint

residue.

3.7 CLEANING STONEWORK

A. Cold-Water Soak:

1. Apply cold water by intermittent spraying to keep surface moist.

2. Use perforated hoses or other means that will apply a fine water mist to entire surface

being cleaned.

3. Apply water in cycles with at least 30 minutes between cycles.

4. Continue spraying until surface encrustation has softened sufficiently to permit its

removal by water wash, as indicated by cleaning tests.

Page 27: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 14

5. Continue spraying for 72 hours.

6. Remove soil and softened surface encrustation from stone with cold water applied by

low-pressure spray.

B. Cold-Water Wash: Use cold water applied by medium-pressure spray.

C. Hot-Water Wash: Use hot water applied by medium-pressure spray.

D. Detergent Cleaning:

1. Wet stone with hot water applied by low-pressure spray.

2. Scrub stone with detergent solution using medium-soft brushes until soil is thoroughly

dislodged and can be removed by rinsing. Use small brushes to remove soil from mortar

joints and crevices. Dip brush in solution often to ensure that adequate fresh detergent is

used and that stone surface remains wet.

3. Rinse with hot water applied by medium-pressure spray to remove detergent solution and

soil.

4. Repeat cleaning procedure above where required to produce cleaning effect established

by mockup.

E. Mold, Mildew, and Algae Removal:

1. Wet stone with hot water applied by low-pressure spray.

2. Apply mold, mildew, and algae remover by brush.

3. Scrub stone with medium-soft brushes until mold, mildew, and algae are thoroughly

dislodged and can be removed by rinsing. Use small brushes for mortar joints and

crevices. Dip brush in mold, mildew, and algae remover often to ensure that adequate

fresh cleaner is used and that stone surface remains wet.

4. Rinse with hot water applied by medium-pressure spray to remove mold, mildew, and

algae remover and soil.

5. Repeat cleaning procedure above where required to produce cleaning effect established

by mockup.

F. Mild Acidic Chemical Cleaning:

1. Wet stone with cold water applied by low-pressure spray.

2. Apply cleaner to stone by brush. Let cleaner remain on surface for period indicated

below:

a. As recommended by chemical-cleaner manufacturer.

b. As established by mockup.

c. Two to three minutes.

3. Rinse with cold water applied by medium-pressure spray to remove chemicals and soil.

4. Repeat cleaning procedure above where required to produce cleaning effect established

by mockup. Contractor to provide a minimum of three cleaning cycles.

5. Rinse with cold water applied by medium-pressure spray to remove chemicals and soil.

Page 28: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

MAINTENANCE OF STONE ASSEMBLIES 040140 - 15

3.8 FIELD QUALITY CONTROL

A. Owner's Project Representatives: Owner will assign Project representatives to help carry out

Owner's responsibilities at the site, including observing progress and quality of portion of the

Work completed. Allow Owner's Project representatives 0to observe progress and quality of

portion of the Work completed.

END OF SECTION 040140

Page 29: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between
Page 30: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

1 Addendum 1 – May 8, 2014

THE COLLEGE OF NEW JERSEY Construction Bid Proposal Form

Office of Finance & Business Services Bid Number: AB140028 Administrative Services Building, Rm. 201 Bid Due Date: May 19, 2014 2000 Pennington Road Ewing, New Jersey 08628-0718

Project Name: Campus Town Sidewalks

BIDDER INFORMATION Firm Name: Telephone Number: Contact Person: Fax Number: Address: Email Address: Federal I.D. Number:

SOLICITATION OF CONSTRUCTION BIDS 1. Bid proposals are solicited as follows:

A. Single Bid (Lump Sum) which combines all trades. (1) The total number and types of trades are set forth in the

Specifications. (2) Bidder enters the Bid Price on the line provided. (3) Pursuant to the requirements of N.J.S.A. 18A:64-76, bidder lists the

names of the subcontractors on the Subcontractor Information page.

2. The scope of work includes new sidewalks near and around Loser Hall to connect

the campus in anticipation of the new Campus Town site. The project includes concrete sidewalks, brick pavers, site lighting, grasses and plantings.

A. See Specifications and Drawings for Details (included in RFP package). B. The College may issue Addenda or Clarifications which may include

additions to or deletions from the scope of work; changes to the Specifications, Drawings, and proposal form; and clarifications of requirements. Bidder is advised to review all Addenda and/or clarifications carefully, and shall note the receipt of same with their bid package.

Page 31: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

2 Addendum 1 – May 8, 2014

GENERAL INSTRUCTIONS AND REQUIREMENTS

1. PRICES

A. Bidder submits prices for the Base Bid and any Alternate Proposals and Unit Prices which are listed for the contract of the bid. If there is no cost associated with the Alternate or Unit Price, bidder is required to enter “0.00” or “no change”.

