st-264 city of durham

239

Upload: others

Post on 28-Nov-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

ST-264 CITY OF DURHAM

2

This page intentionally left blank

CITY OF DURHAM

ST-264 CITY OF DURHAM

3

FAYETTEVILLE ROAD IMPROVEMENTS

PUBLIC WORKS

CONTRACT PROPOSAL

CONTRACT NUMBER: ST-264

COUNTY: DURHAM

DESCRIPTION:

DATE OF ADVERTISEMENT: 6/22/2018

MANDATORY PRE-BID MEETING: 7/11/2018 3:00 PM,

Durham City Hall Conference Room GB (Ground

Floor Planning Area)

BID OPENING: 7/24/2018 3:00 PM

*** NOTICE ***

ALL BIDDERS SHALL COMPLY WITH ALL APPLICABLE LAWS REGULATING THE PRACTICE OF

GENERAL CONTRACTING AS CONTAINED IN CHAPTER 87 OF THE GENERAL STATUTES OF

NORTH CAROLINA. FOR CONTRACTS $30,000 OR MORE, EXCEPT FOR CERTAIN SPECIALTY

WORK AS DETERMINED BY THE LICENSING BOARD, BIDDERS ARE REQUIRESD TO BECOME

LICENSED BY THE NC LICENSING BOARD. NON-LICENSED BIDDERS ARE PERMITED 60 DAYS

AFTER BID OPENING TO OBTAIN PROPER LICENSING FOR THE TYPE OF PROJECT BEING LET.

BIDDERS SHALL ALSO COMPLY WITH ALL OTHER APPLICABLE LAWS REGULATING THE

PRACTICES OF ELECTRICAL, PLUMBING, HEATING AND AIR CONDITIONING AND

REFRIGERATION CONTRACTING AS CONTAINED IN CHAPTER 87 OF THE GENERAL STATUTES

OF NORTH CAROLINA.

____________________________________________________________________________

NAME OF BIDDER

____________________________________________________________________________

ADDRESS OF BIDDER

RETURN BIDS TO: City of Durham Public Works Department

Attention: Charles Rice

Person’s Title: Project Manager

Physical Address: 101 City Hall Plaza

Suite 3100

Durham, NC 27701

ALL BIDS MUST BE RECEIVED PRIOR TO THE DATE AND TIME LISTED ABOVE.

ST-264 CITY OF DURHAM

4

INVITATION TO BID

Contract: ST-264

Project: Fayetteville Road Improvements

Owner: City of Durham

101 City Hall Plaza

Suite 3100

Durham, North Carolina 27701

Issuing Office: Public Works Department

Attention: Charles J. Rice, EI

City of Durham

Public Works Department

Engineering Division

101 City Hall Plaza

Durham, North Carolina 27701

(919) 560-4326 ext. 30266

Date: 6/22/2018

The City of Durham will open sealed formal Bids submitted by prequalified Bidders at 3:00

P.M. on Tuesday July 24, 2018 for Contract ST-264, ‘Fayetteville Road Improvements’, in

Conference Room 3A, 101 City Hall Plaza, Durham, North Carolina. The Project involves the

furnishing of all materials, labor, equipment, tools, et cetera, unless otherwise specified, for the

roadway widening project.

The Project Manual and Plans may be viewed and downloaded, free of charge, from the City of

Durham, Public Works Division web site:

http://durhamnc.gov/2877/ST-264-Fayetteville-Road-Improvements

Bidders are encouraged to forward any questions to the Project Manager.

The City Council of the City of Durham reserves the right to reject any or all of the Bids. All

Bids must include a non-collusion affidavit.

To ensure that all Bidders using the Purchasing Division’s web site are kept up to date on any

Addenda, changes, or information notices, please send an e-mail to [email protected]

indicating your intention to prepare a Bid for the Project. Failure to complete this step may

render your Bid as non- responsive.

Each Bidder is advised that the Work may be inspected and supervised by an Engineer of or firm

under the direction of the City of Durham. The Engineer or firm may also be involved in the

identification of specific repair areas and the proposed method of repairs for the Site Work.

The City of Durham requires the Project to be completed in 90 calendar days from date of Notice

to Proceed for Construction.

ST-264 CITY OF DURHAM

5

No Bid shall be considered or accepted unless at the time of its filing the same shall be

accompanied by a deposit of cash or a certified or cashier's check drawn on a bank or trust

company insured by the Federal Deposit Insurance Corporation (FDIC), in an amount equal to

five percent (5%) of the amount of the Bid. The check shall be made payable to the City of

Durham. Said deposit shall guarantee that the Contract will be entered into by the successful

Bidder if the award is made. Such deposit of cash or certified or cashier's check may be held by

the City until the successful Bidder has executed and delivered the Contract Documents,

including performance and payment bond.

In lieu of the cash deposit or certified or cashier’s check mentioned above, the Bidder may file a

Bid bond in the same amount executed by a corporate surety authorized to execute such bonds in

North Carolina and in the form attached to the Bidding Documents or on file with the Engineer.

Bid bond forms enclosed as part of the Bidding.

Documents must be properly executed at the time Bids are submitted before Bid will be

considered. Properly executed Power of Attorney of the corporate surety's agent shall accompany

such bond and be attached to the page provided therefore in the Bidding Documents.

Bids shall be submitted under a condition of irrevocability, except as required by law, for a

period of ninety (90) days after Bid opening.

The City of Durham reserves the right to accept or reject any or all Bids.

ST-264 CITY OF DURHAM

6

INSTRUCTIONS TO BIDDERS

PLEASE READ ALL INSTRUCTIONS CAREFULLY BEFORE PREPARING AND

SUBMITTING YOUR BID.

All bids shall be prepared and submitted in accordance with the following requirements.

Failure to comply with any requirement shall cause the bid to be considered irregular and

shall be grounds for rejection of the bid.

1. The bid form furnished by CITY OF DURHAM with the proposal shall be used and shall not

be altered in any manner. DO NOT SEPARATE THE BID FORM FROM THE

PROPOSAL!

2. All entries on the bid form, including signatures, shall be written in ink.

3. The Bidder shall submit a unit price for every item on the bid form. The unit prices for the

various contract items shall be written in figures. ***Unit prices must be limited to TWO

decimal places.***

4. An amount bid shall be entered on the bid form for every item. The amount bid for each item

shall be determined by multiplying each unit bid by the quantity for that item, and shall be

written in figures in the "Amount Bid" column of the form.

5. The total amount bid shall be written in figures in the proper place on the bid form. The total

amount shall be determined by adding the amounts bid for each item.

6. Changes in any entry shall be made by marking through the entry in ink and making the

correct entry adjacent thereto in ink. A representative of the Bidder shall initial the change in ink.

Do not use “White Out” or similar product to make corrections.

7. The bid shall be properly executed. All bids shall show the following information:

a. Name of individual, firm, corporation, partnership, or joint venture submitting bid.

b. Name of individual or representative submitting bid and position or title.

c. Name, signature, and position or title of witness.

d. Federal Identification Number

e. Contractor's License Number (If available)

8. Bids submitted by corporations shall bear the seal of the corporation.

9. The bid shall not contain any unauthorized additions, deletions, or conditional bids.

10. The bidder shall not add any provision reserving the right to accept or reject an award, or to

enter into a contract pursuant to an award.

11. THE PROPOSAL WITH THE BID FORM STILL ATTACHED SHALL BE

PLACED IN A SEALED ENVELOPE AND SHALL HAVE BEEN DELIVERED TO AND

ST-264 CITY OF DURHAM

7

RECEIVED IN THE (CITY OF DURHAM PUBLIC WORKS DEPARTMENT, 101 CITY

HALL PLAZA, SUITE 3100, DURHAM NC 27701), BY (3:00 PM) ON, TUESDAY, JULY

10, 2018.

12. The sealed bid must display the following statement on the front of the sealed envelope:

“QUOTATION FOR ST-264,’ FAYETTEVILLE ROAD IMPROVEMENTS’. TO BE

OPENED AT BY (3:00 PM) ON, TUESDAY, JULY 24, 2018.

13. If delivered by mail, the sealed envelope shall be placed in another sealed envelope and the

outer envelope shall be addressed as follows:

14. State Treasurer’s lists regarding Iran and Boycott of Israel. If the candidate or the City

signs the contract on October 1, 2017 or afterwards, and the value of the contract is $1,000 or

more, the following applies unless the candidate otherwise states in its proposal: the candidate

affirms (by submitting a proposal) that (1) its name does not appear on the list of companies that

are engaged in a boycott of Israel developed by the N. C. State Treasurer under N.C.G.S.

147-86.81(a)(1) or on a list created by the Treasurer pursuant to N.C.G.S. 147-86.58 as a

company engaging in investment activities in Iran, and (2) it has no reason to expect that its

name will appear on either of those lists. Take notice that a contract between a company named

on either list and the City may be void.

CITY OF DURHAM PUBLIC WORKS DEPARTMENT

Attn: CHARLES RICE

101 CITY HALL PLAZA

SUITE 3100

DURHAM, NC 27701

ST-264 CITY OF DURHAM

8

TABLE OF CONTENTS CONTRACT PROPOSAL ......................................................................................................................... 3 INVITATION TO BID ............................................................................................................................... 4 INSTRUCTIONS TO BIDDERS ............................................................................................................... 6 TABLE OF CONTENTS............................................................................................................................ 8 NCDOT STANDARD NOTES ................................................................................................................ 10 CITY OF DURHAM CONTRACT FORMS ........................................................................................... 12 GENERAL PROVISIONS ....................................................................................................................... 21

CONTRACT TIME AND LIQUIDATED DAMAGES ...................................................................... 22

NO MAJOR CONTRACT ITEMS: ...................................................................................................... 22

NO SPECIALTY ITEMS: ..................................................................................................................... 22

FUEL AND ASPHALT PRICE ADJUSTMENTS: ............................................................................. 22

INTERMEDIATE CONTRACT TIME NUMBER 1 AND LIQUIDATED DAMAGES: .................. 23

INTERMEDIATE CONTRACT TIME NUMBER 2 AND LIQUIDATED DAMAGES: .................. 24

INTERMEDIATE CONTRACT TIME NUMBER 03 AND LIQUIDATED DAMAGES: ................ 24

INTERMEDIATE CONTRACT TIME NUMBER 04 AND LIQUIDATED DAMAGES: ................ 24

UTILITY COORDINATION: .............................................................................................................. 25

PERMANENT VEGETATION ESTABLISHMENT: ......................................................................... 26

PORTABLE CONCRETE BARRIER - (Partial Payments for Materials): .......................................... 26

MAINTENANCE OF THE PROJECT: ............................................................................................... 26

EROSION AND SEDIMENT CONTROL/STORMWATER CERTIFICATION: ............................. 27

DISADVANTAGED BUSINESS ENTERPRISE (LOCAL GOVERNMENT AGENCIES) ............. 32

U.S. DEPARTMENT OF TRANSPORTATION HOTLINE: ............................................................. 32

PROCEDURE FOR MONITORING BORROW PIT DISCHARGE: ................................................. 32

ASPHALT BINDER CONTENT OF ASPHALT PLANT MIXES: .................................................... 34

ROADWAY PROVISIONS ................................................................................................................. 35

CONSTRUCTION SEQUENCE: ......................................................................................................... 35

CLEARING AND GRUBBING - METHOD II: .................................................................................. 35

BURNING RESTRICTIONS: .............................................................................................................. 35

BORROW EXCAVATION (In Place or Truck Measurement):........................................................... 35

FLOWABLE FILL: .............................................................................................................................. 35

AUTOMATED FINE GRADING: ....................................................................................................... 36

INCIDENTAL STONE BASE: ............................................................................................................ 36

ASPHALT CONCRETE PLANT MIX PAVEMENTS: ...................................................................... 37

PRICE ADJUSTMENT - ASPHALT BINDER FOR PLANT MIX: .................................................. 39

PATCHING EXISTING PAVEMENT: ............................................................................................... 39

HIGH STRENGTH CONCRETE FOR DRIVEWAYS: ...................................................................... 40

TEMPORARY TRAFFIC CONTROL DEVICES: .............................................................................. 40

PERMANENT SEEDING AND MULCHING: ................................................................................... 41

ST-264 CITY OF DURHAM

9

Stabilization Requirements: .................................................................................................................. 41

SEEDING AND MULCHING: ............................................................................................................ 42

WATTLE: ............................................................................................................................................. 44

WATTLES with Polyacrylamide (PAM): ............................................................................................ 45

REMOVAL AND REPLACEMENT OF STREET SIGNS AND MAILBOXES: .............................. 47

PERMITS.............................................................................................................................................. 48

STANDARD SPECIAL PROVISIONS ............................................................................................... 55

UNDERGROUND DETENTION CONTROL STRUCTURE 5A ...................................................... 55

UNDERGROUND DETENTION CONTROL STRUCTURE 6A ...................................................... 55

BOLLARDS (HINGED AND UNHINGED) ....................................................................................... 55

TEMPORARY CONSTRUCTION ENTRANCE ................................................................................ 55

RETAINING WALL (MODULAR BLOCK WALL) ......................................................................... 55

REINFORCED BACKFILL PLACEMENT ........................................................................................ 62

CAP INSTALLATION ......................................................................................................................... 62

AS-BUILT CONSTRUCTION TOLERANCES.................................................................................. 62

FIELD QUALITY CONTROL AND ASSURANCE .......................................................................... 63

TRAIL SIGN RESET: .......................................................................................................................... 63

SOLITE PARK SIGN, RELOCATE .................................................................................................... 64

METAL FENCE RESET: ..................................................................................................................... 64

BOLLARD RESET: ............................................................................................................................. 64

NCDOT GENERAL SEED SPECIFICATION FOR SEED QUALITY ............................................. 65

ADJUSTMENT OF MANHOLES: ...................................................................................................... 68

ERRATA .............................................................................................................................................. 68

PLANT AND PEST QUARANTINES ................................................................................................ 69

Traffic Signals:………………………………………………..TS-1 THROUGH TS-83 .................... 69

E-VERIFY AFFIDAVIT: ..................................................................................................................... 70

IRAN DIVESTMENT ACT: ................................................................................................................ 71

TWELVE MONTH GUARANTEE – LGA Projects ........................................................................... 71 EXECUTION OF BID.............................................................................................................................. 72

ITEM SHEETS bUXTON rIDDLE ROAD ......................................................................................... 80 ITEM SHEETS fAYETTEVILLE ROAD ............................................................................................... 86

ST-264 CITY OF DURHAM

10

NCDOT STANDARD NOTES

A. NCDOT Standard Specifications – The 2018 North Carolina Department of

Transportation Standard Specifications for Roads and Structures, herein referred to as the

‘Standard Specifications’, and the 2018 Roadway Standard Drawings, shall apply to all

portions of this project except as may be modified by this document.

B. Bidder Prequalification - Bidders are required to be prequalified with NCDOT for their

specific discipline. Contractors wishing to become prequalified may obtain information

through the NCDOT website at:

https://connect.ncdot.gov/business/Pages/default.aspx

C. Small Disadvantaged Business Enterprise References - Since this is a City of Durham

project with SDBE participation, only those requirements and goals set forth by the City

are applicable.

D. Award of Contract - The contract will be awarded to the lowest responsible, responsive

bidder. Alternate items will not be considered in determining the low bidder and will only

be evaluated after the award of the contract is made.

E. Contractor Licensing – Bidders are permitted 60 days, after bid opening, to become

licensed by the North Carolina Licensing Board. If they fail to do so within 60 days, their

bid will be considered non-responsive and will be rejected. If the successful bidder does

not hold the proper license to perform any plumbing, heating, air conditioning, or electrical

work in this contract, he will be required to sublet such work to a contractor properly

licensed in accordance with Article 2 of Chapter 87 of the General Statutes (licensing of

heating, plumbing, and air conditioning contractors) and Article 4 of Chapter 87 of the

General Statutes (licensing of electrical contractors).

F. Bonds - Please note that all Bid Bonds, Payment Bonds, and Performance Bonds required

for this project, shall be City of Durham bonds:

Bid Bonds see Appendix E

Payment Bonds see Appendix G

Performance Bonds see Appendix G

G. Liability Insurance – In addition to any insurance requirements as may be required by the

City, the Contractor is obligated to comply with Article 107-15 of the Standard

Specifications including the dollar limits set forth.

H. Buy America – This project shall be governed by the Buy America requirements, for the

use of domestic steel and iron products, as outlined in the Standard Specifications and

Special Provision SP1 G120.

I. Proprietary Items - When a proprietary (brand name) product, whether material, equipment

or procedure, are specified in the plans or specifications, they are used only to denote the

style, type, character, and quality desired of the product. They do not restrict the bidder

from proposing other brands, makes, or manufacturers, which are determined to be of equal

quality. The approval, or disapproval of those products, will be made by the Engineer prior

to allowing those product(s) or material(s) to be incorporated into the work.

ST-264 CITY OF DURHAM

11

J. Retainage by LGAs – The City will not retain any amount or percentage from progress

payments or final estimates due the contractor.

Retainage by Contractors – Contractors are NOT permitted to retain any amount or

percentage from monies due their subcontractors or material suppliers on federally funded

projects except as permitted by Subarticle 109-4(B) of the Standard Specifications.

K. Traffic Control –The requirements of the Manual on Uniform Traffic Control Devices

(MUTCD) – FHWA, as amended by the NCDOT Supplement to MUTCD, shall apply.

Traffic Control, both vehicular and pedestrian, shall be maintained throughout the project

as required by these specifications as modified by the project plans or special provisions.

ST-264 CITY OF DURHAM

12

CITY OF DURHAM CONTRACT FORMS

The successful bidder to whom the contract is awarded (i.e., “Contractor”) shall execute

the following Standard City of Durham Contract Form for NCDOT Construction Projects with the

City of Durham evidencing its agreement to the terms and conditions of this Contract Proposal.

ST-264 CITY OF DURHAM

13

STANDARD CITY OF DURHAM CONTRACT FORM

FOR NCDOT CONSTRUCTION PROJECTS

THIS CONTRACT is dated, made and entered into as of the _______ day of

________________, 20______, by and between the City of Durham (“City”), a N. C. municipal

corporation, and [name of firm] (“Contractor”), [indicate type of legal entity, for instance:

a corporation organized and existing under the laws of [name of State];

a limited liability company organized and existing under the laws of [name of State];

a professional corporation organized and existing under the laws of [name of State];

a professional association organized and existing under the laws of [name of State];

a limited partnership organized and existing under the laws of [name of State];

a sole proprietorship;

or a general partnership

If it’s a corporation, LLC, or limited partnership, use the above “organized and existing”

language, and do not substitute news about the contractor’s principal office or place of

business.]

The City of Durham and Contractor, in consideration of the mutual covenants set forth

herein, agree as follows:

1. Background and Incorporation of Contract Proposal. The City has accepted the

proposal of the Contractor for construction of the project advertised by the City on the _____ day

of ________________, 20_____ in the Contract Proposal titled “Fayetteville Road

Improvements”, Project No. ST-264(hereinafter, “Contract Proposal” including Addenda). The

terms and conditions of the Contract Proposal are incorporated herein by reference and made a

part of this Contract.

2. Description of Work. Obligations of Contractor. (a) The Contractor, at his (its) own

proper cost and expense and with skill and diligence, shall complete all Work, including

furnishing all labor, tools, materials, and equipment, and do all things necessary for the proper

construction and completion of the Work pursuant to the terms, and consistent with the plans,

specifications, drawings, schedules, and other documents contained or incorporated by reference,

in the Contract Proposal.

(b) The Contractor shall further perform the Work in accordance with the directions (not

inconsistent therewith) given from time to time by the City individual assigned to administer this

Contract, referred to as the Project Manager or Engineer, or other person as the City Manager

may designate. For purposes of this Contract, the term “Engineer” shall refer to the City

Manager of the City of Durham or his or her designee acting directly or through a duly

authorized representative, including the Project Manager or a designated engineering consultant,

acting within the scope of particular assigned or contracted duties and authority.

(c) The Contractor agrees to receive the prices stated in Exhibit A, the “Itemized

Proposal Form,” in full compensation for furnishing materials, and for labor in moving materials

and executing all the Work contemplated and shall be responsible for all loss or damage arising

out of the nature of the Work aforesaid or from any action of the elements or from any

unforeseen obstruction or difficulties which may be encountered in the prosecution and delivery

ST-264 CITY OF DURHAM

14

of the same, and for all risks of every nature and description connected with the Work and

furnishing the materials until their final completion and acceptance; also, for expense incurred by

or in consequence of the suspense; also, for expense incurred by or in consequence of the

suspense or of the discontinuance of said work and furnishing said materials according to the

Contract Proposal and requirements of the Engineer under them.

3. Quality and Workmanship. All Work under this Contract shall be performed and

completed to the satisfaction of the Project Manager and Engineer and the Project Manager and

Engineer shall in all cases of dispute determine the quantity, quality, acceptability and fitness of

the work and materials and of several portions thereof which are to be paid for under this

Contract and shall decide and determine all questions which may arise as to the measurements,

lines, levels and dimensions of the work and all questions respecting the true construction,

interpretation, or meaning of the plans and specifications. In case of dispute between the

Contractor and the Project Manager and Engineer, the decision and determination of the latter

shall be taken and shall be final and conclusive.

4. Compensation. The total dollar amount to be paid under this Contract by the City to

the Contractor shall not exceed $_______________, the Itemized Proposal From, as provided in

Exhibit A. The City will make partial payments based on the progress of the work and payment

requests submitted by the Contractor. Payment will be made within twenty-five (25) days after

receipt of a correct payment request.

On the completion of the Work, the Contractor shall proceed with due diligence to

measure up the work and material and present his final estimate to the City, whereupon the City

shall pay within forty-five (45) days thereafter such amount, less payments previously made, and

payments of such final amount shall release the City from claims for work done or materials

furnished under this Contract.

The City will require release of all claims for materials or labor furnished for this work

prior to the payment of the final estimate. The Contractor shall furnish the City with a written

statement sworn before a Notary Public to the effect that all payments have been made for labor

and materials used in this construction and that claims, suits, and proceedings of every name and

description against the City, its officers and agents, have been settled.

It is further mutually agreed between the parties that no estimate or partial payment made

under this Contract shall be conclusive evidence of the performance of this Contract, either

wholly or in part, and that no such payment shall be construed to be an acceptance of defective

work or improper materials.

5. Prompt Payment to Subcontractors. Pursuant to NC General Statute 143-134.1(b6),

the prompt payment provisions of Section 109-4(B) of the 2018 North Carolina Department of

Transportation Standard Specifications for Roads and Structures (hereinafter, “Standard

Specifications”) and other prompt payment provisions of this Contract shall preempt the

provisions of NC General Statute 143-134.1 (b1), (b2), (b3) and (b4) to the extent of any

conflict.

6. City Changes to NCDOT Standard Specifications. The Contract Proposal makes

certain changes to the Standard Specifications. This Contract makes the following additional

ST-264 CITY OF DURHAM

15

changes to the Standard Specifications:

(a) Section 101-3:

(i) Delete the definition of “Engineer” on page 1-5 and replace with the following

definition: “The City Manager of the City of Durham or his or her designee

acting directly or through a duly authorized representative, including the Project

Manager or a designated engineering consultant, acting within the scope of

particular assigned or contracted duties and authority.”

(ii) In the definition for “Final Estimate”, delete the last sentence referencing the

verified claim procedure in lines 5 and 6 on page 1-6.

(iii) The definition of “Department” shall include the City of Durham in reference to

the administration of this contract.

(b) Sections 102-2 and 102-15 – The term “Engineer” in these sections shall refer to the

State Highway Administrator of the North Carolina Department of Transportation,

acting directly or through a duly authorized representative, such representative

acting within the scope of particular assigned duties or authority.

(c) Section 103-3 - Criteria for Withdrawal of Bid – Delete subsections (A), (B), (C) and

(D) in their entirety and replace with the following statement:

A bidder submitting a bid pursuant to NC General Statute 143-129 may

withdraw its bid in accordance with the terms of NC General Statute 143-129.1.

(d) Section 107-24 – Delete this section in its entirety.

6. Indemnification. Notwithstanding any indemnification requirements contained in the

Standard Specifications, the Contractor shall also agree to the following indemnification

provision as applied to the City of Durham:

(a) To the maximum extent allowed by law, the Contractor shall defend, indemnify, and

save harmless Indemnitees from and against all Charges that arise in any manner from, in

connection with, or out of this contract as a result of acts or omissions of the Contractor or

subcontractors or anyone directly or indirectly employed by any of them or anyone for whose

acts any of them may be liable. In performing its duties under this subsection “a,” the Contractor

shall at its sole expense defend Indemnitees with legal counsel reasonably acceptable to City.

(b) Definitions. As used in subsections “a” above and “c” below -- “Charges” means

claims, judgments, costs, damages, losses, demands, liabilities, duties, obligations, fines,

penalties, royalties, settlements, and expenses (included without limitation within “Charges” are

(1) interest and reasonable attorneys' fees assessed as part of any such item, and (2) amounts for

alleged violations of sedimentation pollution, erosion control, pollution, or other environmental

laws, regulations, ordinances, rules, or orders -- including but not limited to any such alleged

violation that arises out of the handling, transportation, deposit, or delivery of the items that are

the subject of this contract). “Indemnitees” means City and its officers, officials, independent

contractors, agents, and employees, excluding the Contractor.

(c) Other Provisions Separate. Nothing in this section shall affect any warranties in

favor of the City that are otherwise provided in or arise out of this contract. This section is in

addition to and shall be construed separately from any other indemnification provisions that may

be in this contract.

(d) Survival. This section shall remain in force despite termination of this contract

(whether by expiration of the term or otherwise) and termination of the services of the Contractor

ST-264 CITY OF DURHAM

16

under this contract.

(e) Limitations of the Contractor's Obligation. If this section is in, or is in connection

with, a contract relative to the design, planning, construction, alteration, repair or maintenance of

a building, structure, highway, road, appurtenance or appliance, including moving, demolition

and excavating connected therewith, then subsection “a” above shall not require the Contractor

to indemnify or hold harmless Indemnitees against liability for damages arising out of bodily

injury to persons or damage to property proximately caused by or resulting from the negligence,

in whole or in part, of Indemnitees.

7. Liability Insurance. The Contractor shall maintain the more stringent minimum

liability insurance coverage between that required by the NCDOT and the following City

required minimum coverage to be accompanied by a certificate of liability insurance:

Commercial General Liability — Combined single limit of no less than $1,000,000 each

occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding

nor limiting Product/Completed Operations, Contractual Liability or Cross Liability.

Automobile Liability — Limits of no less than $1,000,000 Combined Single Limit. Coverage

shall include liability for Owned, Non-Owned and Hired automobiles. In the event Contractor

does not own automobiles, Contractor agrees to maintain coverage for Hired and Non-Owned

Auto Liability, which may be satisfied by way of endorsement to the Commercial General

Liability policy or separate Auto Liability policy. Automobile coverage is only necessary if

vehicles are used in the provision of services under this Contract and/or are brought on a City of

Durham site.

Worker’s Compensation & Employers Liability — Contractor agrees to maintain Worker’s

Compensation Insurance in accordance with North Carolina General Statute Chapter 97 and with

Employer Liability limits of no less than $1,000,000 each accident, each employee and policy

limit. This policy must include a Waiver of Subrogation.

Additional Insured — Commercial General Liability. The Additional Insured shall read ‘City

of Durham and the State of North Carolina as its interest may appear’.

Certificate of Insurance — Contractor agrees to provide City of Durham a Certificate of

Insurance evidencing that all coverage’s, limits and endorsements required herein are maintained

and in frill force and effect, and Certificates of Insurance shall provide a minimum thirty (30)

day endeavor to notify, when available, by Contractor’s insurer. If Contractor receives a non-

renewal or cancellation notice from an insurance carrier affording coverage required herein, or

receives notice that coverage no longer complies with the insurance requirements herein,

Contractor agrees to notify the City within five (5) business days with a copy of the non-renewal

or cancellation notice, or written specifics as to which coverage is no longer in compliance. The

Certificate Holder address should read:

ST-264 CITY OF DURHAM

17

City of Durham

Department of Public Works

ATTN: Charles Rice

101 City Hall Plaza

Durham, NC 27701

Umbrella or Excess Liability — Contractor may satisfy the minimum liability limits required

above under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit

of liability under the Umbrella or Excess Liability, however, the Annual Aggregate limits shall

not be less than the highest ‘Each Occurrence’ limit for required policies. Contractor agrees to

endorse City of Durham as an ‘Additional Insured’ on the Umbrella or Excess Liability, unless

the Certificate of Insurance states the Umbrella or Excess Liability provides coverage on a

‘Follow-Form’ basis.