B. Prevailing wage rates apply (Mercer County). C. Bid is to remain good for sixty (60) days after the Bid Due Date.

2. BOND REQUIREMENTS AND SURETY STANDARDS

A. Bidder must submit with its bid a Certified Check in the amount of ten percent (10%) of the base bid, or a Bid Bond in the amount of ten percent (10%) of the base bid.

B. The successful bidder must submit a Performance and Payment Bond equal to 100% of the contract. A completed Surety Disclosure Statement and Certification must accompany the Performance and Payment Bond.

(1) The Performance and Payment Bond form and a sample Surety Disclosure Statement and Certification form are included at the end of this Construction Bid Proposal Form.

C. All bid deposits shall be returned within three (3) days of Notice of Intent to Award, except for the successful bidder(s) whose bid security shall be returned after execution of a formal contract, and delivery of the Performance Bond/Labor and Material Bond and Certificates of Insurance.

D. Should the successful bidder fail to enter into said contract after acceptance of bid by the College, then the check or security deposited by that bidder shall, at the option of the College, be retained as liquidated damages, or if Bid Bond has been supplied, principal and surety shall be liable to the amount of the Bid Bond.

E. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified copy of their Power of Attorney to sign said bonds.

3. LICENSES, CERTIFICATIONS, REGISTRATIONS, QUALIFICATIONS

A. The bidder or, as applicable, its subcontractors shall at the time of bid have those required licenses, certifications, registrations, qualifications and the like (“LCRQ”) listed below and shall present satisfactory evidence thereof upon request of the College prior to the notice of intent to award.

(1) The electrical contractor or subcontractor as applicable shall have a valid electrical license. (An electrical license is not required when the work is below 110Volt)

B. The selected bidder/contractor or, as applicable, its subcontractors shall have and

shall present satisfactory evidence of all other required LCRQ noted in the Specifications after execution of contract during the submittal process and prior to the start of the applicable work, unless otherwise requested by the College or a date or event specified for that LCRQ in the Specifications.

Page 32: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

3 Addendum 1 – May 8, 2014

4. SUBCONTRACTORS A. Pursuant to New Jersey State Law (N.J.S.A. 18A-76.1), a Single Bid (Lump Sum)

bidder discloses its subcontractors to whom the bidder intends to subcontract the work. The Subcontractor Information sheet is provided for this purpose.

5. Under Executive Order 34, the College is responsible for soliciting demographic information from its vendors. The College is required to seek the following information from each firm under contract with the College:

1. Is more than fifty percent (50%) of your company minority owned? (circle one) YES NO

(African-American, Hispanic, Asian, and/or Native American)

2. Is more than fifty percent (50%) of your company woman owned? (circle one) YES NO

3. What is the ethnicity of the owner of your company: (check applicable according to 51% ownership)

Asian American

Multiple Ethnicities Non-Minority Hispanic American African American Caucasian American Female Native American Unspecified

The College is required to solicit the foregoing information. Your response, however, is strictly voluntary. Please be advised that any contracting decisions made by the College will not be influenced in any way by your decision to provide the above information.

EXECUTIVE ORDER #34: MINORITY AND WOMEN BUSINESS ENTERPRISES

On September 15, 2006, Governor Corzine signed Executive Order 34 establishing a Division of Minority and Women Business Development. The Division is charged with administering and monitoring policies, practices, and programs to ensure that minority and women business enterprises (MWBE) are afforded an equal opportunity to participate in New Jersey’s purchasing and procurement processes. State entities are required to report to the Division the ethnic and gender composition of the vendors with which those state entities do business.

6. Bidder completes Ownership Disclosure form and the Non-Collusion Affidavit form.

7. Bidders are required to be registered with the New Jersey Department of Property Management and Construction (DPMC) and possess a DPMC C008 classification at the time of bid submission.

Page 33: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

4 Addendum 1 – May 8, 2014

8. PREVAILING WAGE AND PUBLIC WORKS CONTRACTOR REGISTRATION

ACTS The work described in this project is subject to the New Jersey Prevailing Wage

Act, N.J.S.A. 34:11-56.25 et seq. and the Public Works Contractor Registration Act, N.J.S.A. 34:11-56.48 et seq.

The Public Works Contractor Registration Act requires the bidder and any subcontractors listed in the bid to be registered with the New Jersey Department of Labor and Workforce Development at the time the bid is submitted. The contractor must submit registration certificates for all listed subcontractors prior to award of the contract.

The Contractor must comply with the New Jersey Prevailing Wage Act, N.J.S.A. 34:11-56.25 through 56.57. Workers employed by the Contractor or any subcontractor or sub-subcontractor in the performance of services directly on the project must be paid prevailing wages. As required by N.J.S.A. 34:11-56.27 and 56.28, this contract cannot become effective until the College obtains from the New Jersey Department of Labor a determination of the prevailing wage rates applicable to the project as of the contract award date and attaches a copy to the contract. As required by N.J.S.A. 34:11-56.27, the Contractor or any subcontractor may be terminated if any covered worker is not paid prevailing wages on the project, and the Contractor and its surety shall be liable for any additional costs which result. The Contractor and its subcontractors must be registered with the New Jersey Department of Labor (N.J.S.A. 34:11-56.51 et seq.), and the prevailing wage rates must be posted at the job site (N.J.S.A. 34:11-56.32). The Contractor and its subcontractors must prepare accurate certified records of wages paid for each worker on the project (N.J.S.A. 34:11-56.29), and copies for the period covered by each invoice must be attached to the invoice submitted under the contract. In accordance with N.J.S.A. 34:11-56.33, the Contractor's final invoice must include a statement of all amounts still then due to workers on the project. The Contractor is also cautioned that it must use job titles and worker classifications consistent with those approved by the Department of Labor, and that, if it intends to pay apprentice rates, it must comply with the Department of Labor's regulations at N.J.A.C. 12:60-7.1 through 7.4.

Please refer to http://lwd.dol.state.nj.us/labor/wagehour/wagerate/wage_rates.html for official wage rate determinations for Mercer County, NJ.

9. In order for your proposal to be accepted and deemed valid, your company/firm will be

required to comply with the requirements of N.J.S.A. 19:44A-1 et seq/P.L. 2005 Ch. 51 (“Chapter 51”) and Executive Order 117. Enclosed are the requirements of Chapter 51 and Executive Order 117, the forms for Certification and Disclosure. The contract that will be generated based on this bid proposal cannot be awarded without approval of the Certification and Disclosure forms by the State of New Jersey, Department of Treasury. A completed copy of your Certification form is not required at time of bid; however, it will be required from the bidder who receives the notice of intent to award from the College prior to the execution of the contract.

Page 34: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

5 Addendum 1 – May 8, 2014

10. Vendors conducting business with any State agency including The College of New Jersey will be required to be registered with the New Jersey Division of Revenue. The vendor will be required to submit a Business Registration Certificate issued by the Department of Treasury, Division of Revenue, with the State of New Jersey prior to the award of a contract. N.J.S.A. 52:32-44.

11. Energy Star energy efficient products: Under Executive Order #11 (Corzine), the

College is required to select ENERGY STAR energy-efficient products when acquiring new energy-using products or replacing existing equipment. For products that do not have ENERGY STAR labels, vendors shall follow guidelines established by the New Jersey Clean Energy Program.

12. QUESTIONS

A. Direct inquiries and correspondence relating to this proposal form and questions regarding the technical specifications and requests for clarification must be submitted in writing via fax to 609-637-5140 or email to [email protected] and must be received prior to 4:00 p.m. on May 2, 2014.

B. Should any questions be received, an addendum or clarification will be available on or after May 8, 2014 and will be posted to The College’s website http://bids.pages.tcnj.edu/.

C. If an addendum and/or clarification is posted, it SHOULD be noted in the General Agreement section of the bidders proposal. Failure to do so may subject Bidder to disqualification.

13. HOW TO SUBMIT THE COMPLETED CONSTRUCTION BID PROPOSAL

FORM

A. Bidder places all pages of the completed form and the requisite additional documents in an envelope, seals the envelope, and labels it with his/her firm name, address, and “Sealed Bid Enclosed for (Bid Number and Project Name)”.

B. Bidder mails or deliver by hand the sealed bid, no later than 2:00 p.m., May 19,

2014, to The College of New Jersey, Attention: Roselle Horodeski for (specify the Bid Number), Office of Finance & Business Services, Room 201, 2000 Pennington Road, Ewing, New Jersey 08628-0718. At 2:00 p.m., all bids will be publicly opened and read in Room 203 of the Administrative Services Building.

C. Contractors are advised that the U.S. Postal Service and all express mail companies deliver to The College’s Mail Room or Receiving Department, not directly to the Office of Budget & Finance. The College is not responsible for lost or misdirected bids.

14. Any bid not prepared and submitted in accordance with the provisions described herein

may be rejected by the College. Any bid received after the time and date specified will

Page 35: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

6 Addendum 1 – May 8, 2014

not be considered. No bidder shall withdraw a bid within sixty (60) days after the date of the bid opening to allow the College to determine the lowest bid that will most economically serve the intentions of this Contract.