All insurance companies must be authorized to do business in North Carolina and be acceptable

to the City of Durham’s Risk Manager.

8. Notice. (a) This subsection (a) pertains to all notices related to or asserting default,

breach of contract, claim for damages, suspension or termination of performance, suspension or

termination of contract, and extension or renewal of the term. All such notices shall be given by

personal delivery, fax, UPS, Federal Express, a designated delivery service authorized pursuant

to 26 U.S.C. 7502(f)(2), or certified United States mail, return receipt requested, addressed as

follows. The parties are requested to send a copy by email.

To the City:

City of Durham

Department of Public Works

ATTN: Charles Rice

101 City Hall Plaza

Durham, NC 27701-3329

Fax: (919)560-4316

Email: [email protected]

To the Contractor:

[Insert name and address]

The fax number is ___________.

Email:

(b) Change of Address. Date Notice Deemed Given. A change of address, email

address, fax number, or person to receive notices under subsection (a) shall be made by notice

given pursuant to subsection (a). All notices and other communications related to or under this

contract shall be deemed given and sent at the time of actual delivery, if personally delivered or

sent by fax, personal delivery, UPS, Federal Express, or a designated delivery service. If the

notice or other communication is sent by United States mail, it shall be deemed given upon the

third calendar day following the day on which such notice or other communication is deposited

with the United States Postal Service or upon actual delivery, whichever first occurs.

9. State Law Provisions. (a) E-Verify Requirements. (A) If this contract is awarded

ST-264 CITY OF DURHAM

18

pursuant to North Carolina General Statutes (NCGS) 143-129 – (i) the contractor represents and

covenants that the contractor and its subcontractors comply with the requirements of Article 2 of

Chapter 64 of the NCGS; (ii) the words "contractor," "contractor’s subcontractors," and

"comply" as used in this subsection (A) shall have the meanings intended by NCGS 143-129(j);

and (iii) the City is relying on this subsection (A) in entering into this contract. (B) If this

contract is subject to NCGS 143-133.3, the contractor and its subcontractors shall comply with

the requirements of Article 2 of Chapter 64 of the NCGS.

(b) Iran Divestment Act Certification. The Contractor certifies that, if it submitted a

successful bid for this contract, then as of the date it submitted the bid, the Contractor was not

identified on the Iran List. If it did not submit a bid for this contract, the Contractor certifies that

as of the date that this contract is entered into, the Contractor is not identified on the Iran List. It

is a material breach of contract for the Contractor to be identified on the Iran List during the term

of this contract or to utilize on this contract any subcontractor that is identified on the Iran List.

In this Iran Divestment Act Certification section -- “Contractor” means the person entering into

this contract with the City of Durham; and “Iran List” means the Final Divestment List – Iran,

the Parent and Subsidiary Guidance– Iran list, and all other lists issued from time to time by the

N.C. State Treasurer to comply with G. S. 147-86.58 of the N.C. Iran Divestment Act.

10. Exhibits. In addition to the contract documents contained and referenced in the

Contract Proposal, the following additional exhibits attached to, are made a part of this Contract:

Appendix A: Underutilized Business Enterprise (UBE) Requirements and Construction Form

Appendix B: Certified Underutilized Business Enterprise (UBE) Listing

Appendix C: Certified Underutilized Business Enterprise (UBE) Reporting Forms

Appendix D: Non-Collusion Affidavit Forms for Bidder and Subcontractor

Appendix E: Bid Bond Forms

Appendix G: Performance Bond and Payment Bond Forms

Appendix H: Reimbursable Sales and Use Tax Statement Forms

Appendix J: PDRX

In case of conflict between an exhibit and the text of this contract excluding the exhibit,

the text of this contract shall control.

11. Choice of Law and Forum; Service of Process. (i) This contract shall be deemed

made in Durham County, North Carolina. This contract shall be governed by and construed in

accordance with the law of North Carolina. The exclusive forum and venue for all actions arising

out of this contract shall be the North Carolina General Court of Justice, in Durham County.

Such actions shall neither be commenced in nor removed to federal court. This subsection (a)

shall not apply to subsequent actions to enforce a judgment entered in actions heard pursuant to

this subsection. (ii) If the Contractor is not a natural person (for instance, the Contractor is a

corporation or limited liability company), this subsection (ii) applies. “Agent for Service of

Process” means every person now or hereafter appointed by the Contractor to be served or to

accept service of process in any State of the United States. Without excluding any other method

of service authorized by law, the Contractor agrees that every Agent for Service of Process is

designated as its non-exclusive agent for service of process, summons, and complaint. The

Contractor will instruct each Agent for Service of Process that after such agent receives the

process, summons, or complaint, such agent shall promptly send it to the Contractor. This

subsection (ii) does not apply while the Contractor maintains a registered agent in North Carolina

with the office of the N. C. Secretary of State and such registered agent can be found with due

ST-264 CITY OF DURHAM

19

diligence at the registered office.

12. Waiver. No action or failure to act by the City shall constitute a waiver of any of its

rights or remedies that arise out of this contract, nor shall such action or failure to act constitute

approval of or acquiescence in a breach thereunder, except as may be specifically agreed in

writing.

13. Performance of Government Functions. Nothing contained in this contract shall be

deemed or construed so as to in any way estop, limit, or impair the City from exercising or

performing any regulatory, policing, legislative, governmental, or other powers or functions.

14. Severability. If any provision of this contract shall be unenforceable, the remainder

of this contract shall be enforceable to the extent permitted by law.

15. Compliance with Law. In performing all of the Work, the Contractor shall comply

with all applicable law.

16. Notice of City Policy. THE CITY OPPOSES DISCRIMINATION ON THE BASIS

OF RACE AND SEX AND URGES ALL OF ITS CONTRACTORS TO PROVIDE A FAIR

OPPORTUNITY FOR MINORITIES AND WOMEN TO PARTICIPATE IN THEIR WORK

FORCE AND AS SUBCONTRACTORS AND VENDORS UNDER CITY CONTRACTS.

17. Modifications. Entire Agreement. A modification of this contract is not valid unless

signed by both parties and otherwise in accordance with requirements of law. Further, a

modification is not enforceable against the City unless it is signed by the City Manager, a deputy

or assistant City Manager, or, in limited circumstances, a City department director. This contract

contains the entire agreement between the parties pertaining to the subject matter of this contract.

With respect to that subject matter, there are no promises, agreements, conditions, inducements,

warranties, or understandings, written or oral, expressed or implied, between the parties, other

than as set forth or referenced in this contract.

18. City’s Manager’s Authority. To the extent, if any, the City has the power to suspend

or terminate this contract or the Contractor’s services under this contract, that power may be

exercised by City Manager or a deputy or assistant City Manager without City Council action.

ST-264 CITY OF DURHAM

20

IN WITNESS WHEREOF, the City and the Contractor have caused this Contract to be

executed under seal themselves or by their respective duly authorized agents or offices.

ATTEST: CITY OF DURHAM

______________________________ By:________________________________

preaudit certificate, if applicable ______________________

ATTEST:

_____________________

______________Secretary

(Affix Corporate Seal)

CONTRACTOR NAME

By: ___________________________

Title: __________________________

ACKNOWLEDGMENT BY CORPORATION

State of ____________________________________________

County of _______________________________________

I,________________________ , notary public, certify that________________________

personally appeared before me this day and stated that he or she is _________ President of

_________________, a corporation, and that by authority duly given and as the act of the

corporation, he or she signed the foregoing contract or agreement with the City of Durham and

the corporate seal was affixed thereto. This the_______ day of ______________, 20___ .

My commission expires:

________________________ __________________________________

Notary Public

END OF DOCUMENT

ST-264 CITY OF DURHAM

21

GENERAL PROVISIONS Description of Work:

This section of technical specifications sets forth the material, construction methods, performance

requirements, and basis of payment for the Work associated with the roadway and traffic signal

construction proposed for this project. This work includes, but may not be limited to, the following

major items of work:

Clearing, Grading, Paving, Drainage, Curb and Gutter, Pavement Markings, Signing, and Traffic

Signal Construction

Governing Technical Specifications:

The following technical specification volumes shall be applied in their entirety, except as

specifically modified by the special provisions of this section of the Contract Documents.

The published volume entitled “North Carolina Department of Transportation, Raleigh, Standard

Specifications for Roads and Structures, January, 2018” with all amendments and supplements

thereto, is by reference incorporated into and made a part of this contract; that, except as modified

by Project Special Provisions in this section, all the construction items included in the plans for

this section of Work are to be done in accordance with the specifications contained in said volume,

and amendments and supplements thereto, under the direction of the Engineer.

The published volume entitled “Highway Design Branch Roadway Standard Drawings, January,

2018” with all amendments and supplements thereto, is by reference incorporated into and made

a part of this contract; that, except as modified by Project Special Provisions in this section or by

the construction plans, all the construction items included in the plans for this section of Work are

to be done in accordance with the requirements contained in said volume, and amendments and

supplements thereto, under the direction of the Engineer.

The published volume entitled “City of Durham Water and Sewer Construction Specifications,”

authored by the City of Durham, current edition, with all subsequent amendments and

supplements thereto, is by reference incorporated into and made a part of this contract; that, all

the items required for water and sewer relocations incidental to the construction are to be done in

accordance with the specifications contained in said volume, and amendments and supplements

thereto, under the direction of the Engineer.

Measurement and Payment:

Measurement and payment will be made in accordance with the applicable section of the

governing technical specifications listed herein, except as specifically modified by the Project

Special Provisions contained in this section of the Contract Documents.

ST-264 CITY OF DURHAM

22

CONTRACT TIME AND LIQUIDATED DAMAGES SP1 G10 A

The date of availability for this contract is upon written notice to proceed. The completion date for this contract is 410 days after the notice to proceed date. The liquidated damages for this contract are Four Hundred Dollars ($400.00) per calendar

day. Contractor and the City of Durham recognize that time is of the essence of this Contract

Document and that the City of Durham will suffer financial loss if the Work is not completed

within the times specified above, plus any extensions thereof allowed in accordance NCDOT

Specifications. The parties also recognize the delays, expense, and difficulties involved in

proving, in a legal or arbitration proceeding, the actual loss suffered by the City of Durham if the

Work is not completed on time. Accordingly, instead of requiring any such proof, the City of

Durham and the Contractor agree that as liquidated damages for the delay (but not as a penalty),

Contractor shall pay the City of Durham four hundred dollars ($400.00) for each day that expires

after the time specified above for Substantial Completion until the Work is substantially

complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the

remaining Work within the Contract Time or any proper extension thereof granted by the City of

Durham, Contractor shall pay the City of Durham four hundred dollars ($400.00) for each day

that expires after the time specified above for completion and readiness for final payment until

the Work is completed and ready for final payment.

NO MAJOR CONTRACT ITEMS: SP1 G31

None of the items included in this contract will be major items.

NO SPECIALTY ITEMS: G34 None of the items included in this contract will be specialty items (see Article 108-6 of the 2018

Standard Specifications).

FUEL AND ASPHALT PRICE ADJUSTMENTS: (1-3-12) SP1 G43

No fuel price adjustments will be made on this project.

ST-264 CITY OF DURHAM

23

INTERMEDIATE CONTRACT TIME NUMBER 1 AND LIQUIDATED DAMAGES: (2-20-07) 108 SP1 G14 B

The Contractor shall not narrow or close a lane of traffic on Fayetteville Road/Street, Martin

Luther King, Barbee, Cornwallis, Buxton and Riddle Road, detain and /or alter the traffic flow

on or during holiday weekends, special events, or any other time when traffic is unusually heavy,

including the following schedules:

HOLIDAY AND HOLIDAY WEEKEND LANE CLOSURE RESTRICTIONS

1. For unexpected occurrence that creates unusually high traffic volumes, as directed by the

Engineer.

2. For New Year's Day, between the hours of 4:00 PM December 31st and 9:00 AM

January 2nd. If New Year's Day is on a Friday, Saturday, Sunday or Monday, then until

9:00 AM the following Tuesday.

3. For Easter, between the hours of 4:00 PM Thursday and 9:00 AM Monday.

4. For Memorial Day, between the hours of 4:00 PM Friday and 9:00 AM Tuesday.

5. For Independence Day, between the hours of 4:00 PM the day before Independence Day

and 9:00 AM the day after Independence Day.

If Independence Day is on a Friday, Saturday, Sunday or Monday, then between the hours

of 4:00 PM the Thursday before Independence Day and 9:00 AM the Tuesday after

Independence Day.

6. For Labor Day, between the hours of 4:00 PM Friday and 9:00 AM Tuesday.

7. For Thanksgiving Day, between the hours of 4:00 PM Tuesday and 9:00 AM Monday.

8. For Christmas, between the hours of 4:00 PM the Friday before the week of Christmas

Day and 9:00 AM the following Tuesday after the week of Christmas Day.

Holidays and holiday weekends shall include New Year's, Easter, Memorial Day, Independence

Day, Labor Day, Thanksgiving, and Christmas. The Contractor shall schedule his work so that

lane closures are not required during these periods, unless otherwise directed by the Engineer.

The time of availability for this intermediate contract work shall be the time the Contractor begins

to install all traffic control devices for lane closures according to the time restrictions listed herein.

The completion time for this intermediate contract work shall be the time the Contractor is required

to complete the removal of all traffic control devices for lane closures according to the time

restrictions stated herein and place traffic in the existing traffic pattern.

The liquidated damages are Five Hundred Dollars ($500.00) per fifteen (15) minutes interval.

ST-264 CITY OF DURHAM

24

INTERMEDIATE CONTRACT TIME NUMBER 2 AND LIQUIDATED DAMAGES: (2-20-07) 108 SP1 G14 C

The Contractor shall complete the required work of installing, maintaining and removing the traffic

control devices for lane closures and restoring traffic to the existing traffic pattern. The Contractor

shall not close or narrow a lane of traffic on Fayetteville Road/Street, Martin Luther King,

Barbee, Cornwallis, Buxton and Riddle Road during the following time restrictions:

DAY AND TIME RESTRICTIONS

Monday thru Friday between 6:00AM-9:00AM and 4:00PM-6:00PM

The time of availability for this intermediate contract time will be the time the Contractor begins

to install traffic control devices required for the lane closures according to the time restrictions

stated herein.

The completion time for this intermediate contract time will be the time the Contractor is required

to complete the removal of traffic control devices required for the lane closures according to the

time restrictions stated herein and restore traffic to the existing traffic pattern.

The liquidated damages are Five Hundred Dollars ($500.00) per fifteen (15) minutes interval.

INTERMEDIATE CONTRACT TIME NUMBER 03 AND LIQUIDATED DAMAGES: (2-20-07) 108 SP1 G14 A

The complete date for the closure/detour (WZTC Phase II, Step I) for the intersection of Barbee

Road and Fayetteville Road is 23 days after the closure begins.

The liquidated damages for this detour are Four Hundred Dollars ($400.00) per calendar day.

Contractor and the City of Durham recognize that time is of the essence of this detour and that the

City of Durham will suffer financial loss if the Work is not completed within the times specified

above, plus any extensions thereof allowed in accordance NCDOT Specifications. The parties also

recognize the delays, expense, and difficulties involved in proving, in a legal or arbitration

proceeding, the actual loss suffered by the City of Durham if the Work is not completed on time.

Accordingly, instead of requiring any such proof, the City of Durham and the Contractor agree

that as liquidated damages for the delay (but not as a penalty), Contractor shall pay the City of

Durham four hundred dollars ($400.00) for each day that expires after the time specified above

until the Work completed and the intersection open to traffic.

INTERMEDIATE CONTRACT TIME NUMBER 04 AND LIQUIDATED DAMAGES: (2-20-07) 108 SP1 G14 A

The complete date for the closure/detour (WZTC Phase II, Step III) for the intersection of

Cornwallis Road and Fayetteville Road is 23 days after the closure begins.

The liquidated damages for this detour are Four Hundred Dollars ($400.00) per calendar day.

Contractor and the City of Durham recognize that time is of the essence of this detour and that the

City of Durham will suffer financial loss if the Work is not completed within the times specified

above, plus any extensions thereof allowed in accordance NCDOT Specifications. The parties also

recognize the delays, expense, and difficulties involved in proving, in a legal or arbitration

proceeding, the actual loss suffered by the City of Durham if the Work is not completed on time.

ST-264 CITY OF DURHAM

25

Accordingly, instead of requiring any such proof, the City of Durham and the Contractor agree

that as liquidated damages for the delay (but not as a penalty), Contractor shall pay the City of

Durham four hundred dollars ($400.00) for each day that expires after the time specified above

until the Work completed and the intersection open to traffic.

UTILITY COORDINATION:

Bidders should be aware that certain overhead utility providers (Duke Energy, Frontier, Time

Warner, AT&T and other providers) will be relocating their facilities during the construction of

Fayetteville Road, Buxton and Riddle Road. The contractor will be required to coordinate and

work with above mentioned utilities during this time. In order to facilitate their work, the

contractor will be required to clear, grub, and rough grade to within 12” of the final grade in new

pole locations to allow Duke and others to set their new pole line. The time for this work has

been accounted for in the schedule and no additional compensate or time with be granted for this

coordination and work.

ST-264 CITY OF DURHAM

26

PERMANENT VEGETATION ESTABLISHMENT: (2-16-12) (Rev. 10-15-13) 104 SP1 G16

Establish a permanent stand of the vegetation mixture shown in the contract. During the period

between initial vegetation planting and final project acceptance, perform all work necessary

to establish permanent vegetation on all erodible areas within the project limits, as well as,

in borrow and waste pits. This work shall include erosion control device maintenance and

installation, repair seeding and mulching, supplemental seeding and mulching, mowing,

and fertilizer topdressing, as directed. All work shall be performed in accordance with the

applicable section of the 2018 Standard Specifications. All work required for initial vegetation

planting shall be performed as a part of the work necessary for the completion and acceptance of

the Intermediate Contract Time (ICT). Between the time of ICT and Final Project acceptance,

or otherwise referred to as the vegetation establishment period, the Department will be responsible

for preparing the required National Pollutant Discharge Elimination System (NPDES) inspection

records.

Once the Engineer has determined that the permanent vegetation establishment requirement has

been achieved at an 80% vegetation density (the amount of established vegetation per given area

to stabilize the soil) and no erodible areas exist within the project limits, the Contractor will be

notified to remove the remaining erosion control devices that are no longer needed. The Contractor

will be responsible for, and shall correct any areas disturbed by operations performed in permanent

vegetation establishment and the removal of temporary erosion control measures, whether

occurring prior to or after placing traffic on the project.

Payment for Response for Erosion Control, Seeding and Mulching, Repair Seeding, Supplemental

Seeding, Mowing, Fertilizer Topdressing, Silt Excavation, and Stone for Erosion Control will be

made at contract unit prices for the affected items. Work required that is not represented by

contract line items will be paid in accordance with Articles 104-7 or 104-3 of the 2018 Standard

Specifications. No additional compensation will be made for maintenance and removal of

temporary erosion control items.

PORTABLE CONCRETE BARRIER - (Partial Payments for Materials): (7-1-95) (Rev. 8-16-11) 1170-4 SP1 G121

When so authorized by the Engineer, partial materials payments will be made up to 95 percent of

the delivered cost of portable concrete barrier, provided that these materials have been delivered

on the project and stored in an acceptable manner, and further provided the documents listed in

Subarticle 109-5(C) of the 2018 Standard Specifications have been furnished to the Engineer.

The provisions of Subarticle 109-5(B) of the 2018 Standard Specifications will apply to the

portable concrete barrier.

MAINTENANCE OF THE PROJECT: (11-20-07) (Rev. 1-17-12) 104-10 SP1 G125

Revise the 2018 Standard Specifications as follows:

Page 1-35, Article 104-10 Maintenance of the Project, line 25, add the following after the first

sentence of the first paragraph:

ST-264 CITY OF DURHAM

27

All guardrail/guiderail within the project limits shall be included in this maintenance.

Page 1-35, Article 104-10 Maintenance of the Project, line 30, add the following as the last

sentence of the first paragraph:

The Contractor shall perform weekly inspections of guardrail and guiderail and shall report

damages to the Engineer on the same day of the weekly inspection. Where damaged guardrail or

guiderail is repaired or replaced as a result of maintaining the project in accordance with this

article, such repair or replacement shall be performed within 7 consecutive calendar days of such

inspection report.

Page 1-35, Article 104-10 Maintenance of the Project, lines 42-44, replace the last sentence of

the last paragraph with the following:

The Contractor will not be directly compensated for any maintenance operations necessary, except

for maintenance of guardrail/guiderail, as this work will be considered incidental to the work

covered by the various contract items. The provisions of Article 104-7, Extra Work, and Article

104-8, Compensation and Record Keeping will apply to authorized maintenance of

guardrail/guiderail. Performance of weekly inspections of guardrail/guiderail, and the damage

reports required as described above, will be considered to be an incidental part of the work being

paid for by the various contract items.

EROSION AND SEDIMENT CONTROL/STORMWATER CERTIFICATION: (1-16-07) (Rev 11-22-16) 105-16, 225-2, 16 SP1 G180

General

Schedule and conduct construction activities in a manner that will minimize soil erosion and the

resulting sedimentation and turbidity of surface waters. Comply with the requirements herein

regardless of whether or not a National Pollution discharge Elimination System (NPDES) permit

for the work is required.

Establish a chain of responsibility for operations and subcontractors’ operations to ensure that the

Erosion and Sediment Control/Stormwater Pollution Prevention Plan is implemented and

maintained over the life of the contract.

(A) Certified Supervisor - Provide a certified Erosion and Sediment Control/Stormwater

Supervisor to manage the Contractor and subcontractor operations, insure compliance with

Federal, State and Local ordinances and regulations, and manage the Quality Control

Program.

(B) Certified Foreman - Provide a certified, trained foreman for each construction operation

that increases the potential for soil erosion or the possible sedimentation and turbidity of

surface waters.

(C) Certified Installer - Provide a certified installer to install or direct the installation for

erosion or sediment/stormwater control practices.

ST-264 CITY OF DURHAM

28

(D) Certified Designer - Provide a certified designer for the design of the erosion and sediment

control/stormwater component of reclamation plans and, if applicable, for the design of the

project erosion and sediment control/stormwater plan.

Roles and Responsibilities

(A) Certified Erosion and Sediment Control/Stormwater Supervisor - The Certified Supervisor

shall be Level II and responsible for ensuring the erosion and sediment control/stormwater

plan is adequately implemented and maintained on the project and for conducting the

quality control program. The Certified Supervisor shall be on the project within 24 hours

notice from initial exposure of an erodible surface to the project’s final acceptance.

Perform the following duties:

(1) Manage Operations - Coordinate and schedule the work of subcontractors so that

erosion and sediment control/stormwater measures are fully executed for each

operation and in a timely manner over the duration of the contract.

(a) Oversee the work of subcontractors so that appropriate erosion and

sediment control/stormwater preventive measures are conformed to at each

stage of the work.

(b) Prepare the required National Pollutant Discharge Elimination System

(NPDES) Inspection Record and submit to the Engineer.

(c) Attend all weekly or monthly construction meetings to discuss the findings

of the NPDES inspection and other related issues.

(d) Implement the erosion and sediment control/stormwater site plans

requested.

(e) Provide any needed erosion and sediment control/stormwater practices for

the Contractor’s temporary work not shown on the plans, such as, but not

limited to work platforms, temporary construction, pumping operations,

plant and storage yards, and cofferdams.

(f) Acquire applicable permits and comply with requirements for borrow pits,

dewatering, and any temporary work conducted by the Contractor in

jurisdictional areas.

(g) Conduct all erosion and sediment control/stormwater work in a timely and

workmanlike manner.

(h) Fully perform and install erosion and sediment control/stormwater work

prior to any suspension of the work.

(i) Coordinate with Department, Federal, State and Local Regulatory agencies

on resolution of erosion and sediment control/stormwater issues due to the

Contractor’s operations.

(j) Ensure that proper cleanup occurs from vehicle tracking on paved surfaces

or any location where sediment leaves the Right-of-Way.

(k) Have available a set of erosion and sediment control/stormwater plans that

are initialed and include the installation date of Best Management Practices.

These practices shall include temporary and permanent groundcover and be

properly updated to reflect necessary plan and field changes for use and

review by Department personnel as well as regulatory agencies.

ST-264 CITY OF DURHAM

29

(2) Requirements set forth under the NPDES Permit - The Department's NPDES

Stormwater permit (NCS000250) outlines certain objectives and management

measures pertaining to construction activities. The permit references NCG010000,

General Permit to Discharge Stormwater under the NPDES, and states that the

Department shall incorporate the applicable requirements into its delegated Erosion

and Sediment Control Program for construction activities disturbing one or more

acres of land. The Department further incorporates these requirements on all

contracted bridge and culvert work at jurisdictional waters, regardless of size.

Some of the requirements are, but are not limited to:

(a) Control project site waste to prevent contamination of surface or ground

waters of the state, i.e. from equipment operation/maintenance, construction

materials, concrete washout, chemicals, litter, fuels, lubricants, coolants,

hydraulic fluids, any other petroleum products, and sanitary waste.

(b) Inspect erosion and sediment control/stormwater devices and stormwater

discharge outfalls at least once every 7 calendar days and within 24 hours

after a rainfall event of 0.5 inch that occurs within a 24 hour period.

Additional monitoring may be required at the discretion of Division of

Water Resources personnel if the receiving stream is 303(d) listed for

turbidity and the project has had documented problems managing turbidity.

(c) Maintain an onsite rain gauge or use the Department’s Multi-Sensor

Precipitation Estimate website to maintain a daily record of rainfall amounts

and dates.

(d) Maintain erosion and sediment control/stormwater inspection records for

review by Department and Regulatory personnel upon request.

(e) Implement approved reclamation plans on all borrow pits, waste sites and

staging areas.

(f) Maintain a log of turbidity test results as outlined in the Department's

Procedure for Monitoring Borrow Pit Discharge.

(g) Provide secondary containment for bulk storage of liquid materials.

(h) Provide training for employees concerning general erosion and sediment

control/stormwater awareness, the Department’s NPDES Stormwater

Permit NCS000250 requirements, and the applicable requirements of the

General Permit, NCG010000.

(i) Report violations of the NPDES permit to the Engineer immediately who

will notify the Division of Water Quality Regional Office within 24 hours

of becoming aware of the violation.

(3) Quality Control Program - Maintain a quality control program to control erosion,

prevent sedimentation and follow provisions/conditions of permits. The quality

control program shall:

(a) Follow permit requirements related to the Contractor and subcontractors’

construction activities.

(b) Ensure that all operators and subcontractors on site have the proper erosion

and sediment control/stormwater certification.

(c) Notify the Engineer when the required certified erosion and sediment

control/stormwater personnel are not available on the job site when needed.

(d) Conduct the inspections required by the NPDES permit.

ST-264 CITY OF DURHAM

30

(e) Take corrective actions in the proper timeframe as required by the NPDES

permit for problem areas identified during the NPDES inspections.

(f) Incorporate erosion control into the work in a timely manner and stabilize

disturbed areas with mulch/seed or vegetative cover on a section-by-section

basis.

(g) Use flocculants approved by state regulatory authorities where appropriate

and where required for turbidity and sedimentation reduction.

(h) Ensure proper installation and maintenance of temporary erosion and

sediment control devices.

(i) Remove temporary erosion or sediment control devices when they are no

longer necessary as agreed upon by the Engineer.

(j) The Contractor’s quality control and inspection procedures shall be subject

to review by the Engineer. Maintain NPDES inspection records and make

records available at all times for verification by the Engineer.

(B) Certified Foreman - At least one Certified Foreman shall be onsite for each type of work

listed herein during the respective construction activities to control erosion, prevent

sedimentation and follow permit provisions:

(1) Foreman in charge of grading activities

(2) Foreman in charge of bridge or culvert construction over jurisdictional areas

(3) Foreman in charge of utility activities

The Contractor may request to use the same person as the Level II Supervisor and Level II

Foreman. This person shall be onsite whenever construction activities as described above

are taking place. This request shall be approved by the Engineer prior to work beginning.