15. Any bidder who has defaulted on any contract with the College or any other State Agency

may be considered as not responsible and their bid may be rejected. THE COLLEGE OF NEW JERSEY reserves the right to exercise this option, as the College deems proper and/or necessary in its best interest.

16. Bids shall include all costs of any nature necessary to complete the project in the manner

and within the time required by the contract.

17. The College reserves the right to require bidders to provide a schedule of values of their lump sum bid price upon request.

18. The College is exempt from all taxes including Federal Excise Tax, Transportation

Taxes, State Excise, Sales Tax and local taxes. Rentals of equipment for 28 days or less is not exempt from any tax under the State sales tax act.

19. Before submitting his bid, the bidder shall be familiar with the Drawings, Specifications,

and other Documents that will form part of the contract and shall have visited the site of the project to confirm for themselves the character and amount of work involved.

20. No bidder shall be allowed to offer more than one price on each item even though he/she

may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. This may be cause for automatic rejection of bid.

21. It is understood and agreed that all prices quoted are firm and not subject to any increase during the life of the contract.

22. Should any difference arise between the contracting parties as to the meaning or intent of

these instructions or specifications, the College's decision shall be final and conclusive.

23. Should the bidder discover discrepancies in this Request for Bids, the matter shall be at once brought to the attention of the College, and the discrepancies corrected by written agreement before submission of bid. The correction will be issued by addendum.

24. ACCEPTANCE/REJECTION OF BIDS

A. THE COLLEGE OF NEW JERSEY reserves the right to accept or reject any or

all items covered in the bid request, or any portion(s) thereof, re-advertise and/or take such other steps decreed necessary and in the best interest of the College in accordance with law. Where two or more bidders are tied and all other relevant

Page 36: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

7 Addendum 1 – May 8, 2014

factors being equal, the College reserves the right to make the award to one of the bidders.

B. The bid is irrevocable by the bidder or the bidder's representatives. The bid, and any award made to the bidder by the College, shall bind the bidder and the bidder's heirs, executors, administrators, successors or assigns.

C. Award of contract shall be made to the lowest responsible bidder, whose bid, conforming to the invitation for bids, is the most advantageous to the College.

D. The award of the contract or the rejection of the bids shall be made within sixty (60) days of the date of receiving bids, unless written extensions are requested by the College and accepted by the bidder(s). All bid securities shall be returned immediately if all bids are rejected. The successful bidder(s) to whom the award is to be made will be notified by receipt of a written "Intent to Award" from the College.

E. When award of contract is made in one fiscal year with effective date in the next fiscal year, award shall be contingent upon the availability and appropriation of sufficient funds for that purpose for the year in which said contract takes effect. When a contract shall be awarded for a period in excess of one year, said contract shall be contingent upon the annual availability and appropriation of sufficient funds for that purpose for each year of the contract term.

25. WITHDRAWAL OF BIDS

A. A written request for the withdrawal of a bid, or any part thereof, will be granted if the request is received by the College prior to the specified time of the bid opening.

B. Should the bidder refuse to perform the work for the price provided, they will forfeit their bid security and will be held liable for the difference between their low bid and the next highest/responsive bidder.

26. OSHA COMPLIANCE:

A. The Contractor shall guarantee that all materials, supplies and equipment to be provided under his contract shall meet all applicable requirements, Specifications and standards of the Federal Occupational Safety and Health Act (OSHA) of 1970 as amended to date of acceptance by the College, and shall also apply to Contractors Construction procedures.

27. APPLICABLE LAWS:

A. The following list of statutes and regulations, which may be applicable in whole or in part, is provided for the benefit of the Contractor and is not meant to be all-inclusive. In the event that other laws are applicable, it shall be the responsibility and obligation of the Contractor to ascertain and comply with them.

(1) New Jersey Statutes and Regulations N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq., Affirmative Action Prevailing Wage Act, N.J.S.A. 34:11-56.25 et seq. N.J.S.A. 52:32-44, Business Registration Certificate

Page 37: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

8 Addendum 1 – May 8, 2014

N.J.S.A. 34:11-56.48 et seq., Public Works Contractor Registration Act

(2) Federal Statutes Immigration Control and Reform Act (1986) – 8 U.S.C.A. Section 1324(a) et seq. Civil Rights Act of 1964 – 42 U.S.C.A. Section 1971 et seq. The Americans with Disabilities Act of 1990

28. EXAMINATION OF SITE, DRAWINGS AND SPECIFICATIONS

A. Each Bidder shall visit the site of the proposed work and fully acquaint themselves with the conditions as they exist so that they may fully understand the facilities, difficulties, and restrictions attending the execution of the work under this Contract.