The Contractor may request to name a single Level II Foreman to oversee multiple

construction activities on small bridge or culvert replacement projects. This request shall

be approved by the Engineer prior to work beginning.

(C) Certified Installers - Provide at least one onsite, Level I Certified Installer for each of the

following erosion and sediment control/stormwater crew:

(1) Seeding and Mulching

(2) Temporary Seeding

(3) Temporary Mulching

(4) Sodding

(5) Silt fence or other perimeter erosion/sediment control device installations

(6) Erosion control blanket installation

(7) Hydraulic tackifier installation

(8) Turbidity curtain installation

(9) Rock ditch check/sediment dam installation

(10) Ditch liner/matting installation

(11) Inlet protection

(12) Riprap placement

(13) Stormwater BMP installations (such as but not limited to level spreaders,

retention/detention devices)

(14) Pipe installations within jurisdictional areas

ST-264 CITY OF DURHAM

31

If a Level I Certified Installer is not onsite, the Contractor may substitute

a Level II Foreman for a Level I Installer, provided the Level II Foreman is not tasked to

another crew requiring Level II Foreman oversight.

(D) Certified Designer - Include the certification number of the Level III-B Certified Designer

on the erosion and sediment control/stormwater component of all reclamation plans and if

applicable, the certification number of the Level III-A Certified Designer on the design of

the project erosion and sediment control/stormwater plan.

Preconstruction Meeting

Furnish the names of the Certified Erosion and Sediment Control/Stormwater Supervisor,

Certified Foremen, Certified Installers and Certified Designer and notify the Engineer of changes

in certified personnel over the life of the contract within 2 days of change.

Ethical Responsibility

Any company performing work for the North Carolina Department of Transportation has the

ethical responsibility to fully disclose any reprimand or dismissal of an employee resulting from

improper testing or falsification of records.

Revocation or Suspension of Certification

Upon recommendation of the Chief Engineer to the certification entity, certification for

Supervisor, Certified Foremen, Certified Installers and Certified Designer may be revoked or

suspended with the issuance of an Immediate Corrective Action (ICA), Notice of Violation (NOV),

or Cease and Desist Order for erosion and sediment control/stormwater related issues.

The Chief Engineer may recommend suspension or permanent revocation of certification due to

the following:

(A) Failure to adequately perform the duties as defined within this certification provision.

(B) Issuance of an ICA, NOV, or Cease and Desist Order.

(C) Failure to fully perform environmental commitments as detailed within the permit

conditions and specifications.

(D) Demonstration of erroneous documentation or reporting techniques.

(E) Cheating or copying another candidate’s work on an examination.

(F) Intentional falsification of records.

(G) Directing a subordinate under direct or indirect supervision to perform any of the above

actions.

(H) Dismissal from a company for any of the above reasons.

(I) Suspension or revocation of one’s certification by another entity.

Suspension or revocation of a certification will be sent by certified mail to the certificant and the

Corporate Head of the company that employs the certificant.

ST-264 CITY OF DURHAM

32

A certificant has the right to appeal any adverse action which results in suspension or permanent

revocation of certification by responding, in writing, to the Chief Engineer within 10 calendar days

after receiving notice of the proposed adverse action.

Chief Engineer

1536 Mail Service Center

Raleigh, NC 27699-1536

Failure to appeal within 10 calendar days will result in the proposed adverse action becoming

effective on the date specified on the certified notice. Failure to appeal within the time specified

will result in a waiver of all future appeal rights regarding the adverse action taken. The certificant

will not be allowed to perform duties associated with the certification during the appeal process.

The Chief Engineer will hear the appeal and make a decision within 7 days of hearing the appeal.

Decision of the Chief Engineer will be final and will be made in writing to the certificant.

If a certification is temporarily suspended, the certificant shall pass any applicable written

examination and any proficiency examination, at the conclusion of the specified suspension period,

prior to having the certification reinstated.

Measurement and Payment

Certified Erosion and Sediment Control/Stormwater Supervisor, Certified Foremen, Certified

Installers and Certified Designer will be incidental to the project for which no direct compensation

will be made.

DISADVANTAGED BUSINESS ENTERPRISE (LOCAL GOVERNMENT AGENCIES)

See Appendix A

U.S. DEPARTMENT OF TRANSPORTATION HOTLINE: (11-22-94) 108-5 SP1 G100

To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (DOT) operates the above toll-free hotline Monday

through Friday, 8:00 a.m. to 5:00 p.m. eastern time. Anyone with knowledge of possible bid

rigging, bidder collusion, or other fraudulent activities should use the hotline to report such

activities. The hotline is part of the DOT's continuing effort to identify and investigate highway construction

contract fraud and abuse is operated under the direction of the DOT Inspector General. All

information will be treated confidentially and caller anonymity will be respected.

PROCEDURE FOR MONITORING BORROW PIT DISCHARGE: (2-20-07) (Rev. 3-20-13) 105-16, 230, 801 SP1 G181

Water discharge from borrow pit sites shall not cause surface waters to exceed 50 NTUs

(nephelometric turbidity unit) in streams not designated as trout waters and 10 NTUs in streams,

lakes or reservoirs designated as trout waters. For lakes and reservoirs not designated as trout

ST-264 CITY OF DURHAM

33

waters, the turbidity shall not exceed 25 NTUs. If the turbidity exceeds these levels due to natural

background conditions, the existing turbidity level shall not be increased.

If during any operating day, the downstream water quality exceeds the standard, the Contractor

shall do all of the following:

(A) Either cease discharge or modify the discharge volume or turbidity levels to bring the

downstream turbidity levels into compliance, or

(B) Evaluate the upstream conditions to determine if the exceedance of the standard is due to

natural background conditions. If the background turbidity measurements exceed the

standard, operation of the pit and discharge can continue as long as the stream turbidity

levels are not increased due to the discharge.

(C) Measure and record the turbidity test results (time, date and sampler) at all defined

sampling locations 30 minutes after startup and at a minimum, one additional sampling of

all sampling locations during that 24-hour period in which the borrow pit is discharging.

(D) Notify DWQ within 24 hours of any stream turbidity standard exceedances that are not

brought into compliance.

During the Environmental Assessment required by Article 230-4 of the 2018 Standard

Specifications, the Contractor shall define the point at which the discharge enters into the State’s

surface waters and the appropriate sampling locations. Sampling locations shall include points

upstream and downstream from the point at which the discharge enters these waters. Upstream

sampling location shall be located so that it is not influenced by backwater conditions and

represents natural background conditions. Downstream sampling location shall be located at the

point where complete mixing of the discharge and receiving water has occurred.

The discharge shall be closely monitored when water from the dewatering activities is introduced

into jurisdictional wetlands. Any time visible sedimentation (deposition of sediment) on the

wetland surface is observed, the dewatering activity will be suspended until turbidity levels in the

stilling basin can be reduced to a level where sediment deposition does not occur. Staining of

wetland surfaces from suspended clay particles, occurring after evaporation or infiltration, does

not constitute sedimentation. No activities shall occur in wetlands that adversely affect the

functioning of a wetland. Visible sedimentation will be considered an indication of possible

adverse impacts on wetland use.

The Engineer will perform independent turbidity tests on a random basis. These results will be

maintained in a log within the project records. Records will include, at a minimum, turbidity test

results, time, date and name of sampler. Should the Department’s test results exceed those of the

Contractor’s test results, an immediate test shall be performed jointly with the results superseding

the previous test results of both the Department and the Contractor.

The Contractor shall use the NCDOT Turbidity Reduction Options for Borrow Pits Matrix,

available at

http://www.ncdot.gov/doh/operations/dp_chief_eng/roadside/fieldops/downloads/Files/Turbidity

ReductionOptionSheet.pdf

ST-264 CITY OF DURHAM

34

to plan, design, construct, and maintain BMPs to address water quality standards. Tier I Methods

include stilling basins which are standard compensatory BMPs. Other Tier I methods are

noncompensatory and shall be used when needed to meet the stream turbidity standards. Tier II

Methods are also noncompensatory and are options that may be needed for protection of rare or

unique resources or where special environmental conditions exist at the site which have led to

additional requirements being placed in the DWQ’s 401 Certifications and approval letters,

Isolated Wetland Permits, Riparian Buffer Authorization or a DOT Reclamation Plan’s

Environmental Assessment for the specific site. Should the Contractor exhaust all Tier I Methods

on a site exclusive of rare or unique resources or special environmental conditions, Tier II Methods

may be required by regulators on a case by case basis per supplemental agreement.

The Contractor may use cation exchange capacity (CEC) values from proposed site borings to plan

and develop the bid for the project. CEC values exceeding 15 milliequivalents per 100 grams of

soil may indicate a high potential for turbidity and should be avoided when dewatering into surface

water is proposed.

No additional compensation for monitoring borrow pit discharge will be paid.

ASPHALT BINDER CONTENT OF ASPHALT PLANT MIXES: (11-21-00) (Rev. 7-17-12) 609 SP6 R15

The approximate asphalt binder content of the asphalt concrete plant mixtures used on this project will be as follows:

Asphalt Concrete Base Course Type B 25.0__ 4.4% Asphalt Concrete Intermediate Course Type I 19.0__ 4.8% Asphalt Concrete Surface Course Type S 4.75A 6.8% Asphalt Concrete Surface Course Type SA-1 6.8% Asphalt Concrete Surface Course Type SF 9.5A 6.7% Asphalt Concrete Surface Course Type S 9.5__ 6.0% Asphalt Concrete Surface Course Type S 12.5__ 5.6%

The actual asphalt binder content will be established during construction by the Engineer within the limits established in the 2018 Standard Specifications.

ST-264 CITY OF DURHAM

35

ROADWAY PROVISIONS

CONSTRUCTION SEQUENCE: (7-1-95) (Rev. 8-21-12) 560 SP1 R34R

Pave each section of roadway begun in a continuous operation. Do not begin work on another

section of roadway unless satisfactory progress is being made toward completion of intersections

and all other required incidental work by satisfactorily furnishing additional paving equipment and

personnel, except for milling and patching operations.

CLEARING AND GRUBBING - METHOD II: (9-17-02) (Rev.8-18-15) 200 SP2 R02A

Perform clearing on this project to the limits established by Method “II” shown on Standard

Drawing No. 200.02 of the 2018 Roadway Standard Drawings. Conventional clearing methods

may be used except where permit drawings or conditions have been included in the proposal which

require certain areas to be cleared by hand methods.

BURNING RESTRICTIONS: (7-1-95) 200, 210, 215 SP2 R05

Open burning is not permitted on any portion of the right-of-way limits established for this project.

Do not burn the clearing, grubbing or demolition debris designated for disposal and generated from

the project at locations within the project limits, off the project limits or at any waste or borrow

sites in this county. Dispose of the clearing, grubbing and demolition debris by means other than

burning, according to state or local rules and regulations.

BORROW EXCAVATION (IN PLACE OR TRUCK MEASUREMENT): (7-1-95) 230 SP2 R58

The borrow material used on this project will be measured for payment by in place measurement

as provided in Article 230-5 of the 2018 Standard Specifications, or by truck measurement as

provided in Article 230-5 of the 2018 Standard Specifications, as directed by the Engineer.

FLOWABLE FILL: (9-17-02) (Rev 1-17-12) 300, 340, 450, 1000, 1530, 1540, 1550 SP3 R30

Description

This work consists of all work necessary to place flowable fill in accordance with these provisions,

the plans, and as directed.

Materials

Refer to Division 10 of the 2018 Standard Specifications.

Item Section

Flowable Fill 1000-6

ST-264 CITY OF DURHAM

36

Construction Methods

Discharge flowable fill material directly from the truck into the space to be filled, or by other

approved methods. The mix may be placed full depth or in lifts as site conditions dictate. The

Contractor shall provide a method to plug the ends of the existing pipe in order to contain the

flowable fill.

Measurement and Payment

At locations where flowable fill is called for on the plans and a pay item for flowable fill is included

in the contract, Flowable Fill will be measured in cubic yards and paid as the actual number of

cubic yards that have been satisfactorily placed and accepted. Such price and payment will be full

compensation for all work covered by this provision including, but not limited to, the mix design,

furnishing, hauling, placing and containing the flowable fill.

Payment will be made under:

Pay Item Pay Unit

Flowable Fill Cubic Yard

AUTOMATED FINE GRADING: (1-16-96) 610 SP5 R05

On mainline portions and ramps of this project, prepare the subgrade and base beneath the

pavement structure in accordance with the applicable sections of the 2018 Standard Specifications

except use an automatically controlled fine grading machine using string lines, laser controls or

other approved methods to produce final subgrade and base surfaces meeting the lines, grades and

cross sections required by the plans or established by the Engineer.

No direct payment will be made for the work required by this provision as it will be considered

incidental to other work being paid for by the various items in the contract.

INCIDENTAL STONE BASE: (7-1-95) (Rev.8-21-12) 545 SP5 R28R

Description

Place incidental stone base on driveways, mailboxes, etc. immediately after paving and do not

have the paving operations exceed stone base placement by more than one week without written

permission of the Engineer.

Materials and Construction

Provide and place incidental stone base in accordance with Section 545 of the 2018 Standard

Specifications.

Measurement and Payment

Incidental Stone Base will be measured and paid in accordance with Article 545-6 of the

2018 Standard Specifications.

ST-264 CITY OF DURHAM

37

ASPHALT CONCRETE PLANT MIX PAVEMENTS: (2-20-18) 610, 1012 SP6 R65

Revise the 2018 Standard Specifications as follows:

Page 6-17, Table 610-1, MIXING TEMPERATURE AT THE ASPHALT PLANT, replace

with the following:

TABLE 610-1

MIXING TEMPERATURE AT THE ASPHALT PLANT

Binder Grade JMF Temperature

PG 58-28; PG 64-22 250 - 290°F

PG 76-22 300 - 325°F

Page 6-17, Subarticle 610-3(C), Job Mix Formula (JMF), lines 38-39, delete the fourth

paragraph.

Page 6-18, Subarticle 610-3(C), Job Mix Formula (JMF), line 12, replace “SF9.5A” with

“S9.5B”.

Page 6-18, Table 610-3, MIX DESIGN CRITERIA, replace with the following:

TABLE 610-3

MIX DESIGN CRITERIA

Mix

Type

Design

ESALs

millions A

Binder

PG

Grade B

Compaction

Levels Max.

Rut

Depth

(mm)

Volumetric Properties

Gmm @ VMA VTM VFA %Gmm

@ Nini Nini Ndes % Min. % Min.-Max.

S4.75A < 1 64 - 22 6 50 11.5 16.0 4.0 - 6.0 65 - 80 91.5

S9.5B 0 - 3 64 - 22 6 50 9.5 16.0 3.0 - 5.0 70 - 80 91.5

S9.5C 3 - 30 64 - 22 7 65 6.5 15.5 3.0 - 5.0 65 - 78 90.5

S9.5D > 30 76 - 22 8 100 4.5 15.5 3.0 - 5.0 65 - 78 90.0

I19.0C ALL 64 - 22 7 65 - 13.5 3.0 - 5.0 65 - 78 90.5

B25.0C ALL 64 - 22 7 65 - 12.5 3.0 - 5.0 65 - 78 90.5

Design Parameter Design Criteria

All Mix

Types

Dust to Binder Ratio (P0.075 / Pbe) 0.6 - 1.4 C

Tensile Strength Ratio (TSR) D 85% Min. E

A. Based on 20 year design traffic.

B. Volumetric Properties based on specimens compacted to Ndes as modified by the Department.

C. Dust to Binder Ratio (P0.075 / Pbe) for Type S4.75A is 1.0 - 2.0.

D. NCDOT-T-283 (No Freeze-Thaw cycle required).

E. TSR for Type S4.75A & B25.0C mixes is 80% minimum.

Page 6-19, Table 610-5, BINDER GRADE REQUIREMENTS (BASED ON RBR%),

replace with the following:

TABLE 610-5

BINDER GRADE REQUIREMENTS (BASED ON RBR%)

ST-264 CITY OF DURHAM

38

Mix Type %RBR ≤ 20% 21% ≤ %RBR ≤ 30% %RBR > 30%

S4.75A,

S9.5B, S9.5C,

I19.0C, B25.0C

PG 64-22 PG 64-22A PG 58-28

S9.5D, OGFC PG 76-22B n/a n/a

A. If the mix contains any amount of RAS, the virgin binder shall be PG 58-28.

B. Maximum Recycled Binder Replacement (%RBR) is 18% for mixes using PG 76-22 binder.

Page 6-20, Table 610-6, PLACEMENT TEMPERATURES FOR ASPHALT, replace with

the following:

TABLE 610-6

PLACEMENT TEMPERATURES FOR ASPHALT

Asphalt Concrete Mix Type Minimum Surface and Air Temperature

B25.0C 35F

I19.0C 35F

S4.75A, S9.5B, S9.5C 40F A

S9.5D 50F A. If the mix contains any amount of RAS, The virgin binder shall be PG 58-28.

Page 6-23, Table 610-7, DENSITY REQUIREMENTS, replace with the following:

TABLE 610-7

DENSITY REQUIREMENTS

Mix Type Minimum % Gmm

(Maximum Specific Gravity)

S4.75A 85.0 A

S9.5B 90.0

S9.5C, S9.5D, I19.0C, B25.0C 92.0 A. Compaction to the above specified density will be required when the S4.75A mix is applied at a rate of

100 lbs/sy or higher.

Page 6-32, Article 610-16 MEASUREMENT AND PAYMENT, replace with the following:

Pay Item Pay Unit

Asphalt Concrete Base Course, Type B25.0C Ton

Asphalt Concrete Intermediate Course, Type I19.0C Ton

Asphalt Concrete Surface Course, Type S4.75A Ton

Asphalt Concrete Surface Course, Type S9.5B Ton

Asphalt Concrete Surface Course, Type S9.5C Ton

Asphalt Concrete Surface Course, Type S9.5D Ton

Page 10-30, Table 1012-1, AGGREGATE CONSENSUS PROPERTIES, replace with the

following:

ST-264 CITY OF DURHAM

39

TABLE 1012-1

AGGREGATE CONSENSUS PROPERTIESA

Mix Type

Coarse

Aggregate

AngularityB

Fine Aggregate

Angularity

% Minimum

Sand

Equivalent

% Minimum

Flat and

Elongated

5 : 1 Ratio

% Maximum

Test Method ASTM D5821 AASHTO T 304 AASHTO T 176 ASTM D4791

S4.75A; S9.5B 75 / - 40 40 -

S9.5C; I19.0C;

B25.0C 95 / 90 45 45 10

S9.5D 100 / 100 45 50 10

OGFC 100 / 100 45 45 10

UBWC 100 / 85 45 45 10

A. Requirements apply to the design aggregate blend.

B. 95 / 90 denotes that 95% of the coarse aggregate has one fractured face and 90% has 2 or more fractured

faces.

PRICE ADJUSTMENT - ASPHALT BINDER FOR PLANT MIX: (11-21-00) 620 SP6 R25

Price adjustments for asphalt binder for plant mix will be made in accordance with Section 620 of

the 2018 Standard Specifications.

The base price index for asphalt binder for plant mix is $ 501.67 per ton.

This base price index represents an average of F.O.B. selling prices of asphalt binder at supplier's

terminals on June 1, 2018.

PATCHING EXISTING PAVEMENT: (1-15-02) (Rev.12-18-12) 610 SP6 R88R

Description

The Contractor's attention is directed to the fact that there are areas of existing pavement on this

project that will require repair prior to resurfacing. Patch the areas that, in the opinion of the

Engineer, need repairing. The areas to be patched will be delineated by the Engineer prior to the

Contractor performing repairs.

Materials

The patching consists of Asphalt Concrete Base Course, Asphalt Concrete Intermediate Course,

Asphalt Concrete Surface Course, or a combination of base, binder and surface course.

Construction Methods

Remove existing pavement at locations directed by the Engineer in accordance with Section 250

of the 2018 Standard Specifications.

ST-264 CITY OF DURHAM

40

Place Asphalt Concrete Base Course, in lifts not exceeding 5.5 inches. Utilize compaction

equipment suitable for compacting patches as small as 3.5 feet by 6 feet on each lift. Use an

approved compaction pattern to achieve proper compaction. If patched pavement is to be open to

traffic for more than 48 hours prior to overlay, use Asphalt Surface Course in the top 1.5 inches of

the patch.

Schedule operations so that all areas where pavement has been removed will be repaired on the

same day of the pavement removal and all lanes of traffic restored.

Measurement and Payment

Patching Existing Pavement will be measured and paid as the actual number of tons of asphalt

plant mix complete in place that has been used to make completed and accepted repairs. The

asphalt plant mixed material will be measured by being weighed in trucks on certified platform

scales or other certified weighing devices. The above price and payment will be full compensation

for all work covered by this provision, including but not limited to removal and disposal of all

types of pavement; furnishing and applying tack coat; furnishing, placing, and compacting of

asphalt plant mix; furnishing of asphalt binder for the asphalt plant mix; and furnishing scales.

Patching Existing Pavement will be considered a minor item. Any provisions included in the

contract that provides for adjustments in compensation due to variations in the price of asphalt

binder will not be applicable to payment for the work covered by this provision.

Payment will be made under:

Pay Item Pay Unit

Patching Existing Pavement Ton

HIGH STRENGTH CONCRETE FOR DRIVEWAYS: (11-21-00) (Rev. 1-17-12) 848 SP10 R02

Use high early strength concrete for all driveways shown in the plans and as directed by the

Engineer. Provide high early strength concrete that meets the requirements of Article 1000-5 of

the 2018 Standard Specifications.

Measurement and payment will be in accordance with Section 848 of the 2018 Standard

Specifications.

TEMPORARY TRAFFIC CONTROL DEVICES: (1-17-12) 1105 SP11 R05

Revise the 2018 Standard Specifications as follows:

Page 11-5, Article 1105-6 Measurement and Payment, add the following paragraph after

line 24:

Partial payments will be made on each payment estimate based on the following: 50% of the

contract lump sum price bid will be paid on the first monthly estimate and the remaining 50% of

ST-264 CITY OF DURHAM

41

the contract lump sum price bid will be paid on each subsequent estimate based on the percent of

the project completed.

PERMANENT SEEDING AND MULCHING: (7-1-95) 1660 SP16 R02

The Department desires that permanent seeding and mulching be established on this project as

soon as practical after slopes or portions of slopes have been graded. As an incentive to obtain an

early stand of vegetation on this project, the Contractor's attention is called to the following:

For all permanent seeding and mulching that is satisfactorily completed in accordance with the

requirements of Section 1660 in the 2018 Standard Specifications and within the following

percentages of elapsed contract times, an additional payment will be made to the Contractor as an

incentive additive. The incentive additive will be determined by multiplying the number of acres

of seeding and mulching satisfactorily completed times the contract unit bid price per acre for

Seeding and Mulching times the appropriate percentage additive.

Percentage of Elapsed Contract Time Percentage Additive

0% - 30% 30%

30.01% - 50% 15%

Percentage of elapsed contract time is defined as the number of calendar days from the date of

availability of the contract to the date the permanent seeding and mulching is acceptably completed

divided by the total original contract time.

STABILIZATION REQUIREMENTS: (3-11-16) S-1

Stabilization for this project shall comply with the time frame guidelines as specified by the NCG-

010000 general construction permit effective August 3, 2011 issued by the North Carolina

Department of Environment and Natural Resources Division of Water Quality. Temporary or

permanent ground cover stabilization shall occur within 7 calendar days from the last land-

disturbing activity, with the following exceptions in which temporary or permanent ground cover

shall be provided in 14 calendar days from the last land-disturbing activity:

• Slopes between 2:1 and 3:1, with a slope length of 10 ft. or less

• Slopes 3:1 or flatter, with a slope of length of 50 ft. or less

• Slopes 4:1 or flatter

The stabilization timeframe for High Quality Water (HQW) Zones shall be 7 calendar days with

no exceptions for slope grades or lengths. High Quality Water Zones (HQW) Zones are defined

by North Carolina Administrative Code 15A NCAC 04A.0105 (25). Temporary and permanent

ground cover stabilization shall be achieved in accordance with the provisions in this contract

and as directed.

(East)

ST-264 CITY OF DURHAM

42

SEEDING AND MULCHING:

The kinds of seed and fertilizer, and the rates of application of seed, fertilizer, and limestone, shall

be as stated below. During periods of overlapping dates, the kind of seed to be used shall be

determined. All rates are in pounds per acre.

All Roadway Areas

March 1 - August 31 September 1 - February 28

50# Tall Fescue 50# Tall Fescue

10# Centipede 10# Centipede

25# Bermudagrass (hulled) 35# Bermudagrass (unhulled)

500# Fertilizer 500# Fertilizer

4000# Limestone 4000# Limestone

Waste and Borrow Locations

March 1 – August 31 September 1 - February 28

75# Tall Fescue 75# Tall Fescue

25# Bermudagrass (hulled) 35# Bermudagrass (unhulled)

500# Fertilizer 500# Fertilizer

4000# Limestone 4000# Limestone

Note: 50# of Bahiagrass may be substituted for either Centipede or Bermudagrass only upon

Engineer’s request.

ST-264 CITY OF DURHAM

43

Approved Tall Fescue Cultivars

06 Dust

2nd Millennium

3rd Millennium

Escalade Justice

Kalahari

Scorpion

Serengeti

Shelby Essential

Evergreen 2

Apache III Falcon IV Kitty Hawk 2000 Sheridan

Avenger Falcon NG Legitimate Signia

Barlexas Falcon V Lexington Silver Hawk

Barlexas II Faith LSD Sliverstar

Bar Fa Fat Cat Magellan Shenandoah Elite

Barrera Festnova Matador Sidewinder

Barrington Fidelity Millennium SRP Skyline

Barrobusto Finelawn Elite Monet Solara

Barvado Finelawn Xpress Mustang 4 Southern Choice II

Biltmore Finesse II Ninja 2 Speedway

Bingo Firebird Ol’ Glory Spyder LS

Bizem Firecracker LS Olympic Gold Sunset Gold

Blackwatch Firenza Padre Taccoa

Blade Runner II Five Point Patagonia Tanzania

Bonsai Focus Pedigree Trio

Braveheart Forte Picasso Tahoe II

Bravo Garrison Piedmont Talladega

Bullseye Gazelle II Plantation Tarheel

Cannavaro Gold Medallion Proseeds 5301 Terrano

Catalyst Grande 3 Prospect Titan ltd

Cayenne Greenbrooks Pure Gold Titanium LS

Cessane Rz Greenkeeper Quest Tracer

Chipper Gremlin Raptor II Traverse SRP

Cochise IV Greystone Rebel Exeda Tulsa Time

Constitution Guardian 21 Rebel Sentry Turbo

Corgi Guardian 41 Rebel IV Turbo RZ

Corona Hemi Regiment II Tuxedo RZ

Coyote Honky Tonk Regenerate Ultimate

Darlington Hot Rod Rendition Venture

Davinci Hunter Rhambler 2 SRP Umbrella

Desire Inferno Rembrandt Van Gogh

Dominion Innovator Reunion Watchdog

Dynamic Integrity Riverside Wolfpack II

Dynasty Jaguar 3 RNP Xtremegreen

Endeavor Jamboree Rocket

ST-264 CITY OF DURHAM

44

On cut and fill slopes 2:1 or steeper Centipede shall be applied at the rate of 5 pounds per acre and

add 20# of Sericea Lespedeza from January 1 - December 31.

Fertilizer shall be 10-20-20 analysis. A different analysis of fertilizer may be used provided the

1-2-2 ratio is maintained and the rate of application adjusted to provide the same amount of plant

food as a 10-20-20 analysis and as directed.

WATTLE: (10-19-10) (Rev. 1-17-12) 1060,1630,1631 T1

Description

Wattles are tubular products consisting of excelsior fibers encased in synthetic netting. Wattles

are used on slopes or channels to intercept runoff and act as a velocity break. Wattles are to be

placed at locations shown on the plans or as directed. Installation shall follow the detail provided

in the plans and as directed. Work includes furnishing materials, installation of wattles, matting

installation, and removing wattles.

Materials

Wattle shall meet the following specifications:

100% Curled Wood(Excelsior) Fibers

Minimum Diameter 12 in.

Minimum Density 2.5 lb/ft3 +/- 10%

Net Material Synthetic

Net Openings 1 in. x 1 in.