B. Bidders shall also thoroughly examine and be familiar with the Drawings and Specifications. The failure to receive or examine any form, instrument or document, or to visit the site and acquaint himself with conditions there existing shall in no way relieve any bidder from obligation with respect to his bid. By submitting a bid, the bidder agrees and warrants that he has examined the site, the Drawings and Specifications and, that the Specifications and Drawings are adequate and the required result can be produced under the Drawings and Specifications. No claim for any extra will be allowed because of alleged impossibilities in the productions of the results specified or because of unintentional errors or conflicts in the Drawings and Specifications. No change orders will be issued for items, materials or issues that existed on or with respect to the site prior to bidding.

29. DRAWINGS AND SPECIFICATIONS

A. The project shall be performed in accordance with the requirements of the Drawings and Specifications, subject to modification as provided in General Conditions. The Drawings and Specifications are intended to complement and supplement each other.

B. Any work required by either of them and not by the other shall be performed as if denoted in both. Should any work be required which is not also denoted in the Specifications or on the Drawings because of an obvious omission, but which is, nevertheless, necessary for the proper performance of the project, such work shall be performed as fully as if it were described and delineated.

30. FORM OF AGREEMENT

A. Every successful bidder shall be required to sign the standard form contract, a copy of which is attached. Any proposed language or form changes which in any way modifies the contractor's responsibilities as set forth in the Contract Documents will not be acceptable and will be deemed to constitute a bid exception.

Page 38: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

9 Addendum 1 – May 8, 2014

31. MULTIPLE BIDS NOT ALLOWED:

A. No bidder is allowed to submit more than one bid from an individual, firm, partnership, corporation or association under the same or different name. This will be cause for automatic rejection of each bid.

32. SUBSTITUTIONS: A. The bidder may include in their bid substitute materials or equipment or

methods in lieu of those specified in the contract documents, but they do so at their own risk. Any substitution must be equivalent in type, function and quality to the item required in the contract.

33. DOCUMENTS/SUBMISSIONS THAT MUST BE PROVIDED BEFORE CONTRACT AWARD:

• AFFIRMATIVE ACTION: The bidder is required to complete and submit a copy

of Initial Project Workforce Report (AA-201) to the College and the Division of Public Contracts Equal Employment Opportunity Compliance verifying that the bidder is operating under a federally approved or sanctioned Affirmative Action program. The bidder also agrees to submit a copy of the Monthly Project Workforce Report once a month thereafter for the duration of this contract to The College and the Division.

• CERTIFICATE OF INSURANCE: The bidder is required to submit proof of

liability insurance in accordance with The College’s contract.

• P.L. 2005, Chapter 51 / Executive Order 117 - Contractor Certification and Disclosure of Political Contributions:

In order for your proposal to be accepted and deemed valid, your company/firm will be required to comply with the requirements of Chapter 51 and Executive Order 117. Enclosed are the requirements of Ch. 51 and EO 117, the forms for Certification and Disclosure. The contract that will be generated based on this bid cannot be awarded without approval of the Certification and Disclosure forms by the State of New Jersey, Department of Treasury.

• New Jersey Business Registration Certificate

• All applicable licenses, certificates, and requirements specified in the

scope of work, contract documents and specifications.

Page 39: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

10 Addendum 1 – May 8, 2014

The following Bidder’s Checklist is provided as an aid to the bidder. It does not in any way relieve the bidder of its responsibility to insure that its bid proposal is complete.

a. _____ Bidder has completed the Bidder Information section and General Agreement

section and filled out the receipt of addendum and clarifications.

b. _____ Bidder has completed the form of proposal and indicated base bid for either Separate Bid or Single Bid (Lump Sum all trades), prices for Alternate Proposals, and Unit Prices.

c. _____ Bidder for Single Bid (Lump Sum) has listed and has disclosed the

subcontractors on the Subcontractor Information form.

d. _____ Bidder has enclosed a certified check or bid bond for ten percent (10%) of the amount of the bid.

e. _____ Bidder has completed and enclosed the Non-Collusion Affidavit.

f. _____ Bidder has completed and enclosed the Ownership Disclosure form. g. _____ Bidder and each disclosed subcontractor has enclosed a copy of its registration

certificate in accordance with the requirement of the Public Works Contractor Registration Act. (NJ Dept. of Labor and Workforce Development)

h. _____ Bidder has enclosed a copy of its Chapter 51 & EO117 Certification form. A

completed copy of your Certification form is not required at time of bid; however, will be required from the bidder who receives the intent to award from the College.