Net Configuration Totally Encased

Minimum Weight 20 lb. +/- 10% per 10 ft. length

Stakes shall be used as anchors.

Provide hardwood stakes a minimum of 2-ft. long with a 2" x 2" nominal square cross section.

One end of the stake must be sharpened or beveled to facilitate driving down into the underlying

soil.

Matting shall meet the requirements of Article 1060-8 of the 2018 Standard Specifications, or shall

meet specifications provided elsewhere in this contract.

Provide staples made of 0.125" diameter new steel wire formed into a u shape not less than 12" in

length with a throat of 1" in width.

Construction Methods

Wattles shall be secured to the soil by wire staples approximately every 1 linear foot and at the

end of each section of wattle. A minimum of 4 stakes shall be installed on the downstream side

of the wattle with a maximum spacing of 2 linear feet along the wattle, and according to the detail.

Install a minimum of 2 stakes on the upstream side of the wattle according to the detail provided

in the plans. Stakes shall be driven into the ground a minimum of 10" with no more than 2"

ST-264 CITY OF DURHAM

45

projecting from the top of the wattle. Drive stakes at an angle according to the detail provided in

the plans.

Only install wattle(s) to a height in ditch so flow will not wash around wattle and scour ditch slopes

and according to the detail provided in the plans and as directed. Overlap adjoining sections of

wattles a minimum of 6".

Installation of matting shall be in accordance with the detail provided in the plans, and in

accordance with Article 1631-3 of the 2018 Standard Specifications, or in accordance with

specifications provided elsewhere in this contract.

The Contractor shall maintain the wattles until the project is accepted or until the wattles are

removed, and shall remove and dispose of silt accumulations at the wattles when so directed in

accordance with the requirements of Section 1630 of the 2018 Standard Specifications.

Measurement and Payment

Wattle will be measured and paid for by the actual number of linear feet of wattles which are

installed and accepted. Such price and payment will be full compensation for all work covered by

this section, including, but not limited to, furnishing all materials, labor, equipment and incidentals

necessary to install the Wattle.

Matting will be measured and paid for in accordance with Article 1631-4 of the 2018 Standard

Specifications, or in accordance with specifications provided elsewhere in this contract.

Payment will be made under:

Pay Item Pay Unit

Wattle Linear Foot

WATTLES WITH POLYACRYLAMIDE (PAM): (10-19-10) (Rev. 1-17-12) 1060,1630,1631 T2

Description

Wattles are tubular products consisting of excelsior fibers encased in synthetic netting. Wattles

are used on slopes or channels to intercept runoff and act as a velocity break. Wattles are to be

placed at locations shown on the plans or as directed. Installation shall follow the detail provided

in the plans and as directed. Work includes furnishing materials, installation of wattles, matting

installation, PAM application, and removing wattles.

Materials

Wattle shall meet the following specifications:

ST-264 CITY OF DURHAM

46

100% Curled Wood(Excelsior) Fibers

Minimum Diameter 12 in.

Minimum Density 2.5 lb/ft3 +/- 10%

Net Material Synthetic

Net Openings 1 in. x 1 in.

Net Configuration Totally Encased

Minimum Weight 20 lb. +/- 10% per 10 ft. length

Stakes shall be used as anchors.

Provide hardwood stakes a minimum of 2-ft. long with a 2 in. x 2 in. nominal square cross section.

One end of the stake must be sharpened or beveled to facilitate driving down into the underlying

soil.

Matting shall meet the requirements of Article 1060-8 of the 2018 Standard Specifications, or shall

meet specifications provided elsewhere in this contract.

Provide staples made of 0.125" diameter new steel wire formed into a u shape not less than 12" in

length with a throat of 1" in width.

Polyacrylamide (PAM) shall be applied in powder form and shall be anionic or neutrally charged.

Soil samples shall be obtained in areas where the wattles will be placed, and from offsite material

used to construct the roadway, and analyzed for the appropriate PAM flocculant to be utilized with

each wattle. The PAM product used shall be listed on the North Carolina Department of

Environment and Natural Resources (NCDENR) Division of Water Quality (DWQ) web site as an

approved PAM product for use in North Carolina.

Construction Methods

Wattles shall be secured to the soil by wire staples approximately every 1 linear foot and at the

end of each section of wattle. A minimum of 4 stakes shall be installed on the downstream side

of the wattle with a maximum spacing of 2 linear feet along the wattle, and according to the detail.

Install a minimum of 2 stakes on the upstream side of the wattle according to the detail provided

in the plans. Stakes shall be driven into the ground a minimum of 10 in. with no more than 2 in.

projecting from the top of the wattle. Drive stakes at an angle according to the detail provided in

the plans.

Only install wattle(s) to a height in ditch so flow will not wash around wattle and scour ditch slopes

and according to the detail provided in the plans and as directed. Overlap adjoining sections of

wattles a minimum of 6 in.

Installation of matting shall be in accordance with the detail provided in the plans, and in

accordance with Article 1631-3 of the 2018 Standard Specifications, or in accordance with

specifications provided elsewhere in this contract.

Apply PAM over the lower center portion of the wattle where the water is going to flow over at a

rate of 2 ounces per wattle, and 1 ounce of PAM on matting on each side of the wattle.

ST-264 CITY OF DURHAM

47

PAM applications shall be done during construction activities after every rainfall event that is

equal to or exceeds 0.50 in.

The Contractor shall maintain the wattles until the project is accepted or until the wattles are

removed, and shall remove and dispose of silt accumulations at the wattles when so directed in

accordance with the requirements of Section 1630 of the 2018 Standard Specifications.

Measurement and Payment

Wattles will be measured and paid for by the actual number of linear feet of wattles which are

installed and accepted. Such price and payment will be full compensation for all work covered by

this section, including, but not limited to, furnishing all materials, labor, equipment and incidentals

necessary to install the Wattles.

Matting will be measured and paid for in accordance with Article 1631-4 of the 2018 Standard

Specifications, or in accordance with specifications provided elsewhere in this contract.

Polyacrylamide (PAM) will be measured and paid for by the actual weight in pounds of PAM

applied to the wattles. Such price and payment will be full compensation for all work covered by

this section, including, but not limited to, furnishing all materials, labor, equipment and incidentals

necessary to apply the Polyacrylamide (PAM).

Payment will be made under:

Pay Item Pay Unit

Polyacrylamide (PAM) Pound

Wattle Linear Foot

REMOVAL AND REPLACEMENT OF STREET SIGNS AND MAILBOXES:

Remove and replace mailboxes in accordance with AASHTO Guide for Erecting Mailboxes on

Highways and as directed by Project Manager. The Contractor shall be liable to the owner for

any damage to any mailbox during the removal and replacement.

Remove and replace street signs, markers, and route markers out of the construction limits of the

project and install the street signs and markers and route markers so that they will be visible to

the traveling public to the satisfaction of the Project Manager.

Stockpile any signs or markers that cannot be relocated due to lack of right of way, or any signs

and markers that will no longer be applicable after the construction of the project, at locations

directed by the Project Manager for removal by Others.

The Contractor shall be responsible for any damage to any street signs and markers or route

markers during the above described operations.

No direct payment will be made for removing, relocating, reinstalling, and/or stockpiling the

mailboxes, street signs and markers, and route markers as such work shall be considered

incidental.

ST-264 CITY OF DURHAM

48

PERMITS

The Contractor's attention is directed to the following permits, which have been issued to the

Department of Transportation by the authority granting the permit.

PERMIT AUTHORITY GRANTING THE PERMIT

Stormwater Division of Environmental and Natural Resources,

DENR, State of North Carolina

The Contractor shall comply with all applicable permit conditions during construction of this

project. Those conditions marked by * are the responsibility of the department and the Contractor

has no responsibility in accomplishing those conditions.

Agents of the permitting authority will periodically inspect the project for adherence to the permits.

The Contractor's attention is also directed to Articles 107-10 and 107-13 of the 2018 Standard

Specifications and the following:

Should the Contractor propose to utilize construction methods (such as temporary structures or fill

in waters and/or wetlands for haul roads, work platforms, cofferdams, etc.) not specifically

identified in the permit (individual, general, or nationwide) authorizing the project it shall be the

Contractor's responsibility to coordinate with the Engineer to determine what, if any, additional

permit action is required. The Contractor shall also be responsible for initiating the request for the

authorization of such construction method by the permitting agency. The request shall be

submitted through the Engineer. The Contractor shall not utilize the construction method until it

is approved by the permitting agency. The request normally takes approximately 60 days to

process; however, no extensions of time or additional compensation will be granted for delays

resulting from the Contractor's request for approval of construction methods not specifically

identified in the permit.

Where construction moratoriums are contained in a permit condition which restricts the

Contractor's activities to certain times of the year, those moratoriums will apply only to the

portions of the work taking place in the waters or wetlands provided that activities outside

those areas is done in such a manner as to not affect the waters or wetlands.

ST-264 CITY OF DURHAM

49

ST-264 CITY OF DURHAM

50

ST-264 CITY OF DURHAM

51

ST-264 CITY OF DURHAM

52

ST-264 CITY OF DURHAM

53

ST-264 CITY OF DURHAM

54

ST-264 CITY OF DURHAM

55

STANDARD SPECIAL PROVISIONS

UNDERGROUND DETENTION CONTROL STRUCTURE 5A Underground Detention Control Structure 5A, includes all material, equipment and labor to completely install the Underground Detention Control Structure 5A as indicated in the contract documents. Materials include; but are not limited to concrete structure, shop drawings, subgrade material, leveling pad, backfill material, single leaf sidewalk access door, grout, dry vent, etc. Payment for Underground Detention Control Structure 5A will be paid for at the contract unit price per “EACH”.

UNDERGROUND DETENTION CONTROL STRUCTURE 6A Underground Detention Control Structure 6A, includes all material, equipment and labor to completely install the Underground Detention Control Structure 6A as indicated in the contract documents. Materials include; but are not limited to concrete structure, shop drawings, subgrade material, leveling pad, backfill material, single leaf sidewalk access door, grout, dry vent, etc. Payment for Underground Detention Control Structure 6A will be paid for at the contract unit price per “EACH”.

BOLLARDS (HINGED AND UNHINGED) Bollards (hinged and unhinged), includes all material, equipment and labor to completely install the Bollards along the American Tobacco Trail Underground as indicated in the contract documents. Materials include; but are not limited to hinged bollards, unhinged bollards, anchor bolts, concrete, locking hardware, etc. Payment for Bollards (hinged and unhinged) will be paid for at the contract unit price per “EACH”.

TEMPORARY CONSTRUCTION ENTRANCE Temporary Construction Entrance includes all material, equipment and labor to completely install and maintain the Temporary Construction Entrance as indicated in the contract documents. Materials include; but are not limited to 2”-3” course aggregate, geotextile fabric, etc. Payment for Temporary Construction Entrance will be paid for at the contract unit price per “EACH”.

RETAINING WALL (MODULAR BLOCK WALL) GENERAL

DESCRIPTION

A. The work includes but not limited to furnishing and constructing a segmental

concrete retaining wall (SRW) system, including leveling pad, soil reinforcement,

unit drainage fill, select backfill, and incidental materials required for (SRW)

construction to the lines and grades shown on the construction drawings and

specified herein. Segmental concrete retaining wall (SRW) design shall include

provisions for the pipe penetrations as shown on the construction drawings.

B. The plans provided are preliminary in nature and are submitted for bidding purposes

only. The contractor is responsible for providing final plans that meet the

requirements of this specification. RELATED SECTIONS

Section 452, NCDOT Standard Specifications for Roads and Structures – Sheet Piles if

required

Aluminum Pedestrian Railing

ST-264 CITY OF DURHAM

56

REFERENCE STANDARDS

A. ASTM

C 1372 Standard Specification for Segmental Retaining Wall Units

D 422 Particle Size Analysis

D 698 Moisture Density Relationship for Soils, Standard Method

D 3080 Direct Shear Test

D 2166 Triaxial Shear Test

B. FEDERAL HIGHWAY ADMINISTRATION (FHWA)

SA-96-071 MSE Walls and RSS Dgn and Construction Guidelines (Demo 82)

C. AASHTO

AASHTO M55 Welded Wire Reinforcement Mesh

D. NATIONAL CONCRETE MASONRY ASSOCIATION (NCMA)

NCMA Design Manual for SRWs Second Edition

SRWU-1 Connection Strength of SRWs

SRWU-2 Shear Strength between SRWs

DESIGN REQUIREMENTS

A. DESIGN METHOD

Design of SRW’s using soil reinforcement shall be in accordance with the FHWA

Demo 82 design criteria. All designs shall conform to the minimum safety factors

in this Specification. Design submittals not meeting this design criteria or

technical/administrative criteria specified will be rejected in their entirety until

complete compliance is achieved. Owner reserves all rights in determining

compliance for plan approval and may reject any submittals.

B. DESIGN PARAMETERS

The design of the SRW system shall be based on the following soil parameters

provided by the Owner.

Soil ’ c’

Reinforced Backfill 34º (min) 0 psf 115 pcf

Retained Soil 28º 0 psf 125 pcf

Foundation Soil 28º 0 psf 125 pcf

C. DESIGN REQUIREMENTS

Unless otherwise indicated below, the SRW design shall be performed in strict

ST-264 CITY OF DURHAM

57

compliance with Section 1.4A of this Specification.

Internal Stability Minimum Factor of Safety

Tensile Overstress 1.0 Pullout (Peak) 1.5 Facing Shear (Peak) 1.5 Facing Connection (Peak) 1.5 Uncertainties 1.5

External Stability Base Sliding (static) 1.5 Overturning 2.0 Bearing 2.0

Global 1.35

In addition, to further clarify the owner’s intent, the design shall:

1. Address hydrostatic, seismic, rapid drawdown, surcharge and backslope loading as

shown on the plans. Minimum live loads of 100 psf and 250 psf shall be for all walls

and walls supporting areas subject to traffic, respectively

2. Provide a minimum reinforcement length of 70% the total height of the wall

for each layer and minimum length of 8.0 feet. Short intermediate layers are

not allowed.

3. Provide continuous, 100% soil reinforcement coverage at each layer (no

gaps).

4. Use maximum spacing between vertically adjacent reinforcing layers of no

more than 2 times the actual (not nominal) SRW unit depth (face to tail).

5. Only the weight of the mass vertically over the plane of sliding shall be

included in the resisting forces for sliding and overturning. Submittals

The SRW contractor shall provide to the Owner a minimum of 14 days prior to the

anticipated start date for the SRW a submittal package including the following:

A. A set of detailed SRW design plans sealed by a registered professional engineer

licensed in the state of the project. The SRW plans shall include all details,

dimensions, quantities and cross sections necessary to construct the SRW and

shall include:

1. Plan, elevation and cross section views for each wall.

2. Details for cap blocks, concrete coping, or barriers constructed as part of the

wall contract.

3. Details of the SRW around all appurtenances within the wall face or

reinforced backfill, and details of connections of SRW units to sheet piling

retaining wall system.

4. Details of the SRW around the pipe penetrations.

5. Detailed hand calculations or computer output accompanied by sufficient

hand calculations demonstrating compliance with this Specification.

B. Product literature indicating specifically which SRW units and soil reinforcement

ST-264 CITY OF DURHAM

58

are proposed for use on the project including color, face style and texture.

C. Documentation for the SRW units and soil reinforcement demonstrating

compliance with the requirements of this specification including but not limited to

SRW compressive strength and absorption; SRW/soil reinforcement connection

and shear; and reinforcement creep, durability, installation damage and pullout.

D. Manufacturer’s certification that the SRW units meet the requirements of this

specification.

E. Manufacturer’s certification that the soil reinforcement meets the requirements of

this specification.

F. SRW system engineer’s certification that the design complies in all respects with

this specification and proof of current professional and general liability insurance

with an aggregate coverage of not less than $2,000,000.00 per occurrence.

G. Contractor’s certification that

1. The specific SRW system proposed for use on this project has been

successfully used on a minimum of 5 similar projects and has been

successfully installed on a minimum of 1,000,000 square feet of retaining

walls.

2. The contractor has a minimum of 200,000 square feet of experience with the

proposed SRW system. Contact names and telephone numbers shall be listed

for projects used to document the 200,000 square feet.

DELIVERY, STORAGE AND HANDLING

The contractor shall check all materials upon delivery to assure that the proper type, grade,

color and material certification have been received. Contractor shall protect materials from

damage due to jobsite conditions and in accordance with the manufacturer’s

recommendations. Damaged materials shall not be incorporated into the work.

PRODUCTS

DEFINITIONS

A. Segmental Concrete Units - a modular concrete facing unit machine made from

Portland cement, water and mineral aggregates.

B. Soil Reinforcement - steel reinforcement formed by a regular network of

integrally connected tensile elements with apertures of sufficient size to allow

interlocking with surrounding soil, rock or earth and function as reinforcement.

Soil reinforcement shall be specifically manufactured for soil reinforcement.

Steel reinforcement shall be galvanized in accordance with Section 1076 of the

North Carolina Department of Transportation Standard Specifications.

ST-264 CITY OF DURHAM

59

C. Unit Drainage Fill - drainage aggregate which is placed within and behind the

segmental concrete units.

D. Reinforced Backfill - compacted soil that is within the reinforced soil volume as

shown on the plans.

E. Foundation Soil - compacted imported or in-situ soil beneath entire wall.

F. Retained Soil - compacted imported or in-situ soil behind reinforced zone of the

retaining wall.

G. Base Leveling Pad - level compacted gravel or un-reinforced concrete pad upon

which the first course of segmental concrete facing units is placed.

H. Galvanized Pipe – structural element used to form connection between SRW units

and a separate retaining wall system.

SEGMENTAL CONCRETE UNITS SHALL MEET THE FOLLOWING REQUIREMENTS

A. Manufactured in accordance with ASTM C1372.

B. Minimum 28-day compressive strength of 3000 psi.

C. Maximum moisture absorption of 8%.

D. Dimensional tolerances shall be in accordance with ASTM C1372, but height shall

not vary more than 1/8 inch as measured from the lowest to highest point across

the top surface of the unit from a level base plane.

E. Modular units shall provide a minimum effective, in-place weight of 120 pcf

including the unit fill that is contained within the nominal dimension of the unit.

Modular units shall have a unit depth of 21.5 inches or 12 inches.

F. Units shall have angled sides capable of concave and convex alignment curves with

a minimum radius of 4.0 feet.

G. Minimum inter-unit shear strength of 500 psi at 2 psi normal pressure per NCMA

SRWU-2.

H. Minimum soil reinforcement to SRW unit peak connection strength of 500 lbs/ft at

2-psi normal pressure per NCMA SRWU-1.

I. Provide shear pins to provide a mechanical connection between vertically and

horizontally adjacent units. Shear pins shall protrude at least 1.5 inches into

receiving openings of the SRW units. At least two shear pins are required per face

unit. The shear pin must fit within an aperture of the soil reinforcement and be

capable of holding the reinforcement in the proper position during tensioning and

backfilling. The pins shall have a minimum short beam shear strength of 5000 psi.

Pins shall result in a design wall batter of between 0.5º to 2º.

ST-264 CITY OF DURHAM

60

J. SRW units finish and appearance shall be per ASTM C1372. Exposed faces shall

be free of chips, cracks or other imperfections when viewed from a distance of 20

feet under diffused lighting. Color shall be concrete gray and the face finish shall

be a sculptured rock face in an angular tri-planar configuration unless shown

otherwise on the Plans.

SOIL REINFORCEMENT

A. Soil Reinforcement - Reinforcing steel shall conform to the applicable requirements

in NCDOT Standard Specifications Sections 425 and 1070.

Shop fabricate the reinforcing strips of cold drawn steel wire conforming to the

minimum requirements of ASTM A 82 and weld into the finished strips in

accordance with ASTM A 185. Galvanize after the mesh is fabricated in

accordance with the minimum requirements of ASTM A 123.

B. Connector pins – Fabricate from cold drawn steel wire conforming to the

requirements of ASTM A 82. Galvanize in accordance with ASTM A 123.

C. Alignment/Shear pins – Utilize Alignment/Shear pins where only block to block

connections are required. Pins shall be ½” diameter thermoset isopthalic polyester

resin-pultruded fiberglass reinforcement rods. Pins shall have a minimum flexural

strength of 128,000 psi, a minimum tensile strength of 110,000 psi and a short beam

shear strength of 6400 psi.

UNIT DRAINAGE FILL AND REINFORCED BACKFILL

Shall consist of clean 1” minus crushed stone or crushed gravel meeting the requirements

for # 57 stone.

BASE LEVELING PAD

Base leveling pad shall be constructed of dense graded crushed stone or crushed gravel. A

concrete leveling pad consisting of lean unreinforced concrete may be used at the wall

contractor’s option.

Steel pipe shall conform to the requirements of ASTM A53 for galvanized standard weight steel

pipe.

EXECUTION

EXCAVATION

A. Contractor shall excavate to the lines and grades shown on the construction

drawings. Owner’s representative shall inspect the excavation and approve prior

to placement of leveling material or fill soils. Proofroll foundation area as

directed to determine if remedial work is required.

B. Over-excavation and replacement of unsuitable foundation soils and replacement

ST-264 CITY OF DURHAM

61

with approved compacted fill will be compensated as agreed upon with the Owner.

BASE LEVELING PAD

A. Leveling pad material shall be placed to the lines and grades shown on the

construction drawings, to a minimum thickness of 6 inches and extend laterally a

minimum of 6” in front and behind the SRW unit.

B. Stone leveling pads shall be compacted to a minimum of 95% Standard Proctor

density per ASTM D-698.

C. Leveling pad shall be prepared to insure full contact to the base surface of the

SRW units.

SRW UNIT INSTALLATION

First course of units shall be placed on the leveling pad at the appropriate line and grade.

Alignment and level shall be checked in all directions and insure that all units are in full

contact with the base and properly seated.

Place the front of units side-by-side. Do not leave gaps between adjacent units. Layout of

corners and curves shall be in accordance with manufacturer’s recommendations.

C. Install shear pins per manufacturer’s recommendations.

D. Place and compact drainage fill within and behind wall units. A minimum of 1

cubic foot of unit drainage fill shall be used for each square foot of wall face and

shall be placed within the cores, between and behind the SRW units and shall

extend back from the face of the wall a minimum of 2 feet. Place and compact

backfill soil behind drainage fill. Follow wall erection and drainage fill closely

with structure backfill.

E. Maximum stacked vertical height of wall units, prior to unit drainage fill and

backfill placement and compaction, shall not exceed two courses or 16 inches,

whichever is less.

SOIL REINFORCEMENT

A. Reinforcement shall be oriented with the highest strength axis perpendicular to the

wall alignment.

B. Reinforcement shall be placed at the strengths, lengths, and elevations shown on

the construction design drawings or as directed by the Engineer.

C. The reinforcement shall be laid horizontally on compacted backfill and attached to

the SRW units. Place the next course of modular concrete units over the

reinforcement. The reinforcement shall be pulled taut and anchored prior to backfill

placement. Reinforcement not meeting the minimum stiffness requirement of

Section 2.3A.6 or wider than 7 feet shall be staked at the corners and on 10 foot

centers along the roll edges to prevent wrinkling or other distortion of the

ST-264 CITY OF DURHAM

62

reinforcement during backfill placement.

D. Reinforcements shall be continuous throughout their embedment lengths and

placed side-by-side to provide 100% coverage at each level. Spliced connections

between shorter pieces of reinforcement or gaps between adjacent pieces are not

permitted.

REINFORCED BACKFILL PLACEMENT

A. Reinforced backfill shall be placed, spread, and compacted in such a manner that

minimizes the development of slack in the soil reinforcement and installation

damage.

B. Reinforced backfill shall be placed and compacted in lifts not to exceed 8 inches

where hand compaction is used or 8 to 10 inches where heavy compaction

equipment is used. Lift thickness shall be decreased to achieve the required

density as required.

Reinforced backfill shall be compacted to 95% of the maximum density as

determined by ASTM D698. The moisture content of the backfill material prior

to and during compaction shall be uniformly distributed throughout each layer

and shall be within a range of 3% below to 2% above optimum moisture content.

Only lightweight hand-operated equipment shall be allowed within 4 feet from the

face of the SRW unit.

E. Tracked construction equipment shall not be operated directly upon the

reinforcement. A minimum fill thickness of 6 inches is required prior to operation

of tracked vehicles over the reinforcing grid. Tracked vehicle turning should be

kept to a minimum to prevent tracks from displacing the fill and damaging the

reinforcement.

F. Rubber tired equipment may pass over reinforcement at slow speeds, less than 10

MPH, but should be avoided. Sudden braking and sharp turning shall be avoided.

G. At the end of each day’s operation, the Contractor shall slope the last lift of

reinforced backfill away from the wall units to direct runoff away from wall face.

The Contractor shall not allow surface runoff from adjacent areas to enter the wall

construction site.

CAP INSTALLATION

Cap units shall be glued to underlying units with an all-weather adhesive recommended by

the manufacturer.

AS-BUILT CONSTRUCTION TOLERANCES

A. Vertical Elevation Tolerance: 1.5” over any 10’ horizontal distance.

ST-264 CITY OF DURHAM

63

B. Wall Batter: 2 degrees of design batter.

C. Horizontal Alignment: 1.5” over any 10’ distance and in corners, bends and

curves 1 foot of the theoretical location.

D. Maximum horizontal gap between erected units shall be 1/2 inch.

FIELD QUALITY CONTROL AND ASSURANCE

A. Field Quality Assurance - The Owner shall engage inspection and testing services,

including independent laboratories, to provide quality assurance and testing services

during construction. As a minimum, quality assurance testing should include

foundation soil inspection, inspection for the need for any additional drainage, soil

and backfill testing, verification of design parameters, and observation of construction

for general compliance with design drawings and specifications. This does not

relieve the Contractor from securing the necessary construction quality control testing

during construction.

B. Field Quality Control - The Contractor’s quality control testing and construction

inspection services shall only be performed by qualified and experienced technicians

and engineers. The Contractor’s quality control testing, as a minimum, shall include:

1. Field Density Test

a) Subgrade: one test for every 2500 square feet of subgrade.

b) Reinforced Backfill: one test for every 2500 square feet per lift with

a minimum of one test for every other lift.

2. Laboratory Moisture Density - minimum one test per soil type.

3. Gradation Analysis - Unit and Backfill: one test per 1000 CY

TRAIL SIGN RESET:

Description

Remove and reset existing American Tobacco trail sign as indicated in the construction

drawings and details. Includes coordination, documentation of the sign’s condition,

protection of the sign and components from damage, stone removal, salvaging of stone,

locating matching stone, excavation, backfill, materials, shop drawings and labor, etc.

Materials

Includes but not limited to, new stone, sign hardware, reinforcing steel, concrete block,

concrete, anchors, new sign if existing sign is damaged, etc.

Measurement and Payment

The quantity for “Trail Sign Reset” will be paid for by Each for the signs that has been

incorporated into the work and accepted by the Engineer.

ST-264 CITY OF DURHAM

64

Payment will be made under:

Pay Item

Trail Sign Reset

Pay Unit

Lump Sum

SOLITE PARK SIGN, RELOCATE

Description

Remove and relocate existing Solite Park sign as indicated in the construction drawings

and details. Includes coordination, documentation of the sign’s condition, protection of

the sign and components from damage, excavation, backfill, materials, and labor, etc.

Materials

Includes but not limited to, concrete footing, sign hardware, reinforcing steel, new sign if

existing sign is damaged, etc.

Measurement and Payment

The quantity for “Solite Park Sign, Relocate” will be paid for by Each for the sign that

has been incorporated into the work and accepted by the Engineer.

Pay Item

Solite Park Sign, Relocate

Pay Unit

Each

METAL FENCE RESET:

Description

Remove and reset existing metal fence as indicated on the plans. Includes coordination,

demolition, excavation, backfill, materials, and labor, etc.

Materials

Includes but not limited to, new fence is damaged, hardware, concrete, anchors, etc.

Measurement and Payment

The quantity for “Metal Fence Reset” will be paid for by Lineal Foot for the fence that

has been incorporated into the work and accepted by the Engineer.

Payment will be made under:

Pay Item

Metal Fence Reset

Pay Unit

Lineal Foot

BOLLARD RESET:

Description

Remove and reset existing steel bollards as indicated on the plans. Includes coordination,

demolition, excavation, backfill, materials, and labor, etc.