i. _____ Bidder has enclosed a copy of its New Jersey Business Registration Certificate

in accordance with the requirements of the New Jersey Division of Revenue. A completed copy of your Certificate is not required at time of bid; however, will be required from the bidder who receives the intent to award from the College.

j. _____ Bidder has acknowledged the Affirmative Action Language in

accordance with the requirements P.L. 1975 C.127. (NJAC 17:27).

k. _____Bidder has enclosed its MWBE information.

l. _____Bidder has enclosed its Electrical License and any other licenses, certifications, certifications, and qualifications.

m. _____Bidder has enclosed its Vendor Qualification Statement

n. _____ Bidder has included a copy of its latest Experience Modification Rating

(EMR Safety Rating). The College requires an average rating over the last 5 years of 1.25 or less.

o. _____ Bidder has included a copy of its DPMC Notice of Classification and Total Amount of Uncompleted Contracts.

Page 40: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

11 Addendum 1 – May 8, 2014

GENERAL AGREEMENT

1. Having examined the plans and specifications with related documents and the site of the proposed work and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, the undersigned hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the price stated. This price covers all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part.

2. Bidder acknowledges receipt of the following Addendums/Clarifications:

Addendum Number _____ Date ________Addendum Number ____ Date____________ Addendum Number _____ Date ________Addendum Number ____ Date____________ Addendum Number _____ Date ________Addendum Number ____ Date____________

3. Bidder acknowledges and affirms that he/she has personal knowledge of or has obtained and reviewed a copy of the valid prevailing wage rates at the time of the bid and for the duration of the contract for all trades involved in the project for the geographical location of the project as issued by the Commissioner of the Department of Labor & Workforce Development, Trenton, NJ 08625 (609) 292-2259 or visiting the Department of Labor website at (http//lwd.dol.state.nj.us/labor/wagehour/wagerate/wage_rates.html).

4. Bidder agrees that its price is good and the bid shall not be withdrawn for a period of 60

calendar days after the scheduled Bid Due Date and Time.

5. Upon conclusion of the 10 business day protest period, Bidder will execute the formal contract within 5 business days and deliver as required in the General Conditions: a Performance and Payment Bond; Surety Disclosure and Certification Statement; and certificates of insurance for general liability, automobile and worker’s compensation.

6. Bidder acknowledges work to commence on site not later than ten (10) calendar days

after receipt of a Notice to Proceed. Respectfully submitted, (Seal if bid is by Corporation) _________________________________ (Signature of Principal)

_________________________________ (Printed Name of Principal) _________________________________ (Title of Principal)

Page 41: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

12 Addendum 1 – May 8, 2014

PRICES FOR SINGLE BID (LUMP SUM): Base Bid, Alternate Proposals, and Unit

Prices FORM OF PROPOSAL

To: The College of New Jersey for: Campus Town Sidewalks

Date _____________ A. BID:

1.Base: We, ________________________________________________, the Undersigned, in accordance with the published advertisement inviting proposals, will furnish all labor, material, equipment and services necessary for the complete construction, as defined in the advertisement, specimen contract, specifications, addendums/clarifications/bulletins, drawings, and proposal, for the Con-tract amount indicated below for the above noted project in strict accordance with the Contract Documents and Addenda thereto for the total sum of:

_____________________________________Dollars $_____________________ (words)

General Construction (Single overall Prime Contract) 2. Add Alternate 1. Redundant Ring Extension (See Specifications and Drawings in Addendum 1 for complete description).

ADD:_____________________________________Dollars $_____________________

(words) 3. CHECK LIST FOR BIDDERS:

A check list has been provided in these specifications for the use in completing this proposal. Bidders are encouraged to reference said list to minimize the opportunity for errors by the bidder.

B. UNIT PRICES: We, the Undersigned, agree, if awarded the Contract to perform additional work or delete

work at the Unit Prices set forth below or at a negotiated unit price (Unit Prices are for work that is in addition to or is deleted from the base bid work):

No Unit Prices are requested for this bid.

C. AGREEMENT: We, the Undersigned, agree, if awarded the Contract, to execute an agreement for the

above stated work and compensation on the Standard Form of Agreement Between Owner and Contractor. D. SURETY: We, the Undersigned, agree, if awarded the Contract, to execute and deliver to the Owner, prior

to the signing of the Contract, the Performance and Payment Bonds as required. • Contractor shall provide a Maintenance Bond at job completion for a period of one year for 100% of

the final contract price.

Page 42: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

13 Addendum 1 – May 8, 2014

E. BID SECURITY: The attached bid security is to become the Property of the Owner in the event that the Contract and bond are not executed within the time set forth, as liquidated damages for the delay and additional expense (including the difference between the price provided with said bond and the next lowest responsive bidder) to the Owner caused thereby.

Certified Check $______________________________ Bid Bond $______________________________

F. STATEMENT: 1. We, the Undersigned, acting through its authorized officers and intending to be legally bound, agree that this bid proposal shall constitute an offer by the Undersigned to enter into a Contract with the acts and things therein provided, which offer shall be irrevocable for sixty (60) calendar days from the date of opening hereof and that the Owner may accept this offer at any time during said period by notifying the Undersigned of the acceptance of said offer. 2. We, the Undersigned, acknowledge receipt of the following Addenda/Clarifications:

Addenda Number Dated __________________ ____________________ __________________ ____________________ __________________ ____________________ The undersigned further agrees to comply with the requirements as to conditions of employment, wage rates, and hours of labor set forth in the Contract Documents.

Dated ___________________________________________________ Firm Name Phone Number:________________ Address

**If a corporation, give the State of Incorporation, using the phrase: "A corporation organized under the laws of _____________________________."

If a partnership, give names of the partners, using also the phrase: "Co-partners trading and doing business under the firm name and style of _______________________________________________________.

If an individual using a trade name, give individual name, also using the phrase: "An individual doing business under the firm name and style of _________________________. Dated: STATE OF SS. COUNTY OF

being duly sworn say that the several matters stated in this proposal are in all respects true, and that no member of the State or employee of the College are interested in any way in this proposal. Sworn and subscribed before me Bidder signs above line this __________ day of_______________ 20____ _________________________________ __________________________________________

Print Name and Title

Page 43: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

14

SUBCONTRACTOR INFORMATION FOR SINGLE BID (LUMP SUM)

Pursuant to the State Colleges Contract Law, N.J.S.A. 18A:64-76.1, all bids submitted shall set forth the names and license numbers of all subcontractors to whom the bidder intends to subcontract the plumbing and gas fitting work; the refrigeration, the heating and ventilating systems and equipment; the electrical work, including any electrical power plants; tele-data, fire alarm, or security systems; the structural steel and ornamental iron work (individually, the “Trade” or collectively, the “Trades”).

For each Trade listed below for which the work will be completed by a subcontractor you must list for each such subcontractor at a minimum the name and, where applicable, license number (or in lieu thereof enclose a copy of the license with this form) and preferably you will also list the subcontractor’s address, telephone number, and fax number. If the work will be self-performed by the bidder, you may indicate that by inserting the name of the bidder (next to “Name”). If work by that Trade is not required per the scope of work of the project, you may indicate that by inserting “Not required” (next to “Name”). If the name of a subcontractor is not provided on this form for any one or more of the Trades, the bidder, in submitting its bid, certifies that, for such Trades, either the work will be self-performed by the bidder, or the work is not

required per the scope of work.

Failure to complete this form as required may result in your bid being disqualified.

Plumbing and Gas Fitting Work List information for Subcontractor, if any: Name: __________________________

License Number: __________________________

Address: __________________________

__________________________

Telephone: __________________________

Fax: __________________________

Refrigeration, Heating and Ventilating Systems and Equipment List information for Subcontractor, if any: Name: __________________________

License Number: __________________________

Address: __________________________

__________________________

Telephone: __________________________

Fax: __________________________

Page 44: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

15

Electrical Work, including any Electrical Power Plants, Tele-data, Fire Alarm, or

Security Systems List information for Subcontractor, if any: Name: __________________________

License Number: __________________________

Address: __________________________

__________________________

Telephone: __________________________

Fax: __________________________

Structural Steel Work and Ornamental Iron Work List information for Subcontractor, if any: Name: __________________________

License Number: __________________________

Address: __________________________

__________________________

Telephone: __________________________

Fax: __________________________

__________________________________ Bidder Name By: __________________________________ Signature __________________________________ Printed Name of Signing Individual __________________________________ Date

Page 45: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

16

SMALL BUSINESS, MINORITY AND/OR FEMALE-OWNED BUSINESS REPORTING

1. Contractor and sub-contractors are requested to check all of the following that apply to their company and, if applicable, submit a copy of their certificate(s):

A. My company is certified by the NJ Department of Treasury, Division of Revenue as a:

_____ small business_____ minority-owned business _____female-owned business B. My company is certified by the NJ Department of Transportation as a:

_____ small business_____ minority-owned business _____female-owned business C. My company is a _____small business_____ minority-owned or _____ female-owned but is

not certified by either NJ Department. C. _____ My company is not a small business, minority-owned or female-owned.