Materials

Includes but not limited to, new bollard if damaged, hardware, concrete, anchors, etc.

ST-264 CITY OF DURHAM

65

Measurement and Payment

The quantity for “Bollard Reset” will be paid for as Each for each bollards that has been

incorporated into the work and accepted by the Engineer.

Payment will be made under:

Pay Item

Bollard Reset

Pay Unit

Each

NCDOT GENERAL SEED SPECIFICATION FOR SEED QUALITY (5-17-11) Z-3

Seed shall be sampled and tested by the North Carolina Department of Agriculture and Consumer

Services, Seed Testing Laboratory. When said samples are collected, the vendor shall supply an

independent laboratory report for each lot to be tested. Results from seed so sampled shall be final.

Seed not meeting the specifications shall be rejected by the Department of Transportation and shall

not be delivered to North Carolina Department of Transportation warehouses. If seed has been

delivered it shall be available for pickup and replacement at the supplier’s expense.

Any re-labeling required by the North Carolina Department of Agriculture and Consumer Services,

Seed Testing Laboratory, that would cause the label to reflect as otherwise specified herein shall

be rejected by the North Carolina Department of Transportation.

Seed shall be free from seeds of the noxious weeds Johnsongrass, Balloonvine, Jimsonweed,

Witchweed, Itchgrass, Serrated Tussock, Showy Crotalaria, Smooth Crotalaria, Sicklepod,

Sandbur, Wild Onion, and Wild Garlic. Seed shall not be labeled with the above weed species on

the seed analysis label. Tolerances as applied by the Association of Official Seed Analysts will

NOT be allowed for the above noxious weeds except for Wild Onion and Wild Garlic.

Tolerances established by the Association of Official Seed Analysts will generally be recognized.

However, for the purpose of figuring pure live seed, the found pure seed and found germination

percentages as reported by the North Carolina Department of Agriculture and Consumer Services,

Seed Testing Laboratory will be used. Allowances, as established by the NCDOT, will be

recognized for minimum pure live seed as listed on the following pages.

The specifications for restricted noxious weed seed refers to the number per pound as follows:

Restricted Noxious Limitations per Restricted Noxious Limitations per

Weed Lb. Of Seed Weed Lb. of Seed

Blessed Thistle 4 seeds Cornflower (Ragged

Robin)

27 seeds

Cocklebur 4 seeds Texas Panicum 27 seeds

Spurred Anoda 4 seeds Bracted Plantain 54 seeds

Velvetleaf 4 seeds Buckhorn Plantain 54 seeds

Morning-glory 8 seeds Broadleaf Dock 54 seeds

Corn Cockle 10 seeds Curly Dock 54 seeds

Wild Radish 12 seeds Dodder 54 seeds

Purple Nutsedge 27 seeds Giant Foxtail 54 seeds

Yellow Nutsedge 27 seeds Horsenettle 54 seeds

Canada Thistle 27 seeds Quackgrass 54 seeds

ST-264 CITY OF DURHAM

66

Field Bindweed 27 seeds Wild Mustard 54 seeds

Hedge Bindweed 27 seeds

Seed of Pensacola Bahiagrass shall not contain more than 7% inert matter, Kentucky Bluegrass,

Centipede and Fine or Hard Fescue shall not contain more than 5% inert matter whereas

a maximum of 2% inert matter will be allowed on all other kinds of seed. In addition, all seed

shall not contain more than 2% other crop seed nor more than 1% total weed seed. The germination

rate as tested by the North Carolina Department of Agriculture shall not fall below 70%, which

includes both dormant and hard seed. Seed shall be labeled with not more than 7%, 5% or 2%

inert matter (according to above specifications), 2% other crop seed and 1% total weed seed.

Exceptions may be made for minimum pure live seed allowances when cases of seed variety

shortages are verified. Pure live seed percentages will be applied in a verified shortage situation.

Those purchase orders of deficient seed lots will be credited with the percentage that the seed is

deficient.

FURTHER SPECIFICATIONS FOR EACH SEED GROUP ARE GIVEN BELOW:

Minimum 85% pure live seed; maximum 1% total weed seed; maximum 2% total other crop seed;

maximum 144 restricted noxious weed seed per pound. Seed less than 83% pure live seed will not

be approved.

Sericea Lespedeza

Oats (seeds)

Minimum 80% pure live seed; maximum 1% total weed seed; maximum 2% total other crop;

maximum 144 restricted noxious weed seed per pound. Seed less than 78% pure live seed will not

be approved.

Tall Fescue (all approved varieties) Bermudagrass

Kobe Lespedeza Browntop Millet

Korean Lespedeza German Millet – Strain R

Weeping Lovegrass Clover – Red/White/Crimson

Carpetgrass

Minimum 78% pure live seed; maximum 1% total weed seed; maximum 2% total other crop seed;

maximum 144 restricted noxious weed seed per pound. Seed less than 76% pure live seed will not

be approved.

Common or Sweet Sundangrass

Minimum 76% pure live seed; maximum 1% total weed seed; maximum 2% total other crop seed;

maximum 144 restricted noxious weed seed per pound. Seed less than 74% pure live seed will not

be approved.

Rye (grain; all varieties)

Kentucky Bluegrass (all approved varieties)

Hard Fescue (all approved varieties)

Shrub (bicolor) Lespedeza

ST-264 CITY OF DURHAM

67

Minimum 70% pure live seed; maximum 1% total weed seed; maximum 2% total other crop seed;

maximum 144 noxious weed seed per pound. Seed less than 70% pure live seed will not be

approved.

Centipedegrass Japanese Millet

Crownvetch Reed Canary Grass

Pensacola Bahiagrass Zoysia

Creeping Red Fescue

Minimum 70% pure live seed; maximum 1% total weed seed; maximum 2% total other crop seed;

maximum 5% inert matter; maximum 144 restricted noxious weed seed per pound.

Barnyard Grass

Big Bluestem

Little Bluestem

Bristly Locust

Birdsfoot Trefoil

Indiangrass

Orchardgrass

Switchgrass

Yellow Blossom Sweet Clover

ST-264 CITY OF DURHAM

68

ADJUSTMENT OF MANHOLES: SP8 R95R

The Contractor's attention is directed to Section 858-3 of the 2018 Standard Specifications.

The use of cast iron or steel fittings in the adjustment of manholes will not be permitted on this

project except where it is considered by the Engineer to be in the best interest of the Department

to allow rings to be used. When rings are permitted for the adjustment of manholes, the rings shall

have satisfactory bearing on the existing manhole frames and 50 percent of the circumference shall

be tack welded at four equally spaced locations as directed by the Engineer. If the existing covers

do not fit the rings, furnish and install new covers at no additional expense to the Department.

ERRATA (2-12-18) Z-4

Revise the 2018 Standard Specifications as follows:

Division 7

Page 7-27, line 4, Article 725-1 MEASUREMENT AND PAYMENT, replace article number “725-1”

with “724-4”.

Page 7-28, line 10, Article 725-1 MEASUREMENT AND PAYMENT, replace article number “725-1”

with “725-3”.

Division 10

Page 10-162, line 1, Article 1080-50 PAINT FOR VERTICAL MARKERS, replace article number

“1080-50” with “1080-10”.

Page 10-162, line 5, Article 1080-61 EPOXY RESIN FOR REINFORCING STEEL, replace article

number “1080-61” with “1080-11”.

Page 10-162, line 22, Article 1080-72 ABRASIVE MATERIALS FOR BLAST CLEANING STEEL,

replace article number “1080-72” with “1080-12”.

Page 10-163, line 25, Article 1080-83 FIELD PERFORMANCE AND SERVICES, replace article

number “1080-83” with “1080-13”.

ST-264 CITY OF DURHAM

69

PLANT AND PEST QUARANTINES

(Imported Fire Ant, Gypsy Moth, Witchweed, Emerald Ash Borer, And Other Noxious

Weeds) (3-18-03) (Rev. 12-20-16) Z-04a

Within Quarantined Area

This project may be within a county regulated for plant and/or pests. If the project or any part of

the Contractor's operations is located within a quarantined area, thoroughly clean all equipment

prior to moving out of the quarantined area. Comply with federal/state regulations by obtaining a

certificate or limited permit for any regulated article moving from the quarantined area.

Originating in a Quarantined County

Obtain a certificate or limited permit issued by the N.C. Department of Agriculture/United States

Department of Agriculture. Have the certificate or limited permit accompany the article when it

arrives at the project site.

Contact

Contact the N.C. Department of Agriculture/United States Department of Agriculture

at 1-800-206-9333, 919-707-3730, or http://www.ncagr.gov/plantindustry/ to determine those

specific project sites located in the quarantined area or for any regulated article used on this project

originating in a quarantined county.

Regulated Articles Include

1. Soil, sand, gravel, compost, peat, humus, muck, and decomposed manure, separately or with

other articles. This includes movement of articles listed above that may be associated with

cut/waste, ditch pulling, and shoulder cutting.

2. Plants with roots including grass sod.

3. Plant crowns and roots.

4. Bulbs, corms, rhizomes, and tubers of ornamental plants.

5. Hay, straw, fodder, and plant litter of any kind.

6. Clearing and grubbing debris.

7. Used agricultural cultivating and harvesting equipment.

8. Used earth-moving equipment.

9. Any other products, articles, or means of conveyance, of any character, if determined by an

inspector to present a hazard of spreading imported fire ant, gypsy moth, witchweed, emerald

ash borer, or other noxious weeds.

TRAFFIC SIGNALS:………………………………………………..TS-1 THROUGH TS-83

TIP Number TS-1 Durham County

Version 18.1 1 print date: 03/07/18

Signals and Intelligent Transportation Systems

Project Special Provisions

(Version 18.1)

Prepared By: SLP/KWS

7-Mar-18

Contents

1. 2018 STANDARD SPECIFICATIONS FOR ROADS & STRUCTURES ........................................................................... 4

1.1. GENERAL REQUIREMENTS – CONSTRUCTION METHODS (1700-3(K))........................................................ 4

1.2. WOOD POLES – CONSTRUCTION METHODS (1720-3) .................................................................................... 4

2. SIGNAL HEADS ................................................................................................................................................ 4

2.1. MATERIALS ................................................................................................................................................ 4A. General:....................................................................................................................................................... 4

B. Vehicle Signal Heads: .................................................................................................................................. 6

C. Pedestrian Signal Heads: ............................................................................................................................. 9

D. Signal Cable: ............................................................................................................................................. 10

E. Optically-Programmed Vehicle Signal Sections: ......................................................................................... 11

F. Louvers: ..................................................................................................................................................... 11

3. CONTROLLERS WITH CABINETS ............................................................................................................. 12

3.1. MATERIALS – GENERAL CABINETS ...................................................................................................... 12

3.2. MATERIALS – TYPE 170E CABINETS ..................................................................................................... 13

A. Type 170 E Cabinets General: .................................................................................................................... 13

B. Type 170 E Cabinet Electrical Requirements: ............................................................................................. 13

C. Type 170 E Cabinet Physical Requirements: ............................................................................................... 21

D. Model 2018 Enhanced Conflict Monitor: .................................................................................................... 23

E. Preemption and Sign Control Box ............................................................................................................... 33

3.3. MATERIALS – TYPE 170 DETECTOR SENSOR UNITS ........................................................................... 36

3.4. MATERIALS – TYPE 2070E CONTROLLERS ........................................................................................... 36

4. TRAFFIC SIGNAL SUPPORTS ..................................................................................................................... 37

4.1. METAL TRAFFIC SIGNAL SUPPORTS – ALL POLES ............................................................................. 37

A. General:..................................................................................................................................................... 37

B. Materials: .................................................................................................................................................. 39

C. Construction Methods: ............................................................................................................................... 40

4.2. METAL POLE UPRIGHTS (VERTICAL MEMBERS) ................................................................................ 40A. Materials: .................................................................................................................................................. 40

4.3. STRAIN POLE SHAFTS ............................................................................................................................. 42

4.4. MAST ARM POLE SHAFTS ....................................................................................................................... 42

A. Construction Methods: ............................................................................................................................... 42

4.5. MAST ARMS .............................................................................................................................................. 42

A. Materials: .................................................................................................................................................. 43

B. Construction Methods: ............................................................................................................................... 43

4.6. DRILLED PIER FOUNDATIONS FOR METAL TRAFFIC SIGNAL POLES ................................................................. 43

A. Description: ............................................................................................................................................... 44

B. Soil Test and Foundation Determination: ................................................................................................... 44

Document not considered finalunless all signatures completed.

3/7/2018

TIP Number TS-2 Durham County

Version 18.1 2 print date: 03/07/18

C. Drilled Pier Construction: .......................................................................................................................... 46

4.7. CUSTOM DESIGN OF TRAFFIC SIGNAL SUPPORTS ............................................................................................ 47

A. General:..................................................................................................................................................... 47

B. Metal Poles: ............................................................................................................................................... 48

C. Mast Arms: ................................................................................................................................................ 504.8. METAL SIGNAL POLE REMOVALS ........................................................................................................ 50

A. Description: ............................................................................................................................................... 50

B. Construction Methods: ............................................................................................................................... 50

4.9. POLE NUMBERING SYSTEM ................................................................................................................... 51

A. New Poles .................................................................................................................................................. 51

B. Reused Poles .............................................................................................................................................. 51

4.10. REUSED POLE SHAFTS AND/OR MAST ARMS ...................................................................................... 51

4.11. MEASUREMENT AND PAYMENT ........................................................................................................... 51

5. BACK PULL FIBER OPTIC CABLE ............................................................................................................. 53

5.1. DESCRIPTION ........................................................................................................................................... 53

5.2. CONSTRUCTION ....................................................................................................................................... 53

5.3. MEASUREMENT AND PAYMENT ........................................................................................................... 53

6. REMOVAL AND RELOCATION OF EXISTING EQUIPMENT ................................................................ 54

6.1. DESCRIPTION ........................................................................................................................................... 54

6.2. CONSTRUCTION METHODS .................................................................................................................... 54

A. CCTV Site Overview ................................................................................................................................... 54

B. Wireless Site Overview ............................................................................................................................... 54

C. Relocate Existing CCTV Camera Assembly ................................................................................................. 54

D. Relocate Existing Field Equipment Cabinet ................................................................................................ 55

E. Relocate Existing Communications Equipment ............................................................................................ 55

F. Relocate Existing Electrical Service ............................................................................................................ 56

G. Remove Existing Wood Pole ....................................................................................................................... 56

H. Relocate Existing Wireless Radio Equipment .............................................................................................. 566.3. MEASUREMENT AND PAYMENT ..................................................................................................................... 56

7. CCTV EQUIPMENT ....................................................................................................................................... 58

7.1. DESCRIPTION ................................................................................................................................................ 58

7.2. MATERIAL.................................................................................................................................................... 58

A. General ...................................................................................................................................................... 58

B. Camera and Lens ....................................................................................................................................... 58C. CCTV Camera Attachment to Pole.............................................................................................................. 60

D. Surge Suppression ...................................................................................................................................... 60

7.3. CONSTRUCTION METHODS ............................................................................................................................ 60

A. General ...................................................................................................................................................... 60

B. Electrical and Mechanical Requirements .................................................................................................... 60

7.4. MEASUREMENT AND PAYMENT ........................................................................................................... 61

8. CCTV FIELD EQUIPMENT CABINET ........................................................................................................ 61

8.1. DESCRIPTION ................................................................................................................................................ 61

8.2. MATERIAL.................................................................................................................................................... 62

A. Shelf Drawer .............................................................................................................................................. 62

B. Cabinet Light ............................................................................................................................................. 62

C. Surge Protection for System Equipment ...................................................................................................... 62

8.3. CONSTRUCTION METHODS ............................................................................................................................ 64

8.4. MEASUREMENT AND PAYMENT ........................................................................................................... 64

9. CCTV METAL POLES ................................................................................................................................... 65

9.1. CCTV METAL POLES.................................................................................................................................... 65

A. General:..................................................................................................................................................... 65

B. Materials: .................................................................................................................................................. 66

C. Construction Methods: ............................................................................................................................... 67

TIP Number TS-3 Durham County

Version 18.1 3 print date: 03/07/18

9.2. DRILLED PIER FOUNDATIONS ........................................................................................................................ 68

A. Description: ............................................................................................................................................... 68

B. Soil Test and Foundation Determination: ................................................................................................... 69

C. Drilled Pier Construction: .......................................................................................................................... 71

9.3. MEASUREMENT AND PAYMENT ........................................................................................................... 71

10. FOUNDATIONS AND ANCHOR ROD ASSEMBLIES FOR METAL POLES ............................................. 72

10.1. DESCRIPTION ................................................................................................................................................ 72

10.2. MATERIAL.................................................................................................................................................... 72

10.3. CONSTRUCTION METHODS ............................................................................................................................ 73

A. Drilled Piers .............................................................................................................................................. 73

D. Footings, Pedestals, Grade Beams and Wings ............................................................................................. 75E. Anchor Rod Assemblies .............................................................................................................................. 75

10.4. MEASUREMENT AND PAYMENT ..................................................................................................................... 77

11. ELECTRICAL SERVICE ............................................................................................................................... 78

11.1. DESCRIPTION ........................................................................................................................................... 78

11.2. MATERIAL ................................................................................................................................................ 78

A. Electrical Service ....................................................................................................................................... 78B. Grounding Electrodes ................................................................................................................................ 78

11.3. CONSTRUCTION METHODS .................................................................................................................... 79

A. Utility Services ........................................................................................................................................... 79

B. New Electrical Service ............................................................................................................................... 79

C. Grounding of Electrical Services ................................................................................................................ 79

11.4. MEASUREMENT AND PAYMENT ........................................................................................................... 80

12. FIBER OPTIC VIDEO TRANSCEIVERS ...................................................................................................... 80

12.1. DESCRIPTION ................................................................................................................................................ 80

12.2. MATERIALS .................................................................................................................................................. 80

A. Video Transceivers ..................................................................................................................................... 80

12.3. CONSTRUCTION METHODS ............................................................................................................................ 83

12.4. MEASUREMENT AND PAYMENT ..................................................................................................................... 83

TIP Number TS-4 Durham County

Version 18.1 4 print date: 03/07/18

1. 2018 STANDARD SPECIFICATIONS FOR ROADS & STRUCTURES

The 2018 Standard Specifications are revised as follows:

1.1. GENERAL REQUIREMENTS – CONSTRUCTION METHODS (1700-3(K))

Page 17-4, revise sentence starting on line 14 to read “Modify existing electrical services, as

necessary, to meet the grounding requirements of the NEC, these Standard Specifications, Standard

Drawings, and the project plans.”

Page 17-4, revise sentence beginning on line 21 to read “Furnish and install additional ground rods

to grounding electrode system as necessary to meet the Standard Specifications, Standard Drawings,

and test requirements.”

1.2. WOOD POLES – CONSTRUCTION METHODS (1720-3)

Page 17-18, revise sentence starting on line 13 to read “On new Department-owned poles, install a

grounding system consisting of #6 AWG solid bare copper wire that is mechanically crimped using

an irreversible compression tool with die to a single ground rod installed at base of pole or to the

electrical service grounding electrode system located within 10 feet of the pole.”

2. SIGNAL HEADS

2.1. MATERIALS

A. General:

Fabricate vehicle signal head housings and end caps from die-cast aluminum. Fabricate 12-inch

and 16-inch pedestrian signal head housings and end caps from die-cast aluminum. Fabricate 9-inch

pedestrian signal head housings, end caps, and visors from virgin polycarbonate material. Provide

visor mounting screws, door latches, and hinge pins fabricated from stainless steel. Provide interior

screws, fasteners, and metal parts fabricated from stainless steel.

Fabricate tunnel and traditional visors from sheet aluminum.

Paint all surfaces inside and outside of signal housings and doors. Paint outside surfaces of

tunnel and traditional visors, wire outlet bodies, wire entrance fitting brackets and end caps when

supplied as components of messenger cable mounting assemblies, pole and pedestal mounting

assemblies, and pedestrian pushbutton housings. Have electrostatically-applied, fused-polyester

paint in highway yellow (Federal Standard 595C, Color Chip Number 13538) a minimum of 2.5 to

3.5 mils thick. Do not apply paint to the latching hardware, rigid vehicle signal head mounting

brackets for mast-arm attachments, messenger cable hanger components or balance adjuster

components.

Have the interior surfaces of tunnel and traditional visors painted an alkyd urea black synthetic

baking enamel with a minimum gloss reflectance and meeting the requirements of MIL-E-10169,

“Enamel Heat Resisting, Instrument Black.”

Where required, provide polycarbonate signal heads and visors that comply with the provisions

pertaining to the aluminum signal heads listed on the QPL with the following exceptions:

Fabricate signal head housings, end caps, and visors from virgin polycarbonate material. Provide

UV stabilized polycarbonate plastic with a minimum thickness of 0.1 ± 0.01 inches that is

highway yellow (Federal Standard 595C, Color Chip 13538). Ensure the color is incorporated

TIP Number TS-5 Durham County

Version 18.1 5 print date: 03/07/18

into the plastic material before molding the signal head housings and end caps. Ensure the plastic

formulation provides the following physical properties in the assembly (tests may be performed

on separately molded specimens):

Test Required Method

Specific Gravity 1.17 minimum ASTM D 792

Flammability Self-extinguishing ASTM D 635

Tensile Strength, yield, PSI 8500 minimum ASTM D 638

Izod impact strength, ft-lb/in [notched, 1/8 inch] 12 minimum ASTM D 256

For pole mounting, provide side of pole mounting assemblies with framework and all other

hardware necessary to make complete, watertight connections of the signal heads to the poles and

pedestals. Fabricate the mounting assemblies and frames from aluminum with all necessary

hardware, screws, washers, etc. to be stainless steel. Provide mounting fittings that match the

positive locking device on the signal head with the serrations integrally cast into the brackets.

Provide upper and lower pole plates that have a 1 ¼-inch vertical conduit entrance hubs with the

hubs capped on the lower plate and 1 ½-inch horizontal hubs. Ensure that the assemblies provide

rigid attachments to poles and pedestals so as to allow no twisting or swaying of the signal heads.

Ensure that all raceways are free of sharp edges and protrusions, and can accommodate a minimum

of ten Number 14 AWG conductors.

For pedestal mounting, provide a post-top slipfitter mounting assembly that matches the positive

locking device on the signal head with serrations integrally cast into the slipfitter. Provide stainless

steel hardware, screws, washers, etc. Provide a minimum of six 3/8 X 3/4-inch long square head

bolts for attachment to pedestal. Provide a center post for multi-way slipfitters.

For light emitting diode (LED) traffic signal modules, provide the following requirements for

inclusion on the Department’s Qualified Products List for traffic signal equipment.

1. Sample submittal,

2. Third-party independent laboratory testing results for each submitted module with evidence of

testing and conformance with all of the Design Qualification Testing specified in section 6.4

of each of the following Institute of Transportation Engineers (ITE) specifications:

· Vehicle Traffic Control Signal Heads – Light Emitting Diode (LED) Circular Signal

Supplement

· Vehicle Traffic Control Signal Heads – Light Emitting Diode (LED) Vehicle Arrow

Traffic Signal Supplement

· Pedestrian Traffic Control Signal Indications –Light Emitting Diode (LED) Signal

Modules.

(Note: The Department currently recognizes two approved independent testing laboratories.

They are Intertek ETL Semko and Light Metrics, Incorporated with Garwood Laboratories.

Independent laboratory tests from other laboratories may be considered as part of the QPL

submittal at the discretion of the Department,

3. Evidence of conformance with the requirements of these specifications,

4. A manufacturer’s warranty statement in accordance with the required warranty, and

TIP Number TS-6 Durham County

Version 18.1 6 print date: 03/07/18

5. Submittal of manufacturer’s design and production documentation for the model, including

but not limited to, electrical schematics, electronic component values, proprietary part

numbers, bill of materials, and production electrical and photometric test parameters.

6. Evidence of approval of the product to bear the Intertek ETL Verified product label for LED

traffic signal modules.

In addition to meeting the performance requirements for the minimum period of 60 months,

provide a written warranty against defects in materials and workmanship for the modules for a

period of 60 months after installation of the modules. During the warranty period, the manufacturer

must provide new replacement modules within 45 days of receipt of modules that have failed at no

cost to the State. Repaired or refurbished modules may not be used to fulfill the manufacturer’s

warranty obligations. Provide manufacturer’s warranty documentation to the Department during

evaluation of product for inclusion on Qualified Products List (QPL).

B. Vehicle Signal Heads:

Comply with the ITE standard “Vehicle Traffic Control Signal Heads”. Provide housings with

provisions for attaching backplates.

Provide visors that are 8 inches in length for 8-inch vehicle signal head sections. Provide visors

that are 10 inches in length for 12-inch vehicle signal heads.

Provide a termination block with one empty terminal for field wiring for each indication plus one

empty terminal for the neutral conductor. Have all signal sections wired to the termination block.

Provide barriers between the terminals that have terminal screws with a minimum Number 8 thread

size and that will accommodate and secure spade lugs sized for a Number 10 terminal screw.

Mount termination blocks in the yellow signal head sections on all in-line vehicle signal heads.

Mount the termination block in the red section on five-section vehicle signal heads.

Furnish vehicle signal head interconnecting brackets. Provide one-piece aluminum brackets less

than 4.5 inches in height and with no threaded pipe connections. Provide hand holes on the bottom

of the brackets to aid in installing wires to the signal heads. Lower brackets that carry no wires and

are used only for connecting the bottom signal sections together may be flat in construction.

For messenger cable mounting, provide messenger cable hangers, wire outlet bodies, balance

adjusters, bottom caps, wire entrance fitting brackets, and all other hardware necessary to make

complete, watertight connections of the vehicle signal heads to the messenger cable. Fabricate

messenger cable hanger components, wire outlet bodies and balance adjuster components from

stainless steel or malleable iron galvanized in accordance with ASTM A153 (Class A) or ASTM

A123. Provide serrated rings made of aluminum. Provide messenger cable hangers with U-bolt

clamps. Fabricate washers, screws, hex-head bolts and associated nuts, clevis pins, cotter pins, U-

bolt clamps and nuts from stainless steel.

For mast-arm mounting, provide rigid vehicle signal head mounting brackets and all other

hardware necessary to make complete, watertight connections of the vehicle signal heads to the mast

arms and to provide a means for vertically adjusting the vehicle signal heads to proper alignment.

Fabricate the mounting assemblies from aluminum, and provide serrated rings made of aluminum.

Provide stainless steel cable attachment assemblies to secure the brackets to the mast arms. Ensure

all fastening hardware and fasteners are fabricated from stainless steel.

TIP Number TS-7 Durham County

Version 18.1 7 print date: 03/07/18

Provide LED vehicular traffic signal modules (hereafter referred to as modules) that consist of an

assembly that uses LEDs as the light source in lieu of an incandescent lamp for use in traffic signal

sections. Use LEDs that are aluminum indium gallium phosphorus (AlInGaP) technology for red and

yellow indications and indium gallium nitride (InGaN) for green indications. Install the ultra bright

type LEDs that are rated for 100,000 hours of continuous operation from -40°F to +165°F. Design

modules to have a minimum useful life of 60 months and to meet all parameters of this specification

during this period of useful life.

For the modules, provide spade terminals crimped to the lead wires and sized for a #10 screw

connection to the existing terminal block in a standard signal head. Do not provide other types of

crimped terminals with a spade adapter.

Ensure the power supply is integral to the module assembly. On the back of the module,

permanently mark the date of manufacture (month & year) or some other method of identifying date

of manufacture.

Tint the red, yellow and green lenses to correspond with the wavelength (chromaticity) of the

LED. Transparent tinting films are unacceptable. Provide a lens that is integral to the unit with a

smooth outer surface.

1. LED Circular Signal Modules:

Provide modules in the following configurations: 12-inch circular sections, and 8-inch circular

sections. All makes and models of LED modules purchased for use on the State Highway System

shall appear on the current NCDOT Traffic Signal Qualified Products List (QPL).

Provide the manufacturer’s model number and the product number (assigned by the Department)

for each module that appears on the 2018 or most recent Qualified Products List. In addition, provide

manufacturer’s certification in accordance with Article 106-3 of the Standard Specifications, that

each module meets or exceeds the ITE “Vehicle Traffic Control Signal Heads – Light Emitting

Diode (LED) Circular Signal Supplement” dated June 27, 2005 (hereafter referred to as VTCSH

Circular Supplement) and other requirements stated in this specification.