___________________________ Signed ___________________________ Date

Page 46: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

17

PERFORMANCE BOND & PAYMENT BOND BOND NO.______________ KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned __________________________ ___________________as Principal, and___________________________________________________, a corporation of the State of ________________________, duly authorized to do business in the State of New Jersey, having an office at __________________________________________________, are hereby held and firmly bound unto The College of New Jersey in the Penal Sum of _______________________________________________________________ DOLLARS, for 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 _________________________, 20_____ THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT, WHEREAS, the above named Principal did on the __________ day of ____________________, 20_____, enter into a written contract with The College of New Jersey for _______________________________________________ which said contract is made a part of this bond as set forth herein; NOW, if the said _________________________________________________________ shall well and faithfully do and perform the things agreed by _______________________ to be done and performed according to the terms of the said contract; shall pay all lawful claims of sub-contractors, materialmen, laborers, persons, forms of other suppliers or teams. fuel, oils, implements or machinery furnished, used or consumed in the carrying forward, performing, or completing of said contract, we agreeing and assenting that this undertaking shall be for the benefit of any subcontractor, materialman, laborer, person, firm or corporation 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 stipulated and agrees that no modifications, omissions, or additions in or to the terms of the said contract, or in or to the plans and specifications therefore shall in any wise effect the obligation of said surety on its bond. This bond is given in compliance with the requirements of the statutes of the State of New Jersey including N.J.S.A. 18A:64-68 and any amendments thereof. SIGNED, SEALED AND DELIVERED IN THE PRESENCE OF _______________________________________ BY:______________________________________ Witness _______________________________________ BY:______________________________________ Witness as to Surety ATTORNEY-IN-FACT Countersigned NOTE: General Power of Attorney and the current this _______ day of _______________, 20_____ financial statement of the bonding company must be attached to each copy (a total of three) BY:____________________________________ of the Performance Bond.

Page 47: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

18

SURETY DISCLOSURE STATEMENT AND CERTIFICATION

, surety(ies) on the attached bond, hereby certifies(y) the following: (1) The surety meets the applicable capital and surplus requirements of R.S. 17:17-6 or R.S. 17:17-7 as of the surety’s most

current annual filing with the New Jersey Department of Insurance. (2) The capital (where applicable) and surplus, as determined in accordance with the applicable laws of the State of New

Jersey, of the surety(ies) participating in the issuance of the attached bond is (are) in the following amount(s) as of the calendar year ending December 31, ____, (insert most recent calendar year for which capital and surplus amounts are available), which amounts have been certified as indicated by certified public accountants (indicating separately for each surety that surety’s capital and surplus amounts, together with the name and address of the firm of certified public accountants that shall have certified those amounts):

(3) (a) With respect to each surety participating in the issuance of the attached bond that has received from the United

States Secretary of the Treasury a certificate of authority pursuant to 31 U.S.C. 9305, the underwriting limitation established therein and the date as of which that limitation was effective is as follows (indicating for each surety that surety’s underwriting limitation and the effective date thereof):

(b) With respect to each surety participating in the issuance of the attached bond that has not received such a certificate of authority from the United States Secretary of the Treasury, the underwriting limitation of that surety as established pursuant to R.S. 17:18-9 as of date on which such limitation was so established, is as follows (indicating for each such surety that surety’s underwriting limitation and the date on which that limitation was established:

(4) The amount of the bond to which this statement and certification is attached is $______________________. (5) If, by virtue of one or more contracts of reinsurance, the amount of the bond indicated under item (4) above exceeds the

total underwriting limitation of all sureties on the bond as set forth in items (3) (a) or (3) (b) above, or both, then for each such contract of reinsurance:

(a) The name and address of each such re-insurer under that contract and the amount of that re-insurer’s participation in

the contract is as follows:

Page 48: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between

19

(b) Each surety that is party to any such contract of reinsurance certifies that each reinsurer listed under item (5) (a)

satisfies the credit for reinsurance requirement established under P.L. 1993, c. 243 (C. 17:51B-1 et seq.) and any applicable regulations in effect as of the date on which the bond to which this statement certification is attached shall have been filed with the appropriate public agency.

CERTIFICATION

(to be completed by an authorized certifying agent for each surety on the bond)

I, _______________________ (name of agent), as ______________________ (title of agent) for _______________________________________________________________ (name of surety), a corporation/mutual insurance company/other (indicate type of business organization by circling one) domiciled in (state of domicile), DO HEREBY CERTIFY that, to the best of my knowledge, the foregoing statements made by me are true, and ACKNOWLEDGE that, if any of those statements are false, this bond is VOID and I am subject to punishment.

(Signature of certifying agent)

(Printed name of certifying agent)

(Title of certifying agent)

(Date of Certification)

Page 49: To: All Vendors Bidding on The College of New Jersey ...PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Manhole Waterproofing: Install waterproofing sealant products between