Provide modules that meet the following requirements when tested under the procedures outlined

in the VTCSH Circular Supplement:

Module Type Max. Wattage at 165° F Nominal Wattage at 77° F

12-inch red circular 17 11

8-inch red circular 13 8

12-inch green circular 15 15

8-inch green circular 12 12

For yellow circular signal modules, provide modules tested under the procedures outlined in the

VTCSH Circular Supplement to insure power required at 77° F is 22 Watts or less for the 12-inch

circular module and 13 Watts or less for the 8-inch circular module.

Note: Use a wattmeter having an accuracy of ±1% to measure the nominal wattage and

maximum wattage of a circular traffic signal module. Power may also be derived from voltage,

current and power factor measurements.

TIP Number TS-8 Durham County

Version 18.1 8 print date: 03/07/18

2. LED Arrow Signal Modules

Provide 12-inch omnidirectional arrow signal modules. All makes and models of LED modules

purchased for use on the State Highway System shall appear on the current NCDOT Traffic Signal

Qualified Products List (QPL).

Provide the manufacturer’s model number and the product number (assigned by the Department)

for each module that appears on the 2018 or most recent Qualified Products List. In addition, provide

manufacturer’s certification in accordance with Article 106-3 of the Standard Specifications, that

each module meets or exceeds the requirements for 12-inch omnidirectional modules specified in the

ITE “Vehicle Traffic Control Signal Heads – Light Emitting Diode (LED) Vehicle Arrow Traffic

Signal Supplement” dated July 1, 2007 (hereafter referred to as VTCSH Arrow Supplement) and

other requirements stated in this specification.

Provide modules that meet the following requirements when tested under the procedures outlined

in the VTCSH Arrow Supplement:

Module Type Max. Wattage at 165° F Nominal Wattage at 77° F

12-inch red arrow 12 9

12-inch green arrow 11 11

For yellow arrow signal modules, provide modules tested under the procedures outlined in the

VTCSH Arrow Supplement to insure power required at 77° F is 12 Watts or less.

Note: Use a wattmeter having an accuracy of ±1% to measure the nominal wattage and

maximum wattage of an arrow traffic signal module. Power may also be derived from voltage,

current and power factor measurements.

3. LED U-Turn Arrow Signal Modules:

Provide modules in the following configurations: 12-inch left u-turn arrow signal modules and

12-inch right u-turn arrow signal modules.

Modules are not required to be listed on the ITS and Signals Qualified Products List. Provide

manufacturer’s certification in accordance with Article 106-3 of the Standard Specifications, that

each module meets or exceeds the ITE “Vehicle Traffic Control Signal Heads – Light Emitting

Diode (LED) Circular Signal Supplement” dated June 27, 2005 (hereafter referred to as VTCSH

Circular Supplement) and other requirements stated in this specification.

Provide modules that have minimum maintained luminous intensity values that are not less than

16% of the values calculated using the method described in section 4.1 of the VTCSH Circular

Supplement.

Provide modules that meet the following requirements when tested under the procedures outlined

in the VTCSH Circular Supplement:

Module Type Max. Wattage at 165° F Nominal Wattage at 77° F

12-inch red u-turn arrow 17 11

12-inch green u-turn arrow 15 15

For yellow u-turn arrow signal modules, provide modules tested under the procedures outlined in

the VTCSH Circular Supplement to ensure power required at 77° F is 22 Watts or less.

TIP Number TS-9 Durham County

Version 18.1 9 print date: 03/07/18

Note: Use a wattmeter having an accuracy of ±1% to measure the nominal wattage and

maximum wattage of a circular traffic signal module. Power may also be derived from voltage,

current and power factor measurements.

C. Pedestrian Signal Heads:

Provide pedestrian signal heads with international symbols that meet the MUTCD. Do not

provide letter indications.

Comply with the ITE standard for “Pedestrian Traffic Control Signal Indications” and the

following sections of the ITE standard for “Vehicle Traffic Control Signal Heads” in effect on the

date of advertisement:

· Section 3.00 - “Physical and Mechanical Requirements”

· Section 4.01 - “Housing, Door, and Visor: General”

· Section 4.04 - “Housing, Door, and Visor: Materials and Fabrication”

· Section 7.00 - “Exterior Finish”

Provide a double-row termination block with three empty terminals and number 10 screws for

field wiring. Provide barriers between the terminals that accommodate a spade lug sized for number

10 terminal screws. Mount the termination block in the hand section. Wire all signal sections to the

terminal block.

Where required by the plans, provide 16-inch pedestrian signal heads with traditional three-

sided, rectangular visors, 6 inches long. Where required by the plans, provide 12-inch pedestrian

signal heads with traditional three-sided, rectangular visors, 8 inches long.

Provide 2-inch diameter pedestrian push-buttons with weather-tight housings fabricated from

die-cast aluminum and threading in compliance with the NEC for rigid metal conduit. Provide a

weep hole in the housing bottom and ensure that the unit is vandal resistant.

Provide push-button housings that are suitable for mounting on flat or curved surfaces and that

will accept 1/2-inch conduit installed in the top. Provide units that have a heavy duty push-button

assembly with a sturdy, momentary, normally-open switch. Have contacts that are electrically

insulated from the housing and push-button. Ensure that the push-buttons are rated for a minimum of

5 mA at 24 volts DC and 250 mA at 12 volts AC.

Provide standard R10-3 signs with mounting hardware that comply with the MUTCD in effect

on the date of advertisement. Provide R10-3E signs for countdown pedestrian heads and R10-3B for

non-countdown pedestrian heads.

Design the LED pedestrian traffic signal modules (hereafter referred to as modules) for

installation into standard pedestrian traffic signal sections that do not contain the incandescent signal

section reflector, lens, eggcrate visor, gasket, or socket. Provide modules that consist of an assembly

that uses LEDs as the light source in lieu of an incandescent lamp. Use LEDs that are of the latest

aluminum indium gallium phosphorus (AlInGaP) technology for the Portland Orange hand and

countdown displays. Use LEDs that are of the latest indium gallium nitride (InGaN) technology for

the Lunar White walking man displays. Install the ultra-bright type LEDs that are rated for 100,000

hours of continuous operation from -40°F to +165°F. Design modules to have a minimum useful life

of 60 months and to meet all parameters of this specification during this period of useful life.

TIP Number TS-10 Durham County

Version 18.1 10 print date: 03/07/18

Design all modules to operate using a standard 3 - wire field installation. Provide spade

terminals crimped to the lead wires and sized for a #10 screw connection to the existing terminal

block in a standard pedestrian signal housing. Do not provide other types of crimped terminals with

a spade adapter.

Ensure the power supply is integral to the module assembly. On the back of the module,

permanently mark the date of manufacture (month & year) or some other method of identifying date

of manufacture.

Provide modules in the following configuration: 16-inch displays which have the solid

hand/walking man overlay on the left and the countdown on the right, and 12-inch displays which

have the solid hand/walking man module as an overlay. All makes and models of LED modules

purchased for use on the State Highway System shall appear on the current NCDOT Traffic Signal

Qualified Products List (QPL).

Provide the manufacturer’s model number and the product number (assigned by the Department)

for each module that appears on the 2018 or most recent Qualified Products List. In addition, provide

manufacturer’s certification in accordance with Article 106-3 of the Standard Specifications, that

each module meets or exceeds the ITE “Pedestrian Traffic Control Signal Indicators - Light Emitting

Diode (LED) Signal Modules” dated August 04, 2010 (hereafter referred to as PTCSI Pedestrian

Standard) and other requirements stated in this specification.

Provide modules that meet the following requirements when tested under the procedures outlined

in the PTCSI Pedestrian Standard:

Module Type Max. Wattage at 165° F Nominal Wattage at 77° F

Hand Indication 16 13

Walking Man Indication 12 9

Countdown Indication 16 13

Note: Use a wattmeter having an accuracy of ±1% to measure the nominal wattage and

maximum wattage of a circular traffic signal module. Power may also be derived from voltage,

current and power factor measurements.

Provide module lens that is hard coated or otherwise made to comply with the material exposure

and weathering effects requirements of the Society of Automotive Engineers (SAE) J576. Ensure all

exposed components of the module are suitable for prolonged exposure to the environment, without

appreciable degradation that would interfere with function or appearance.

Ensure the countdown display continuously monitors the traffic controller to automatically learn

the pedestrian phase time and update for subsequent changes to the pedestrian phase time.

Ensure the countdown display begins normal operation upon the completion of the preemption

sequence and no more than one pedestrian clearance cycle.

D. Signal Cable:

Furnish 16-4 and 16-7 signal cable that complies with IMSA specification 20-1 except provide

the following conductor insulation colors:

· For 16-4 cable: white, yellow, red, and green

TIP Number TS-11 Durham County

Version 18.1 11 print date: 03/07/18

· For 16-7 cable: white, yellow, red, green, yellow with black stripe tracer, red with black

stripe tracer, and green with black stripe tracer. Apply continuous stripe tracer on conductor

insulation with a longitudinal or spiral pattern.

Provide a ripcord to allow the cable jacket to be opened without using a cutter. IMSA

specification 19-1 will not be acceptable. Provide a cable jacket labeled with the IMSA specification

number and provide conductors constructed of stranded copper.

E. Optically-Programmed Vehicle Signal Sections:

Material, equipment, and hardware furnished under this section must be pre-approved on the

Department’s QPL by the date of installation.

Design the programmable signal sections to tilt in two degree increments for a maximum of ten

degrees above and ten degrees below horizontal, while still maintaining a common vertical axis.

Design the programmable signal sections to mount to standard signal sections to form a signal

head. Ensure that the programmable signal sections have a mounting system compatible with the

standard 1 ½-inch traffic signal fittings.

Provide an optical system consisting of a lamp, a diffuser, an optical limiter, and an objective

lens. Ensure that all programming is accomplished optically with no hoods or louvers necessary to

accomplish the programming. Provide optical masking tape with each section.

Provide a 150-Watt, 115 VAC lamp with integral reflector and rated output of 1750 lumens.

Ensure that the average rated life is at least 6000 hours.

Provide a high resolution, annular, incremental lens. Ensure that the lens and door are sealed to

provide a moisture and dust proof seal. Provide a red, yellow, or green ball or arrow indication as

specified by the bid list, plans, or purchase order.

F. Louvers:

Material, equipment, and hardware furnished under this section must be pre-approved on the

Department’s QPL by the date of installation.

Provide louvers made from sheet aluminum. Paint the louvers alkyd urea black synthetic baked

enamel with a minimum gloss reflectance and meeting the requirements of MIL-E-10169, “Enamel

Heat Resisting, Instrument Black.”

Ensure that the louvers have a 0-degree horizontal viewing angle. Provide a minimum of 5

vanes.

TIP Number TS-12 Durham County

Version 18.1 12 print date: 03/07/18

3. CONTROLLERS WITH CABINETS

3.1. MATERIALS – GENERAL CABINETS

Provide a moisture resistant coating on all circuit boards.

Provide one 20 mm diameter radial lead UL-recognized metal oxide varistor (MOV) between

each load switch field terminal and equipment ground. Electrical performance is outlined below.

PROPERTIES OF MOV SURGE PROTECTOR

Maximum Continuous Applied Voltage at

185° F

150 VAC (RMS)

200 VDC

Maximum Peak 8x20µs Current at 185° F 6500 A

Maximum Energy Rating at 185° F 80 J

Voltage Range 1 mA DC Test at 77° F 212-268 V

Max. Clamping Voltage 8x20µs, 100A at

77° F395 V

Typical Capacitance (1 MHz) at 77° F 1600 pF

Provide a power line surge protector that is a two-stage device that will allow connection of the

radio frequency interference filter between the stages of the device. Ensure that a maximum

continuous current is at least 10A at 120V. Ensure that the device can withstand a minimum of 20

peak surge current occurrences at 20,000A for an 8x20 microsecond waveform. Provide a maximum

clamp voltage of 395V at 20,000A with a nominal series inductance of 200mh. Ensure that the

voltage does not exceed 395V. Provide devices that comply with the following:

TIP Number TS-13 Durham County

Version 18.1 13 print date: 03/07/18

Frequency (Hz) Minimum Insertion Loss

(dB)

60 0

10,000 30

50,000 55

100,000 50

500,000 50

2,000,000 60

5,000,000 40

10,000,000 20

20,000,000 25

3.2. MATERIALS – TYPE 170E CABINETS

A. Type 170 E Cabinets General:

Conform to the city of Los Angeles’ Specification No. 54-053-08, Traffic Signal Cabinet

Assembly Specification (dated July 2008), except as required herein.

Furnish model 336S pole mounted cabinets configured for 8 vehicle phases, 4 pedestrian phases,

and 6 overlaps. Do not reassign load switches to accommodate overlaps unless shown on electrical

details. Provide 336S pole mounted cabinets that are 46” high with 40” high internal rack

assemblies.

Furnish model 332 base mounted cabinets configured for 8 vehicle phases, 4 pedestrian phases,

and 6 overlaps. When overlaps are required, provide auxiliary output files for the overlaps. Do not

reassign load switches to accommodate overlaps unless shown on electrical details.

Provide model 200 load switches, model 222 loop detector sensors, model 252 AC isolators, and

model 242 DC isolators according to the electrical details. As a minimum, provide one (1) model

2018 conflict monitor, one (1) model 206L power supply unit, two (2) model 204 flashers, one (1)

DC isolator (located in slot I14), and four (4) model 430 flash transfer relays (provide seven (7)

model 430 flash transfer relays if auxiliary output file is installed) with each cabinet.

B. Type 170 E Cabinet Electrical Requirements:

Provide a cabinet assembly designed to ensure that upon leaving any cabinet switch or conflict

monitor initiated flashing operation, the controller starts up in the programmed start up phases and

start up interval.

Furnish two sets of non-fading cabinet wiring diagrams and schematics in a paper envelope or

container and placed in the cabinet drawer.

All AC+ power is subject to radio frequency signal suppression.

Provide surge suppression in the cabinet for each type of cabinet device. Provide surge

protection for the full capacity of the cabinet input file. Provide surge suppression devices that

TIP Number TS-14 Durham County

Version 18.1 14 print date: 03/07/18

operate properly over a temperature range of -40º F to +185º F. Ensure the surge suppression

devices provide both common and differential modes of protection.

Provide a pluggable power line surge protector that is installed on the back of the PDA (power

distribution assembly) chassis to filter and absorb power line noise and switching transients. Ensure

the device incorporates LEDs for failure indication and provides a dry relay contact closure for the

purpose of remote sensing. Ensure the device meets the following specifications:

Peak Surge Current (Single pulse, 8x20µs)……..20,000A

Occurrences (8x20µs waveform)………………..10 minimum @ 20,000A

Maximum Clamp Voltage……………………….395VAC

Operating Current………………………………..15 amps

Response Time…………………………………..< 5 nanoseconds

Provide a loop surge suppressor for each set of loop terminals in the cabinet. Ensure the device

meets the following specifications:

Peak Surge Current (6 times, 8x20µs)

(Differential Mode)………………………….400A

(Common Mode)……………………………1,000A

Occurrences (8x20µs waveform)………………..500 min @ 200A

Maximum Clamp Voltage

(Differential Mode @400A)…………………35V

(Common Mode @1,000A)………………….35V

Response Time…………………………………..< 5 nanoseconds

Maximum Capacitance…………………………..35 pF

Provide a data communications surge suppressor for each communications line entering or

leaving the cabinet. Ensure the device meets the following specifications:

Peak Surge Current (Single pulse, 8x20µs)……..10,000A

Occurrences (8x20µs waveform)………………..100 min @ 2,000A

Maximum Clamp Voltage……………………….Rated for equipment protected

Response Time…………………………………..< 1 nanosecond

Maximum Capacitance………………………….1,500 pF

Maximum Series Resistance…………………….15W

TIP Number TS-15 Durham County

Version 18.1 15 print date: 03/07/18

Provide a DC signal surge suppressor for each DC input channel in the cabinet. Ensure the

device meets the following specifications:

Peak Surge Current (Single pulse, 8x20µs)……..10,000A

Occurrences (8x20µs waveform)………………..100 @ 2,000A

Maximum Clamp Voltage……………………….30V

Response Time…………………………………..< 1 nanosecond

Provide a 120 VAC signal surge suppressor for each AC+ interconnect signal input. Ensure the

device meets the following specifications:

Peak Surge Current (Single pulse, 8x20µs)……..20,000A

Maximum Clamp Voltage………………………350VAC

Response Time…………………………………..< 200 nanoseconds

Discharge Voltage ………………………………<200 Volts @ 1,000A

Insulation Resistance……………………………≥100 MΩ

Provide conductors for surge protection wiring that are of sufficient size (ampacity) to withstand

maximum overcurrents which could occur before protective device thresholds are attained and

current flow is interrupted.

If additional surge protected power outlets are needed to accommodate fiber transceivers,

modems, etc., install a UL listed, industrial, heavy-duty type power outlet strip with a minimum

rating of 15 A / 125 VAC, 60 Hz. Provide a strip that has a minimum of 3 grounded outlets. Ensure

the power outlet strip plugs into one of the controller unit receptacles located on the rear of the PDA.

Ensure power outlet strip is mounted securely; provide strain relief if necessary.

Provide a door switch in the front and a door switch in the rear of the cabinet that will provide

the controller unit with a Door Ajar alarm when either the front or the rear door is open. Ensure the

door switches apply DC ground to the Input File when either the front door or the rear door is open.

TIP Number TS-16 Durham County

Version 18.1 16 print date: 03/07/18

Furnish a fluorescent fixture in the rear across the top of the cabinet and another fluorescent

fixture in the front across the top of the cabinet at a minimum. Ensure that the fixtures provide

sufficient light to illuminate all terminals, labels, switches, and devices in the cabinet. Conveniently

locate the fixtures so as not to interfere with a technician’s ability to perform work on any devices or

terminals in the cabinet. Provide a protective diffuser to cover exposed bulbs. Install 16 watt T-4

lamps in the fluorescent fixtures. Provide a door switch to provide power to each fixture when the

respective door is open. Wire the fluorescent fixtures to the 15 amp ECB (equipment circuit

breaker).

Furnish a police panel with a police panel door. For model 336S cabinets, mount the police panel

on the rear door. Ensure that the police panel door permits access to the police panel when the main

door is closed. Ensure that no rainwater can enter the cabinet even with the police panel door open.

Provide a police panel door hinged on the right side as viewed from the front. Provide a police panel

TIP Number TS-17 Durham County

Version 18.1 17 print date: 03/07/18

door lock that is keyed to a standard police/fire call box key. In addition to the requirements of LA

Specification No. 54-053-08, provide the police panel with a toggle switch connected to switch the

intersection operation between normal stop-and-go operation (AUTO) and manual operation

(MANUAL). Ensure that manual control can be implemented using inputs and software such that the

controller provides full programmed clearance times for the yellow clearance and red clearance for

each phase while under manual control.

Provide a 1/4-inch locking phone jack in the police panel for a hand control to manually control

the intersection. Provide sufficient room in the police panel for storage of a hand control and cord.

Ensure the 336S cabinet Input File is wired as follows:

336S Cabinet

Port-Bit/C-1 Pin Assignment

Slot # 1 2 3 4 5 6 7 8 9 10 11 12 13 14

C-1

(Spares)59 60 61 62 63 64 65 66 75 76 77 78 79 80

Port

C-1

3-2

56

1-1

39

3-4

58

1-3

41

3-1

55

1-2

40

3-3

57

1-4

42

2-5

51

5-5

71

5-6

72

5-1

67

5-2

68

6-7

81

Port

C-1

2-1

47

1-5

43

2-3

49

1-7

45

2-2

48

1-6

44

2-4

50

1-8

46

2-6

52

5-7

73

5-8

74

5-3

69

5-4

70

6-8

82

For model 332 base mounted cabinets, ensure terminals J14-E and J14-K are wired together on

the rear of the Input File. Connect TB9-12 (J14 Common) on the Input Panel to T1-2 (AC-) on the

rear of the PDA.

Provide detector test switches mounted at the top of the cabinet rack or other convenient location

which may be used to place a call on each of eight phases based on the chart below. Provide three

positions for each switch: On (place call), Off (normal detector operation), and Momentary On

(place momentary call and return to normal detector operation after switch is released). Ensure that

the switches are located such that the technician can read the controller display and observe the

intersection.

Connect detector test switches for cabinets as follows:

TIP Number TS-18 Durham County

Version 18.1 18 print date: 03/07/18

336S Cabinet 332 Cabinet

Detector Call Switches Terminals Detector Call Switches Terminals

Phase 1 I1-F Phase 1 I1-W

Phase 2 I2-F Phase 2 I4-W

Phase 3 I3-F Phase 3 I5-W

Phase 4 I4-F Phase 4 I8-W

Phase 5 I5-F Phase 5 J1-W

Phase 6 I6-F Phase 6 J4-W

Phase 7 I7-F Phase 7 J5-W

Phase 8 I8-F Phase 8 J8-W

Provide the PCB 28/56 connector for the conflict monitor unit (CMU) with 28 independent

contacts per side, dual-sided with 0.156 inch contact centers. Provide the PCB 28/56 connector

contacts with solder eyelet terminations. Ensure all connections to the PCB 28/56 connector are

soldered to the solder eyelet terminations.

Ensure that all cabinets have the CMU connector wired according to the 332 cabinet connector

pin assignments (include all wires for auxiliary output file connection). Wire pins 13, 16, R, and U

of the CMU connector to a separate 4 pin plug, P1, as shown below. Provide a second plug, P2,

which will mate with P1 and is wired to the auxiliary output file as shown below. Provide an

additional plug, P3, which will mate with P1 and is wired to the pedestrian yellow circuits as shown

below. When no auxiliary output file is installed in the cabinet, provide wires for the green and

yellow inputs for channels 11, 12, 17, and 18, the red inputs for channels 17 and 18, and the wires

for the P2 plug. Terminate the two-foot wires with ring type lugs, insulated, and bundled for

optional use.

P1 P2 P3

PIN FUNCTION CONN TO FUNCTION CONN TO FUNCTION CONN TO

1 CH-9G CMU-13 OLA-GRN A123 2P-YEL 114

2 CH-9Y CMU-16 OLA-YEL A122 4P-YEL 105

3 CH-10G CMU-R OLB-GRN A126 6P-YEL 120

4 CH-10Y CMU-U OLB-YEL A125 8P-YEL 111

Do not provide the P20 terminal assembly (red monitor board) or red interface ribbon cable as

specified in LA Specification No. 54-053-08.

Provide a P20 connector that mates with and is compatible with the red interface connector

mounted on the front of the conflict monitor. Ensure that the P20 connector and the red interface

TIP Number TS-19 Durham County

Version 18.1 19 print date: 03/07/18

connector on the conflict monitor are center polarized to ensure proper connection. Ensure that

removal of the P20 connector will cause the conflict monitor to recognize a latching fault condition

and place the cabinet into flashing operation.

Wire the P20 connector to the output file and auxiliary output file using 22 AWG stranded wires.

Ensure the length of these wires is a minimum of 42 inches in length. Provide a durable braided

sleeve around the wires to organize and protect the wires.

Wire the P20 connector to the traffic signal red displays to provide inputs to the conflict monitor

as shown below. Ensure the pedestrian Don’t Walk circuits are wired to channels 13 through 16 of

the P20 connector. When no auxiliary output file is installed in the cabinet, provide wires for

channels 9 through 12 reds. Provide a wire for special function 1. Terminate the unused wires with

ring type lugs, insulated, and bundled for optional use.

Ensure the controller unit outputs to the auxiliary output file are pre-wired to the C5 connector.

When no auxiliary output file is installed in the cabinet, connect the C5 connector to a storage socket

located on the Input Panel or on the rear of the PDA.

Do not wire pin 12 of the load switch sockets.

In addition to the requirements of LA Specification No. 54-053-08, ensure relay K1 on the

Power Distribution Assembly (PDA) is a four pole relay and K2 on the PDA is a two pole relay.

Provide a two pole, ganged circuit breaker for the flash bus circuit. Ensure the flash bus circuit

breaker is an inverse time circuit breaker rated for 10 amps at 120 VAC with a minimum of 10,000

RMS symmetrical amperes short circuit current rating. Do not provide the auxiliary switch feature

on the flash bus circuit breaker. Ensure the ganged flash bus circuit breaker is certified by the circuit

breaker manufacturer to provide gang tripping operation.

P20 Connector

PIN FUNCTION CONN TO PIN FUNCTION CONN TO

1 Channel 15 Red 119 2 Channel 16 Red 110

3 Channel 14 Red 104 4 Chassis GND 01-9

5 Channel 13 Red 113 6 N/C

7 Channel 12 Red AUX 101 8 Spec Function 1

9 Channel 10 Red AUX 124 10 Channel 11 Red AUX 114

11 Channel 9 Red AUX 121 12 Channel 8 Red 107

13 Channel 7 Red 122 14 Channel 6 Red 134

15 Channel 5 Red 131 16 Channel 4 Red 101

17 Channel 3 Red 116 18 Channel 2 Red 128

19 Channel 1 Red 125 20 Red Enable 01-14

TIP Number TS-20 Durham County

Version 18.1 20 print date: 03/07/18

Ensure auxiliary output files are wired as follows:

AUXILIARY OUTPUT FILE

TERMINAL BLOCK TA ASSIGNMENTS

POSITION FUNCTION

1 Flasher Unit #1, Circuit 1/FTR1 (OLA, OLB)/FTR3

(OLE)

2 Flasher Unit #1, Circuit 2/FTR2 (OLC, OLD)/FTR3

(OLF)

3 Flash Transfer Relay Coils

4 AC -

5 Power Circuit 5

6 Power Circuit 5

7 Equipment Ground Bus

8 NC

Provide four spare load resistors mounted in each cabinet. Ensure each load resistor is rated as

shown in the table below. Wire one side of each load resistor to AC-. Connect the other side of

each resistor to a separate terminal on a four (4) position terminal block. Mount the load resistors

and terminal block either inside the back of Output File No. 1 or on the upper area of the Service

Panel.

TIP Number TS-21 Durham County

Version 18.1 21 print date: 03/07/18

ACCEPTABLE LOAD RESISTOR

VALUES

VALUE (ohms) WATTAGE

1.5K – 1.9 K 25W (min)

2.0K – 3.0K 10W (min)

Provide Model 200 load switches, Model 204 flashers, Model 242 DC isolators, Model 252 AC

isolators, and Model 206L power supply units that conform to CALTRANS’ “Transportation

Electrical Equipment Specifications” dated March 12, 2009 with Erratum 1.

C. Type 170 E Cabinet Physical Requirements:

Do not mold, cast, or scribe the name “City of Los Angeles” on the outside of the cabinet door as

specified in LA Specification No. 54-053-08. Do not provide a Communications Terminal Panel as

specified in LA Specification No. 54-053-08. Do not provide terminal block TBB on the Service

Panel. Do not provide Cabinet Verification Test Program software or associated test jigs as

specified in LA Specification No. 54-053-08.

Furnish unpainted, natural, aluminum cabinet shells. Ensure that all non-aluminum hardware on

the cabinet is stainless steel or a Department approved non-corrosive alternate.

Ensure the lifting eyes, gasket channels, police panel, and all supports welded to the enclosure

and doors are fabricated from 0.125 inch minimum thickness aluminum sheet and meet the same

standards as the cabinet and doors.

Provide front and rear doors with latching handles that allow padlocking in the closed position.

Furnish 0.75 inch minimum diameter stainless steel handles with a minimum 0.5 inch shank. Place

the padlocking attachment at 4.0 inches from the handle shank center to clear the lock and key.

Provide an additional 4.0 inches minimum gripping length.

Provide Corbin #2 locks on the front and rear doors. Provide one (1) Corbin #2 and one (1)

police master key with each cabinet. Ensure main door locks allow removal of keys in the locked

position only.

Provide a surge protection panel with 16 loop surge protection devices and designed to allow

sufficient free space for wire connection/disconnection and surge protection device replacement. For

model 332 cabinets, provide an additional 20 loop surge protection devices. Provide an additional

two AC+ interconnect surge devices to protect one slot and eight DC surge protection devices to

protect four slots. Provide no protection devices on slot I14.

For pole mounted cabinets, mount surge protection devices for the AC+ interconnect inputs,

inductive loop detector inputs, and low voltage DC inputs on a swing down panel assembly

fabricated from sturdy aluminum. Attach the swing down panel to the bottom rear cabinet rack

assembly using thumb screws. Ensure the swing down panel allows for easy removal of the input file

without removing the surge protection panel assembly or its parts. Have the surge protection devices

mounted horizontally on the panel and soldered to the feed through terminals of four 14 position

terminal blocks with #8 screws mounted on the other side. Ensure the top row of terminals is

connected to the upper slots and the bottom row of terminals is connected to the bottom slots.

Provide a 15 position copper equipment ground bus attached to the field terminal side (outside) of

TIP Number TS-22 Durham County

Version 18.1 22 print date: 03/07/18

the swing down panel for termination of loop lead-in shield grounds. Ensure that a Number 4 AWG

green wire connects the surge protection panel assembly ground bus to the main cabinet equipment

ground.

For base mounted cabinets, mount surge protection panels on the left side of the cabinet as viewed

from the rear. Attach each panel to the cabinet rack assembly using bolts and make it easily

removable. Mount the surge protection devices in vertical rows on each panel and connect the

TIP Number TS-23 Durham County

Version 18.1 23 print date: 03/07/18

devices to one side of 12 position, double row terminal blocks with #8 screws. For each surge

protection panel, terminate all grounds from the surge protection devices on a copper equipment

ground bus attached to the surge protection panel. Wire the terminals to the rear of a standard input

file using spade lugs for input file protection.

Provide permanent labels that indicate the slot and the pins connected to each terminal that may

be viewed from the rear cabinet door. Label and orient terminals so that each pair of inputs is next to

each other. Indicate on the labeling the input file (I or J), the slot number (1-14) and the terminal

pins of the input slots (either D & E for upper or J & K for lower).

Provide a minimum 14 x 16 inch pull out, hinged top shelf located immediately below controller

mounting section of the cabinet. Ensure the shelf is designed to fully expose the table surface outside

the controller at a height approximately even with the bottom of the controller. Ensure the shelf has a

storage bin interior which is a minimum of 1 inch deep and approximately the same dimensions as

the shelf. Provide an access to the storage area by lifting the hinged top of the shelf. Fabricate the

shelf and slide from aluminum or stainless steel and ensure the assembly can support the 2070L

controller plus 15 pounds of additional weight. Ensure shelf has a locking mechanism to secure it in

the fully extended position and does not inhibit the removal of the 2070L controller or removal of

cards inside the controller when fully extended. Provide a locking mechanism that is easily released

when the shelf is to be returned to its non-use position directly under the controller.

D. Model 2018 Enhanced Conflict Monitor:

Furnish Model 2018 Enhanced Conflict Monitors that provide monitoring of 18 channels.

Ensure each channel consists of a green, yellow, and red field signal input. Ensure that the conflict

monitor meets or exceeds CALTRANS’ Transportation Electrical Equipment Specifications dated

March 12, 2009, with Erratum 1 (hereafter referred to as CALTRANS’ 2009 TEES) for a model 210

monitor unit and other requirements stated in this specification.

Ensure the conflict monitor is provided with an 18 channel conflict programming card. Pin EE

and Pin T of the conflict programming card shall be connected together. Pin 16 of the conflict

programming card shall be floating. Ensure that the absence of the conflict programming card will

cause the conflict monitor to trigger (enter into fault mode), and remain in the triggered state until

the programming card is properly inserted and the conflict monitor is reset.

Provide a conflict monitor that incorporates LED indicators into the front panel to dynamically

display the status of the monitor under normal conditions and to provide a comprehensive review of

field inputs with monitor status under fault conditions. Ensure that the monitor indicates the

channels that were active during a conflict condition and the channels that experienced a failure for

all other per channel fault conditions detected. Ensure that these indications and the status of each

channel are retained until the Conflict Monitor is reset. Furnish LED indicators for the following:

· AC Power (Green LED indicator)

· VDC Failed (Red LED indicator)

· WDT Error (Red LED indicator)

· Conflict (Red LED indicator)

· Red Fail (Red LED indicator)

· Dual Indication (Red LED indicator)

TIP Number TS-24 Durham County

Version 18.1 24 print date: 03/07/18

· Yellow/Clearance Failure (Red LED indicator)

· PCA/PC Ajar (Red LED indicator)

· Monitor Fail/Diagnostic Failure (Red LED indicator)

· 54 Channel Status Indicators (1 Red, 1 Yellow, and 1 Green LED indicator for each of the 18

channels)

Provide a switch to set the Red Fail fault timing. Ensure that when the switch is in the ON

position the Red Fail fault timing value is set to 1350 +/- 150 ms (2018 mode). Ensure that when the

switch is in the OFF position the Red Fail fault timing value is set to 850 +/- 150 ms (210 mode).

Provide a switch to set the Watchdog fault timing. Ensure that when the switch is in the ON

position the Watchdog fault timing value is set to 1.0 +/- 0.1 s (2018 mode). Ensure that when the

switch is in the OFF position the Watchdog fault timing value is set to 1.5 +/- 0.1 s (210 mode).

Provide a jumper or switch to set the AC line brown-out levels. Ensure that when the jumper is

present or the switch is in the ON position the AC line dropout voltage threshold is 98 +/- 2 Vrms,

the AC line restore voltage threshold is 103 +/- 2 Vrms, and the AC line brown-out timing value is

set to 400 +/- 50ms (2018 mode). Ensure that when the jumper is not present or the switch is in the

OFF position the AC line dropout voltage threshold is 92 +/- 2 Vrms, the AC line restore voltage

threshold is 98 +/- 2 Vrms, and the AC line brown-out timing value is set to 80 +/- 17 ms (210

mode).

Provide a jumper or switch that will enable and disable the Watchdog Latch function. Ensure

that when the jumper is not present or the switch is in the OFF position the Watchdog Latch function

is disabled. In this mode of operation, a Watchdog fault will be reset following a power loss,

brownout, or power interruption. Ensure that when the jumper is present or the switch is in the ON

position the Watchdog Latch function is enabled. In this mode of operation, a Watchdog fault will

be retained until a Reset command is issued.

Provide a jumper that will reverse the active polarity for pin #EE (output relay common). Ensure

that when the jumper is not present pin #EE (output relay common) will be considered ‘Active’ at a

voltage greater than 70 Vrms and ‘Not Active’ at a voltage less than 50 Vrms (Caltrans mode).

Ensure that when the jumper is present pin #EE (output relay common) will be considered ‘Active’

at a voltage less than 50 Vrms and ‘Not Active’ at a voltage greater than 70 Vrms (Failsafe mode).

In addition to the connectors required by CALTRANS’ 2009 TEES, provide the conflict monitor

with a red interface connector mounted on the front of the monitor. Ensure the connector is a 20 pin,

right angle, center polarized, male connector with latching clip locks and polarizing keys. Ensure

the right angle solder tails are designed for a 0.062” thick printed circuit board. Keying of the

connector shall be between pins 3 and 5, and between 17 and 19. Ensure the connector has two rows

of pins with the odd numbered pins on one row and the even pins on the other row. Ensure the

connector pin row spacing is 0.10” and pitch is 0.10”. Ensure the mating length of the connector

pins is 0.24”. Ensure the pins are finished with gold plating 30µ” thick.

TIP Number TS-25 Durham County

Version 18.1 25 print date: 03/07/18

Ensure the red interface connector pins on the monitor have the following functions:

Pin # Function Pin # Function

1 Channel 15 Red 2 Channel 16 Red

3 Channel 14 Red 4 Chassis Ground

5 Channel 13 Red 6 Special Function 2

7 Channel 12 Red 8 Special Function 1

9 Channel 10 Red 10 Channel 11 Red

11 Channel 9 Red 12 Channel 8 Red

13 Channel 7 Red 14 Channel 6 Red

15 Channel 5 Red 16 Channel 4 Red

17 Channel 3 Red 18 Channel 2 Red

19 Channel 1 Red 20 Red Enable

Ensure that removal of the P20 cable connector will cause the conflict monitor to recognize a

latching fault condition and place the cabinet into flashing operation.

TIP Number TS-26 Durham County

Version 18.1 26 print date: 03/07/18

Provide Special Function 1 and Special Function 2 inputs to the unit which shall disable only Red

Fail Monitoring when either input is sensed active. A Special Function input shall be sensed active

when the input voltage exceeds 70 Vrms with a minimum duration of 550 ms. A Special Function

input shall be sensed not active when the input voltage is less than 50 Vrms or the duration is less

than 250 ms. A Special Function input is undefined by these specifications and may or may not be

sensed active when the input voltage is between 50 Vrms and 70 Vrms or the duration is between 250

ms and 550 ms.

Ensure the conflict monitor recognizes field signal inputs for each channel that meet the following

requirements:

· consider a Red input greater than 70 Vrms and with a duration of at least 500 ms as an “on”

condition;

· consider a Red input less than 50 Vrms or with a duration of less than 200 ms as an “off”

condition (no valid signal);

· consider a Red input between 50 Vrms and 70 Vrms or with a duration between 200 ms and

500 ms to be undefined by these specifications;

· consider a Green or Yellow input greater than 25 Vrms and with a duration of at least 500 ms

as an “on” condition;

· consider a Green or Yellow input less than 15 Vrms or with a duration of less than 200 ms as

an “off” condition; and

· consider a Green or Yellow input between 15 Vrms and 25 Vrms or with a duration between

200 ms and 500 ms to be undefined by these specifications.

Provide a conflict monitor that recognizes the faults specified by CALTRANS’ 2009 TEES and

the following additional faults. Ensure the conflict monitor will trigger upon detection of a fault and

will remain in the triggered (in fault mode) state until the unit is reset at the front panel or through

the external remote reset input for the following failures:

1. Red Monitoring or Absence of Any Indication (Red Failure): A condition in which no

“on” voltage signal is detected on any of the green, yellow, or red inputs to a given monitor

channel. If a signal is not detected on at least one input (R, Y, or G) of a conflict monitor

channel for a period greater than 1000 ms when used with a 170 controller and 1500 ms

when used with a 2070 controller, ensure monitor will trigger and put the intersection into

flash. If the absence of any indication condition lasts less than 700 ms when used with a 170

controller and 1200 ms when used with a 2070 controller, ensure conflict monitor will not

trigger. Red fail monitoring shall be enabled on a per channel basis by the use of switches

located on the conflict monitor. Have red monitoring occur when all of the following input

conditions are in effect:

a) Red Enable input to monitor is active (Red Enable voltages are “on” at greater than 70

Vrms, off at less than 50 Vrms, undefined between 50 and 70 Vrms), and

b) Neither Special Function 1 nor Special Function 2 inputs are active.

TIP Number TS-27 Durham County

Version 18.1 27 print date: 03/07/18

c) Pin #EE (output relay common) is not active

2. Short/Missing Yellow Indication Fault (Clearance Error): Yellow indication following a

green is missing or shorter than 2.7 seconds (with ± 0.1-second accuracy). If a channel fails

to detect an “on” signal at the Yellow input for a minimum of 2.7 seconds (± 0.1 second)

following the detection of an “on” signal at a Green input for that channel, ensure that the

monitor triggers and generates a clearance/short yellow error fault indication. Short/missing

yellow (clearance) monitoring shall be enabled on a per channel basis by the use of switches

located on the conflict monitor. This fault shall not occur when the channel is programmed

for Yellow Inhibit, when the Red Enable signal is inactive or pin #EE (output relay common)

is active.

3. Dual Indications on the Same Channel: In this condition, more than one indication

(R,Y,G) is detected as “on” at the same time on the same channel. If dual indications are

detected for a period greater than 500 ms, ensure that the conflict monitor triggers and

displays the proper failure indication (Dual Ind fault). If this condition is detected for less

than 200 ms, ensure that the monitor does not trigger. G-Y-R dual indication monitoring

shall be enabled on a per channel basis by the use of switches located on the conflict monitor.

G-Y dual indication monitoring shall be enabled for all channels by use of a switch located

on the conflict monitor. This fault shall not occur when the Red Enable signal is inactive or

pin #EE (output relay common) is active.

4. Configuration Settings Change: The configuration settings are comprised of (as a

minimum) the permissive diode matrix, dual indication switches, yellow disable jumpers, any

option switches, any option jumpers, and the Watchdog Enable switch. Ensure the conflict

monitor compares the current configuration settings with the previous stored configuration

settings on power-up, on reset, and periodically during operation. If any of the configuration

settings are changed, ensure that the conflict monitor triggers and causes the program card

indicator to flash. Ensure that configuration change faults are only reset by depressing and

holding the front panel reset button for a minimum of three seconds. Ensure the external

remote reset input does not reset configuration change faults.

Ensure the conflict monitor will trigger and the AC Power indicator will flash at a rate of 2 Hz ±

20% with a 50% duty cycle when the AC Line voltage falls below the “drop-out” level. Ensure the

conflict monitor will resume normal operation when the AC Line voltage returns above the “restore”

level. Ensure the AC Power indicator will remain illuminated when the AC voltage returns above

the “restore” level. Should an AC Line power interruption occur while the monitor is in the fault

mode, then upon restoration of AC Line power, the monitor will remain in the fault mode and the

correct fault and channel indicators will be displayed.

Provide a flash interval of at least 6 seconds and at most 10 seconds in duration following a

power-up, an AC Line interruption, or a brownout restore. Ensure the conflict monitor will suspend

all fault monitoring functions, close the Output relay contacts, and flash the AC indicator at a rate of

4 Hz ± 20% with a 50% duty cycle during this interval. Ensure the termination of the flash interval

after at least 6 seconds if the Watchdog input has made 5 transitions between the True and False

state and the AC Line voltage is greater than the “restore” level. If the watchdog input has not made

TIP Number TS-28 Durham County

Version 18.1 28 print date: 03/07/18

5 transitions between the True and False state within 10 ± 0.5 seconds, the monitor shall enter a

WDT error fault condition.

Ensure the conflict monitor will monitor an intersection with a minimum of four approaches using

the four-section Flashing Yellow Arrow (FYA) vehicle traffic signal as outlined by the NCHRP 3-54

research project for protected-permissive left turn signal displays. Ensure the conflict monitor will

operate in the FYA mode and FYAc (Compact) mode as specified below to monitor each channel

pair for the following fault conditions: Conflict, Flash Rate Detection, Red Fail, Dual Indication, and

Clearance. Provide a switch to select between the FYA mode and FYAc mode. Provide a switch to

select each FYA phase movement for monitoring.

FYA mode

FYA Signal

HeadPhase 1 Phase 3 Phase 5 Phase 7

Red Arrow Channel 9 Red Channel 10 Red Channel 11 Red Channel 12 Red

Yellow

Arrow

Channel 9

Yellow

Channel 10

Yellow

Channel 11

Yellow

Channel 12

Yellow

Flashing

Yellow

Arrow

Channel 9

Green

Channel 10

Green

Channel 11

Green

Channel 12

Green

Green

Arrow

Channel 1

GreenChannel 3 Green Channel 5 Green Channel 7 Green

FYAc mode

FYA Signal

HeadPhase 1 Phase 3 Phase 5 Phase 7

Red Arrow Channel 1 Red Channel 3 Red Channel 5 Red Channel 7 Red

Yellow

Arrow

Channel 1

Yellow

Channel 3

Yellow

Channel 5

Yellow

Channel 7

Yellow

Flashing

Yellow

Arrow

Channel 1

GreenChannel 3 Green Channel 5 Green Channel 7 Green

Green

Arrow

Channel 9

Green

Channel 9

Yellow

Channel 10

Green

Channel 10

Yellow

TIP Number TS-29 Durham County

Version 18.1 29 print date: 03/07/18

If a FYA channel pair is enabled for FYA operation, the conflict monitor will monitor the FYA

logical channel pair for the additional following conditions:

1. Conflict: Channel conflicts are detected based on the permissive programming jumpers on

the program card. This operation remains unchanged from normal operation except for the

solid Yellow arrow (FYA clearance) signal.

2. Yellow Change Interval Conflict: During the Yellow change interval of the Permissive

Turn channel (flashing Yellow arrow) the conflict monitor shall verify that no conflicting

channels to the solid Yellow arrow channel (clearance) are active. These conflicting

channels shall be determined by the program card compatibility programming of the

Permissive Turn channel (flashing Yellow arrow). During the Yellow change interval of the

Protected Turn channel (solid Green arrow) the conflict monitor shall verify that no

conflicting channels to the solid Yellow arrow channel (clearance) are active as determined

by the program card compatibility programming of the Protected Turn channel (solid Green

arrow).

3. Flash Rate Detection: The conflict monitor unit shall monitor for the absence of a valid

flash rate for the Permissive turn channel (flashing Yellow arrow). If the Permissive turn

channel (flashing Yellow arrow) is active for a period greater than 1600 milliseconds, ensure

the conflict monitor triggers and puts the intersection into flash. If the Permissive turn

channel (flashing Yellow arrow) is active for a period less than 1400 milliseconds, ensure the

conflict monitor does not trigger. Ensure the conflict monitor will remain in the triggered (in

fault mode) state until the unit is reset at the front panel or through the external remote reset

input. Provide a jumper or switch that will enable and disable the Flash Rate Detection

function. Ensure that when the jumper is not present or the switch is in the OFF position the

Flash Rate Detection function is enabled. Ensure that when the jumper is present or the

switch is in the ON position the Flash Rate Detection function is disabled.

4. Red Monitoring or Absence of Any Indication (Red Failure): The conflict monitor unit

shall detect a red failure if there is an absence of voltage on all four of the inputs of a FYA

channel pair (RA, YA, FYA, GA).

5. Dual Indications on the Same Channel: The conflict monitor unit shall detect a dual

indication if two or more inputs of a FYA channel pair (RA, YA, FYA, GA) are “on” at the

same time.

6. Short/Missing Yellow Indication Fault (Clearance Error): The conflict monitor unit shall

monitor the solid Yellow arrow for a clearance fault when terminating both the Protected

Turn channel (solid Green arrow) interval and the Permissive Turn channel (flashing Yellow

arrow) interval.

Ensure that the conflict monitor will log at least nine of the most recent events detected by the

monitor in non-volatile EEPROM memory (or equivalent). For each event, record at a minimum the

time, date, type of event, status of each field signal indication with RMS voltage, and specific

channels involved with the event. Ensure the conflict monitor will log the following events: monitor

reset, configuration, previous fault, and AC line. Furnish the signal sequence log that shows all

channel states (Greens, Yellows, and Reds) and the Red Enable State for a minimum of 2 seconds

prior to the current fault trigger point. Ensure the display resolution of the inputs for the signal

sequence log is not greater than 50 ms.

TIP Number TS-30 Durham County

Version 18.1 30 print date: 03/07/18

For conflict monitors used within an Ethernet communications system, provide a conflict

monitor with an Ethernet 10/100 Mbps, RJ-45 port for data communication access to the monitor by

a local notebook computer and remotely via a workstation or notebook computer device connected

to the signal system local area network. The Ethernet port shall be electrically isolated from the

conflict monitor’s electronics and shall provide a minimum of 1500 Vrms isolation. Integrate

monitor with Ethernet network in cabinet. Provide software to retrieve the time and date from a

network server in order to synchronize the on-board times between the conflict monitor and the

controller. Furnish and install the following Windows based, graphic user interface software on

workstations and notebook computers where the signal system client software is installed: 1)

software to view and retrieve all event log information, 2) software that will search and display a list

of conflict monitor IP addresses and IDs on the network, and 3) software to change the conflict

monitor’s network parameters such as IP address and subnet mask.

For non-Ethernet connected monitors, provide a RS-232C/D compliant port (DB-9 female

connector) on the front panel of the conflict monitor in order to provide communications from the

conflict monitor to the 170/2070 controller or to a Department-furnished laptop computer.

Electrically isolate the port interface electronics from all monitor electronics, excluding Chassis

Ground. Ensure that the controller can receive all event log information through a controller

Asynchronous Communications Interface Adapter (Type 170E) or Async Serial Comm Module

(2070). Furnish and connect a serial cable from the conflict monitor’s DB-9 connector to Comm

Port 1 of the 2070 controller. Ensure conflict monitor communicates with the controller. Provide a

Windows based graphic user interface software to communicate directly through the same monitor

RS-232C/D compliant port to retrieve and view all event log information to a Department-furnished

laptop computer. The RS-232C/D compliant port on the monitor shall allow the monitor to function

as a DCE device with pin connections as follows:

Conflict Monitor RS-232C/D (DB-9 Female) Pinout

Pin Number Function I/O

1 DCD O

2 TX Data O

3 RX Data I

4 DTR I

5 Ground -

6 DSR O

7 CTS I

8 RTS O

9 NC -

TIP Number TS-31 Durham County

Version 18.1 31 print date: 03/07/18

MONITOR BOARD EDGE CONNECTOR

Pin # Function (Back Side) Pin # Function (Component

Side)

1 Channel 2 Green A Channel 2 Yellow

2 Channel 13 Green B Channel 6 Green

3 Channel 6 Yellow C Channel 15 Green

4 Channel 4 Green D Channel 4 Yellow

5 Channel 14 Green E Channel 8 Green

6 Channel 8 Yellow F Channel 16 Green

7 Channel 5 Green H Channel 5 Yellow

8 Channel 13 Yellow J Channel 1 Green

9 Channel 1 Yellow K Channel 15 Yellow

10 Channel 7 Green L Channel 7 Yellow

11 Channel 14 Yellow M Channel 3 Green

12 Channel 3 Yellow N Channel 16 Yellow

13 Channel 9 Green P Channel 17 Yellow

14 Channel 17 Green R Channel 10 Green

15 Channel 11 Yellow S Channel 11 Green

16 Channel 9 Yellow T Channel 18 Yellow

17 Channel 18 Green U Channel 10 Yellow

-- --

18 Channel 12 Yellow V Channel 12 Green

19 Channel 17 Red W Channel 18 Red

20 Chassis Ground X Not Assigned

21 AC- Y DC Common

22 Watchdog Timer Z External Test Reset

23 +24VDC AA +24VDC

24 Tied to Pin 25 BB Stop Time (Output)

25 Tied to Pin 24 CC Not Assigned

26 Not Assigned DD Not Assigned

27 Relay Output, Side #3, N.O. EE Relay Output,Side

#2,Common

28 Relay Output, Side #1, N.C. FF AC+

-- Slotted for keying between Pins 17/U and 18/V

TIP Number TS-32 Durham County

Version 18.1 32 print date: 03/07/18

CONFLICT PROGRAM CARD PIN ASSIGNMENTS

Pin # Function (Back Side) Pin # Function (Component

Side)

1 Channel 2 Green A Channel 1 Green

2 Channel 3 Green B Channel 2 Green

3 Channel 4 Green C Channel 3 Green

4 Channel 5 Green D Channel 4 Green

5 Channel 6 Green E Channel 5 Green

6 Channel 7 Green F Channel 6 Green

7 Channel 8 Green H Channel 7 Green

8 Channel 9 Green J Channel 8 Green

9 Channel 10 Green K Channel 9 Green

10 Channel 11 Green L Channel 10 Green

11 Channel 12 Green M Channel 11 Green

12 Channel 13 Green N Channel 12 Green

13 Channel 14 Green P Channel 13 Green

14 Channel 15 Green R Channel 14 Green

15 Channel 16 Green S Channel 15 Green

16 N/C T PC AJAR

17 Channel 1 Yellow U Channel 9 Yellow

18 Channel 2 Yellow V Channel 10 Yellow

19 Channel 3 Yellow W Channel 11 Yellow

20 Channel 4 Yellow X Channel 12 Yellow

21 Channel 5 Yellow Y Channel 13 Yellow

22 Channel 6 Yellow Z Channel 14 Yellow

23 Channel 7 Yellow AA Channel 15 Yellow

24 Channel 8 Yellow BB Channel 16 Yellow

-- --

25 Channel 17 Green CC Channel 17 Yellow

26 Channel 18 Green DD Channel 18 Yellow

27 Channel 16 Green EE PC AJAR (Program Card)

28 Yellow Inhibit Common FF Channel 17 Green

-- Slotted for keying between Pins 24/BB and 25/CC

TIP Number TS-33 Durham County

Version 18.1 33 print date: 03/07/18

E. Preemption and Sign Control Box

Provide preemption and sign control box to operate in a Model 332 and Model 336S cabinet.

Provide hardware to mount the box to the cage of the cabinet to ensure the front side is facing the

opposite side of the cabinet. Furnish the material of the box from a durable finished metallic or

thermoplastic case. Ensure the size of the box is not greater than 7(l) x 5(w) x 5(d) inches. Ensure

that no modification is necessary to mount the box on the cabinet cage.

Provide the following components in the preemption and sign control box: relays, fuses, terminal

blocks, MOVs, resistor, RC network, lamp, and push button switch.

Provide UL Listed or Recognized relay K1 as a DPDT enclosed relay (120 VAC, 60 Hz coil)

with an 8-pin octal-style plug and associated octal base. Provide contact material made of AgCdO

with a 10 amp, 240 VAC rating. Ensure the relay has a specified pickup voltage of 102 VAC.

Provide relay SSR1 as a Triac SPST normally open solid state relay that is rated for 120 VAC

input and zero-crossing (resistive load) 25 amp @ 120 VAC output. Ensure the relay turns on at 90

Vrms within 10 ms and turns off at 10 Vrms within 40 ms. Ensure the relay has physical

TIP Number TS-34 Durham County

Version 18.1 34 print date: 03/07/18

characteristics as shown in the wiring detail in Figure 1. Provide 4 terminal screws with saddle

clamps.

Provide fuses F1 and F2 as a UL Listed ¼″ x 1-1/4″ glass tube rated at 250 volts with a 10kA

interrupting rating. Ensure F1 non-delay (fast-acting) and F2 slow-blow (time-delay) fuses have a

maximum opening times of 60 minutes and 120 seconds for currents of 135 and 200 percent of the

ampere rating, respectively. Ensure F2 slow-blow (time-delay) fuses have a minimum opening

times of 12 seconds at 200 percent of the ampere rating. Provide fuse holders that are UL

Recognized panel-mounted holders rated 250V, 15 ampere minimum with bayonet-type knobs

which accept ¼″ x 1-1/4″ glass tube fuses.

Provide terminal blocks that are rated for 300V and are made of electrical grade thermoplastic or

thermosetting plastic. Ensure each terminal block is of closed back design and has recessed-screw

terminals with molded barriers between terminals. Ensure each terminal block is labeled with a

block designation. Ensure each terminal is labeled with the function and a number.

Provide 3/4-inch diameter radial lead UL-recognized metal oxide varistors (MOVs) that have

electrical performance as outlined below.

PROPERTIES OF MOV SURGE PROTECTOR

Maximum Continuous Applied Voltage at

185° F

150 VAC (RMS)

200 VDC

Maximum Peak 8x20µs Current at 185° F 6500 A

Maximum Energy Rating at 185° F 80 J

Voltage Range 1 mA DC Test at 77° F 212-268 V

Max. Clamping Voltage 8x20µs, 100A at

77° F395 V

Typical Capacitance (1 MHz) at 77° F 1600 pF

Provide resistor R1 as a 2K ohm, 12 watt, wirewound resistor with tinned terminals and

attaching leads. Ensure the resistor is spaced apart from surrounding wires.

Provide a LED or incandescent lamp that has a voltage rating of 120 VAC with a minimum life

rating at 50,000 hours.

Wire the preemption and sign control box as shown in Figure 1.

TIP Number TS-35 Durham County

Version 18.1 35 print date: 03/07/18

Figure 1

TIP Number TS-36 Durham County

Version 18.1 36 print date: 03/07/18

3.3. MATERIALS – TYPE 170 DETECTOR SENSOR UNITS

Furnish detector sensor units that comply with Chapter 5 Section 1, “General Requirements,”

and Chapter 5 Section 2, “Model 222 & 224 Loop Detector Sensor Unit Requirements,” of the

CALTRANS “Transportation Electrical Equipment Specifications” dated March 12, 2009 with

Erratum 1.

3.4. MATERIALS – TYPE 2070E CONTROLLERS

Furnish model 2070E controller units that conform to CALTRANS Transportation Electrical

Equipment Specifications (TEES) (dated March 12, 2009, plus Errata 1 dated January 21, 2010 and

Errata 2 dated December 5, 2014) except as required herein.

The Department will provide software at the beginning of the burning-in period. Contractor shall

give 5 working days notice before needing software. Program software provided by the Department.

Provide model 2070E controllers with OS-9 release 1.3.1 or later with kernel edition #380 or

later operating software and device drivers, composed of the unit chassis and at a minimum the

following modules and assemblies:

· MODEL 2070-1E, CPU Module, Single Board, with 8Mb Datakey (blue in color)

· MODEL 2070-2E+, Field I/O Module (FI/O)

· Note: Configure the Field I/O Module to disable both the External WDT

Shunt/Toggle Switch and SP3 (SP3 active indicator is “off”)

· MODEL 2070-3B, Front Panel Module (FP), Display B (8x40)

· MODEL 2070-4A, Power Supply Module, 10 AMP

· MODEL 2070-7A, Async Serial Com Module (9-pin RS-232)

TIP Number TS-37 Durham County

Version 18.1 37 print date: 03/07/18

4. TRAFFIC SIGNAL SUPPORTS

4.1. METAL TRAFFIC SIGNAL SUPPORTS – ALL POLES

A. General:

Furnish and install metal strain poles and metal poles with mast arms, grounding systems, and all

necessary hardware. The work covered by this special provision includes requirements for the

design, fabrication, and installation of both standard and custom/site specifically designed metal

traffic signal supports and associated foundations.

Provide metal traffic signal support systems that contain no guy assemblies, struts, or stay

braces. Provide designs of completed assemblies with hardware that equals or exceeds AASHTO

Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals

6th Edition, 2013 (hereafter called 6th Edition AASHTO), including the latest interim specifications.

Provide assemblies with a round or near-round (18 sides or more) cross-section, or a multi sided

cross section with no less than six sides. The sides may be straight, convex, or concave.

Pole heights shown on signal plans are estimated from available data for bid purposes. Prior to

furnishing metal signal poles, use field measurements and adjusted cross-sections to determine

whether pole heights are sufficient to obtain required clearances. If pole heights are not sufficient, the

Contractor should immediately notify the Engineer of the required revised pole heights.

Ensure that metal signal poles permit cables to be installed inside poles and any required mast

arms. For holes in the poles and arms used to accommodate cables, provide full-circumference

grommets. Arm flange plate wire access holes should be deburred, non grommeted, and oversized to

fit around the 2” diameter grommeted shaft flange plate wire access hole.

After fabrication, have steel poles, required mast arms, and all parts used in the assembly hot-dip

galvanized per section 1076. Design structural assemblies with weep holes large enough and properly

located to drain molten zinc during the galvanization process. Provide hot-dip galvanizing on

structures that meets or exceeds ASTM Standard A-123. Provide galvanizing on hardware that meets

or exceeds ASTM Standard A-153. Ensure that threaded material is brushed and retapped as necessary

after galvanizing. Perform repair of damaged galvanizing that complies with the following:

Repair of Galvanizing .................................................................... Article 1076-7

Standard Drawings for Metal Poles are available that supplement these project special

provisions. These drawings are located on the Department’s website:

https://connect.ncdot.gov/resources/safety/pages/ITS-Design-Resources.aspx

Comply with article 1098-1B of the 2018 STANDARD SPECIFICATIONS FOR ROADS &

STRUCTURES, hereinafter referred to as the Standard Specifications for submittal requirements.

Furnish shop drawings for approval. Provide the copies of detailed shop drawings for each type of

structure as summarized below. Ensure that shop drawings include material specifications for each

component and identify welds by type and size on the detail drawing only, not in table format. Do

not release structures for fabrication until shop drawings have been approved by NCDOT.

Provide an itemized bill of materials for all structural components and associated connecting

hardware on the drawings.

Comply with article 1098-1A of the Standard Specifications for Qualified Products List (QPL)

submittals. All shop drawings must include project location description, signal inventory number(s)

and a project number or work order number on the drawings.

TIP Number TS-38 Durham County

Version 18.1 38 print date: 03/07/18

Summary of information required for metal pole review submittal:

Item Hardcopy

Submittal

Electronic

SubmittalComments / Special Instructions

Sealed, Approved Signal

Plan/Loading Diagram

1 1 All structure design information needs to reflect

the latest approved signal plans

Custom Pole Shop

Drawings

4 sets 1 set Show NCDOT inventory number(s), contractor’sname and relevant revision number in the title

block. All drawings must have a unique drawing

number for each project and identified for

multiple pages.

Standard Pole Shop

Drawings (from the QPL)4 sets 1 set Submit drawings on 11” x 17” format media.

Show NCDOT inventory number(s), contractor’s

name and relevant revision number in the titleblock. All drawings must have a unique drawing

number for each project and identified for

multiple pages.

Structure Calculations 1 set 1 set Not required for Standard QPL Poles

Standard Pole Foundation

Drawings

1 set 1 set Submit drawings on 11” x 17” format media.Submit a completed Standard Foundation

Selection form for each pole using foundation

table on Metal Pole Drawing M-8.

Custom Foundation

Drawings

4 sets 1 set Submit drawings on 11” x 17” format media.Show NCDOT inventory number(s), contractor’s

name and relevant revision number in the title

block. All drawings must have a unique drawingnumber for each project and identified for

multiple pages.

If QPL Poles are used, include the corresponding

QPL pole shop drawings with this submittal.

Foundation Calculations 1 1 Submit copies of LPILE input, output and pile

tip deflection graph per Section 11.4 of this

specification for each foundation.

Not required for Standard QPL Poles

Soil Boring Logs and

Report

1 1 Report should include a location plan and a soil

classification report including soil capacity,water level, hammer efficiency, soil bearing

pressure, soil density, etc. for each pole.

NOTE – All shop drawings and custom foundation design drawings must be sealed by a

Professional Engineer licensed in the state of North Carolina. All geotechnical information must be

sealed by either a Professional Engineer or geologist licensed in the state of North Carolina. Include

TIP Number TS-39 Durham County

Version 18.1 39 print date: 03/07/18

a title block and revision block on the shop drawings and foundation drawings showing the NCDOT

inventory number.

Shop drawings and foundation drawings may be submitted together or separately for

approval. However, shop drawings must be approved before foundations can be reviewed.

Foundation designs will be returned without review if the associated shop drawing has not been

approved. Boring reports should include the following: Engineer’s summary, boring location maps,

soil classification per AASHTO Classification System, hammer efficiency, and Metal Pole Standard

Foundation Selection Form. Incomplete submittals will be returned without review. The Reviewer

has the right to request additional analysis and copies of the calculations to expedite the approval

process.

B. Materials:

Fabricate metal pole and arm shaft from coil or plate steel to meet the requirements of ASTM A

595 Grade A tubes. For structural steel shapes, plates and bars use A572 Gr 50 min or ASTM A709

Gr 50 min. Provide pole and arm shafts that are round in cross section or multisided tubular shapes

and have a uniform linear taper of 0.14 in/ft. Construct shafts from one piece of single ply plate or

coil so there are no circumferential weld splices. Galvanize in accordance with AASHTO M 111 or

an approved equivalent.

Use the submerged arc process or other NCDOT previously approved process suitable for pole

shaft and arms to continuously weld pole shafts and arm shafts along their entire length. The

longitudinal seam weld will be finished flush to the outside contour of the base metal. Ensure shafts

have no circumferential welds except at the lower end joining the shaft to the pole base and arm

base. Use full penetration groove welds with backing ring for all tube-to-transverse-plate

connections in accordance with 6th Edition AASHTO. Provide welding that conforms to Article

1072-18 of the Standard Specifications, except that no field welding on any part of the pole will be

permitted unless approved by a qualified engineer.

Refer to Metal Pole Standard Drawing Sheets M2 through M5 for fabrication details. Fabricate

anchor bases and mast arm connecting plates from plate steel meeting, as a minimum, the

requirements of ASTM A572 Gr 50, AASHTO M270 Gr 50, ASTM A709 Gr50, or an approved

equivalent. Conform to the applicable bolt pattern and orientation as shown on Metal Pole Standard

Drawing Sheet M2.

Ensure all hardware is galvanized steel or stainless steel. The Contractor is responsible for

ensuring that the designer/fabricator specifies connecting hardware and/or materials that do not

create a dissimilar metal corrosive reaction.

Provide a minimum of four (4) 1-1/2" diameter high strength bolts for connection between arm

plate and pole plate. Increase number of bolts to six (6) 1-1/2" diameter high strength bolts when

arm lengths are greater than 50’-0” long.

Unless otherwise required by the design, ensure each anchor rod is 2” diameter and 60” length.

Provide 10” minimum thread projection at the top of the rod, and 8” minimum at the bottom of the

rod. Use anchor rod assembly and drilled pier foundation materials that meet the Foundations and

Anchor Rod Assemblies for Metal Poles provision.

TIP Number TS-40 Durham County

Version 18.1 40 print date: 03/07/18

For each structural bolt and other steel hardware, hot dip galvanizing shall conform to the

requirements of AASHTO M 232 (ASTM A 153). Ensure end caps for poles or mast arms are

constructed of cast aluminum conforming to Aluminum Alloy 356.0F.

Provide a circular anchor bolt lock plate that will be secured to the anchor bolts at the embedded

end with 2 washers and 2 nuts. Provide a base plate template that matches the bolt circle diameter of

the anchor bolt lock plate. Construct plates and templates from ¼” minimum thick steel with a

minimum width of 4”. Galvanizing is not required for both plates.

Provide 4 heavy hex nuts and 4 flat washers for each anchor bolt. For nuts, use AASHTO M291

grade 2H, DH, or DH3 or equivalent material. For flat washers, use AASHTO M293 or equivalent

material.

C. Construction Methods:

Erect signal support poles only after concrete has attained a minimum allowable compressive

strength of 3000 psi. Install anchor rod assemblies in accordance with the Foundations and Anchor

Rod Assemblies for Metal Poles provision.

For further construction methods, see construction methods for Metal Strain Pole, or Metal Pole

with Mast Arm.

Connect poles to grounding electrodes and bond them to the electrical service grounding

electrodes.

For holes in the poles used to accommodate cables, install grommets before wiring pole or arm.

Do not cut or split grommets.

Attach the terminal compartment cover to the pole by a sturdy chain or cable. Ensure the chain or

cable is long enough to permit the cover to hang clear of the compartment opening when the cover is

removed, and is strong enough to prevent vandalism. Ensure the chain or cable will not interfere

with service to the cables in the pole base.

Attach cap to pole with a sturdy chain or cable. Ensure the chain or cable is long enough to

permit the cap to hang clear of the opening when the cap is removed.

Perform repair of damaged galvanizing that complies with the Standard Specifications, Article

1076-7 “Repair of Galvanizing.”

Install galvanized wire mesh around the perimeter of the base plate to cover the gap between the

base plate and top of foundation for debris and pest control.

Install a ¼” thick plate for concrete foundation tag to include: concrete grade, depth, diameter,

and reinforcement sizes of the installed foundation.

4.2. METAL POLE UPRIGHTS (VERTICAL MEMBERS)

A. Materials:

· Provide tapered tubular shafts and fabricated of steel conforming to ASTM A-595 Grade

A or an approved equivalent.

· Hot-dip galvanize poles in accordance with AASHTO M 111 or an approved equivalent.

· Have shafts that are continuously welded for the entire length by the submerged arc

process, and with exposed welds ground or rolled smooth and flush with the base metal.

TIP Number TS-41 Durham County

Version 18.1 41 print date: 03/07/18

Provide welding that conforms to Article 1072-18 of the Standard Specification except that

no field welding on any part of the pole will be permitted.

· Have Shafts with no circumferential welds except at the lower end joining the shaft to the

base.

· Have anchor bases for steel poles fabricated from plate steel meeting as a minimum the

requirements of ASTM A572 Gr 50, AASHTO M270 Gr 50, ASTM A709 Gr 50, or an

approved equivalent.

Provide a grounding lug(s) in the approximate vicinity of the messenger cable clamp for bonding

and grounding messenger cable. Lugs must accept #4 or #6 AWG wire to bond messenger cables to

the pole in order to provide an effective ground fault circuit path. Refer to Metal Pole Standard

Drawing Sheet M6 for construction details.

Have poles permanently stamped above the hand holes with the identification tag details as shown

on Metal Pole Standard Drawing Sheet M2.

Provide liquid tight flexible metal conduit (Type LFMC), liquid tight flexible nonmetallic conduit

(Type LFNC), high density polyethylene conduit (Type HDPE), or approved equivalent to isolate

conductors feeding luminaires.

Fabricate poles from a single piece of steel or aluminum with single line seam weld with no

transverse butt welds. Fabrication of two ply pole shafts is unacceptable with the exception of fluted

shafts. Provide tapers for all shafts that begin at base and that have diameters which decrease

uniformly at the rate of not more than 0.14 inch per foot (11.7 millimeters per meter) of length.

Provide four anchor nuts and four washers for each anchor bolt. Ensure that anchor bolts have

required diameters, lengths, and positions, and will develop strengths comparable to their respective

poles.

Provide a terminal compartment with cover and screws in each pole that encompasses the hand

hole and contains a 12-terminal barrier type terminal block. Provide two terminal screws with a

removable shorting bar between them for each termination. Furnish terminal compartment covers

attached to the pole by a sturdy chain or cable approved by the Engineer. Ensure that the chain or

cable is long enough to permit the cover to hang clear of the compartment opening when the cover is

removed, and is strong enough to prevent vandals from being able to disconnect the cover from the

pole. Ensure that the chain or cable will not interfere with service to the cables in the pole base.

Install grounding lugs that will accept #4 or #6 AWG wire to electrically bond messenger cables

to the pole. Refer to Metal Pole Standard Drawing Sheet M6 for construction details.

For each pole, provide a 1/2 inch minimum thread diameter, coarse thread stud and nut for

grounding which will accommodate #6 AWG ground wire. Ensure that the lug is electrically bonded

to the pole and is conveniently located inside the pole at the hand hole.

Provide a removable pole cap with stainless steel attachment screws for the top of each pole.

Ensure that the cap is cast aluminum conforming to Aluminum Association Alloy 356.0F. Furnish

cap attached to the pole with a sturdy chain or cable approved by the Engineer. Ensure that the chain

or cable is long enough to permit the cap to hang clear of the pole-top opening when the cap is

removed.

When required by the plans, furnish couplings 42 inches above the bottom of the base for mounting

of pedestrian pushbuttons. Provide mounting points consisting of 1-1/2 inch internally threaded half-

TIP Number TS-42 Durham County

Version 18.1 42 print date: 03/07/18

couplings that comply with the NEC and that are mounted within the poles. Ensure that couplings are

essentially flush with the outside surfaces of the poles and are installed before any required

galvanizing. Provide a threaded plug in each mounting point. Ensure that the surface of the plug is

essentially flush with the outer end of the mounting point when installed and has a recessed hole to

accommodate a standard wrench.

4.3. STRAIN POLE SHAFTS

Provide 2 messenger cable (span wire) clamps and associated hardware for attachment of

messenger cable. Ensure that diameter of the clamp is appropriate to its location on the pole and is

appropriately designed to be adjustable from 1’-6” below the top, down to 6’-6” below the top of the

pole. Do not attach more than one support cable to a messenger cable clamp.

Provide a minimum of three (3) 2 inch (50 mm) holes equipped with an associated coupling and

weatherhead on the messenger cable load side of the pole to accommodate passage of signal cables

from inside the pole. Provide galvanized threaded plugs for all unused couplings at pole entrance

points. Refer to Metal Pole Standard Drawing Sheet M3 for fabrication details.

Ensure that allowable pole deflection does not exceed that allowed per 6th Edition AASHTO.

Ensure maximum deflection at the top of the pole does not exceed 2.5 percent of the pole height.

4.4. MAST ARM POLE SHAFTS

Ensure that allowable pole deflection does not exceed that allowed per 6th Edition AASHTO.

Ensure that maximum angular rotation of the top of the mast arm pole does not exceed 1 degree 40

minutes (1°40').

A. Construction Methods:

Install metal poles, hardware, and fittings as shown on the manufacturer’s installation drawings.

Install metal poles so that when the pole is fully loaded it is within 1 degree 40 minutes (1°40') of

vertical. Install poles with the manufacturer’s recommended “rake.” Use threaded leveling nuts to

establish rake if required.

4.5. MAST ARMS

Provide pole plates and associated gussets and fittings for attachment of required mast arms. As

part of each mast arm attachment, provide a cable passage hole in the pole to allow passage of signal

cables from the pole to the arm.

Ensure that allowable mast arm deflection does not exceed that allowed per 6th Edition AASHTO.

Also when arm is fully loaded, tip of the arm shall not go below the arm attachment point with the

pole for all load conditions per 6th Edition AASHTO.

Furnish all arm plates and necessary attachment hardware, including bolts and brackets.

Provide two extra bolts for each arm.

Provide grommet holes on the arms to accommodate cables for the signals.

Provide arms with weatherproof connections for attaching to the shaft of the pole.

Provide hardware that is galvanized steel, stainless steel, or corrosive-resistant aluminum.

Provide a removable end cap with stainless steel attachment screws for the end of each mast arm.

Ensure that the cap is cast aluminum conforming to Aluminum Association Alloy 356.0F. Furnish

TIP Number TS-43 Durham County

Version 18.1 43 print date: 03/07/18

cap attached to the arm with a sturdy chain or cable approved by the Engineer. Ensure that the chain

or cable is long enough to permit the cap to hang clear of the arm end opening when the cap is removed.

Comply with the following for Steel Luminaire Arms:

· In addition to tapered tube, luminaire arms may be standard weight black steel pipe

conforming to ASTM A 53-90a, Type E or Type S, Grade B or an approved equivalent.

· Conform to the welding requirements of the steel poles.

· After all fabricating, cutting, punching, and welding are completed, luminaire arms should be

hot-dipped galvanized inside and outside.

· In accordance with the National Electrical Code (NEC) Article 230.2(E), provide identification

of the electrical source provider for the luminaire feeder circuit with contact information on a

permanent label located in the pole hand hole in the vicinity of the feeder circuit raceway.

A. Materials:

After all fabricating, cutting, punching, and welding are completed, hot-dip galvanize the

structure in accordance with the AASHTO M 111 or an approved equivalent.

B. Construction Methods:

Install horizontal-type arms with sufficient manufactured rise to keep arm from deflecting below

the arm attachment height.

Attach cap to the mast arm with a sturdy chain or cable. Ensure that the chain or cable is long

enough to permit the cap to hang clear of the arm opening when the cap is removed.

For mast arm poles, use full penetration welds with back-up ring at the pole base and at the arm

base connection.

4.6. DRILLED PIER FOUNDATIONS FOR METAL TRAFFIC SIGNAL POLES

Analysis procedures and formulas shall be based on AASHTO 6th Edition, latest ACI code and

the Drilled Shafts: Construction Procedures and Design Methods FHWA-NHI-10-016 manual.

Design methods based on engineering publications or research papers needs to have prior approval

from NCDOT. The Department reserves the right to accept or disapprove any method used for the

analysis.

Use a Factor of Safety of 1.33 for torsion and 2.0 for bending for the foundation design.

Foundation design for lateral load shall not exceed 1” lateral deflection at top of foundation.

For lateral analysis, use LPILE Plus V6.0 or later. Inputs, results and corresponding graphs are to

be submitted with the design calculations.

Skin Friction is to be calculated using the α-method for cohesive soils and the β-method for

cohesion-less soils (Broms method will not be accepted). Detailed descriptions of the “α” and

“β” methods can be found in FHWA-NHI-10-016.

Omit first 2.5ft for cohesive soils when calculating skin friction.

When hammer efficiency is not provided, assume a value of 0.70.

TIP Number TS-44 Durham County

Version 18.1 44 print date: 03/07/18

Design all custom foundations to carry the maximum capacity of each metal pole. For standard

case strain poles only, if a custom foundation is designed, use the actual shear, axial and moment

reactions from the Standard Foundation Selection Table shown on Standard Drawing No. M8.

When poor soil conditions are encountered which could create an excessively large foundation

design, consideration may be given to allowing an exemption to the maximum capacity design. The

contractor must gain approval from the engineer before reducing a foundation’s capacity. On

projects where poor soil is known to be present, it is advisable that the contractor consider getting

foundations approved before releasing poles for fabrication.

Have the contractor notify the engineer if the proposed foundation is to be installed on a slope

other than 8H: 1V or flatter.

A. Description:

Furnish and install foundations for NCDOT metal poles with all necessary hardware in

accordance with the plans and specifications.

Metal Pole Standards have been developed and implemented by NCDOT for use at signalized

intersections in North Carolina. If the plans call for a standard pole, then a standard foundation may

be selected from the plans. However, the Contractor is not required to use a standard foundation. If

the Contractor chooses to design a non-standard site-specific foundation for a standard pole or if the

plans call for a non-standard site-specific pole, design the foundation to conform to the applicable

provisions in the NCDOT Metal Pole Standard Drawings and Section B7 (Non-Standard Foundation

Design) below. If non-standard site specific foundations are designed for standard QPL approved

strain poles, the foundation designer must use the design moment specified by load case on Metal

Pole Standard Drawing Sheet M8. Failure to conform to this requirement will be grounds for

rejection of the design.

If the Contractor chooses to design a non-standard foundation for a standard pole and the soil test

results indicate a standard foundation is feasible for the site, the Contractor will be paid the cost of

the standard foundation (drilled pier and wing wall, if applicable). Any additional costs associated

with a non-standard site-specific foundation including additional materials, labor and equipment will

be considered incidental to the cost of the standard foundation. All costs for the non-standard

foundation design will also be considered incidental to the cost of the standard foundation.

B. Soil Test and Foundation Determination:

1. General:

Drilled piers are reinforced concrete sections, cast-in-place against in situ, undisturbed material.

Drilled piers are of straight shaft type and vertical.

Some standard drilled piers for supporting poles with mast arms may require wing walls to resist

torsional rotation. Based upon this provision and the results of the required soil test, a drilled pier

length and wing wall requirement may be determined and constructed in accordance with the plans.

For non-standard site-specific poles, the contractor-selected pole fabricator will determine if the

addition of wing walls is necessary for the supporting foundations.

2. Soil Test:

Perform a soil test at each proposed metal pole location. Complete all required fill placement

and excavation at each signal pole location to finished grade before drilling each boring. Soil tests

TIP Number TS-45 Durham County

Version 18.1 45 print date: 03/07/18

performed that are not in compliance with this requirement may be rejected and will not be paid.

Drill one boring to a depth of 26 feet within a 25 foot radius of each proposed foundation.

Perform standard penetration tests (SPT) in accordance with ASTM D 1586 at depths of 1, 2.5,

5, 7.5, 10, 15, 20 and 26 feet. Discontinue the boring if one of the following occurs:

· A total of 100 blows have been applied in any 2 consecutive 6-in. intervals.

· A total of 50 blows have been applied with < 3-in. penetration.

Describe each intersection as the “Intersection of (Route or SR #), (Street Name) and (Route or

SR #), (Street Name), ________ County, Signal Inventory No. _____”. Label borings with “B- N, S,

E, W, NE, NW, SE or SW” corresponding to the quadrant location within the intersection. Pole

numbers should be made available to the Drill Contractor. Include pole numbers in the boring label

if they are available. If they are not available, ensure the boring labels can be cross-referenced to

corresponding pole numbers. For each boring, submit a legible (hand written or typed) boring log

signed and sealed by a licensed Geologist or Professional Engineer registered in North Carolina.

Include on each boring the SPT blow counts and N-values at each depth, depth of the boring,

hammer efficiency, depth of water table and a general description of the soil types encountered using

the AASHTO Classification System.

3. Standard Foundation Determination:

Use the following method for determining the Design N-value:

NAVG = (N@1’ + [email protected]’ +……... N@Deepest Boring Depth)

Total Number of N-values

Y = (N@1’)2 + ([email protected]’)2 + ……... (N@Deepest Boring Depth)2

Z = (N@1’ + [email protected]’ +……... N@Deepest Boring Depth)

NSTD DEV = (Total Number of N-values x Y) – Z2 0.5

(Total Number of N-values) x (Total Number of N-values – 1)

Design N-value equals lesser of the following two conditions:

NAVG – (NSTD DEV x 0.45)

Or

Average of First Four N-Values = (N@1’ + [email protected]’ + N@5’ + [email protected]’)

4

Note: If less than 4 N-values are obtained because of criteria listed in Section 2 above, use

average of N-values collected for second condition. Do not include the N-value at the

deepest boring depth for above calculations if the boring is discontinued at or before

the required boring depth because of criteria listed in Section 2 above. Use N-value of

TIP Number TS-46 Durham County

Version 18.1 46 print date: 03/07/18

zero for weight of hammer or weight of rod. If N-value is greater than 50, reduce N-

value to 50 for calculations.

If standard NCDOT strain poles are shown on the plans and the Contractor chooses to use

standard foundations, determine a drilled pier length, “L,” for each signal pole from the Standard

Foundations Chart (sheet M 8) based on the Design N-value and the predominant soil type. For each

standard pole location, submit a completed “Metal Pole Standard Foundation Selection Form”

signed by the Contractor’s representative. Signature on form is for verification purposes only.

Include the Design N-value calculation and resulting drilled pier length, “L,” on each form.

If non-standard site-specific poles are shown on the plans, submit completed boring logs

collected in accordance with Section 2 (Soil Test) above along with pole loading diagrams from the

plans to the contractor-selected pole fabricator to assist in the pole and foundation design.

If one of the following occurs, the Standard Foundations Chart shown on the plans may not be

used and a non-standard foundation may be required. In such case, contact the Engineer.

· The Design N-value is less than 4.

· The drilled pier length, “L”, determined from the Standard Foundations Chart, is greater than

the depth of the corresponding boring.

In the case where a standard foundation cannot be used, the Department will be responsible for the

additional cost of the non-standard foundation.

Foundation designs are based on level ground around the traffic signal pole. If the slope around

the edge of the drilled pier is steeper than 8:1 (H:V) or the proposed foundation will be less than 10

feet from the top of an embankment slope, the Contractor is responsible for providing slope

information to the foundation designer and to the Engineer so it can be considered in the design.

The “Metal Pole Standard Foundation Selection Form” may be found at:

http://www.ncdot.gov/doh/preconstruct/highway/geotech/formdet/misc/MetalPole.pdf

If assistance is needed, contact the Engineer.

4. Non-Standard Foundation Design:

Design non-standard foundations based upon site-specific soil test information collected in

accordance with Section 2 (Soil Test) above. Design drilled piers for side resistance only in

accordance with Section 4.6 of the AASHTO Standard Specifications for Highway Bridges. Use the

computer software LPILE version 6.0 or later manufactured by Ensoft, Inc. to analyze drilled piers.

Use the computer software gINT V8i or later manufactured by Bentley Systems, Inc. with the

current NCDOT gINT library and data template to produce SPT boring logs. Provide a drilled pier

foundation for each pole with a length and diameter that result in a horizontal lateral movement of

less than 1 inch at the top of the pier and a horizontal rotational movement of less than 1 inch at the

edge of the pier. Contact the Engineer for pole loading diagrams for standard poles to be used for

non-standard foundation designs. Submit any non-standard foundation designs including drawings,

calculations, and soil boring logs to the Engineer for review and approval before construction.

C. Drilled Pier Construction:

Construct drilled pier foundations in accordance with the Foundations and Anchor Rod

Assemblies for Metal Poles provision.

TIP Number TS-47 Durham County

Version 18.1 47 print date: 03/07/18

4.7. CUSTOM DESIGN OF TRAFFIC SIGNAL SUPPORTS

A. General:

Design traffic signal supports with foundations consisting of metal strain poles or metal poles

with mast arms.

The lengths of the metal signal poles shown on the plans are estimated from available data for

bid purposes. Determine the actual length of each pole from field measurements and adjusted cross-

sections. Furnish the revised pole heights to the Engineer. Use all other dimensional requirements

shown on the plans.

Ensure each pole includes an identification tag with information and location positions as

defined on Metal Pole Standard Drawing Sheets M2, M3 and M4. All pole shaft tags must include

the NCDOT Inventory number followed by the pole number shown on the traffic signal or ITS (non-

signalized locations) plan.

Design all traffic signal support structures using the following 6th Edition AASHTO specifications:

· Design for a 50 year service life as recommended by Table 3.8.3-2.

· Use the wind pressure map developed from 3-second gust speeds, as provided in Article 3.8.

· Ensure signal support structures include natural wind gust loading and truck-induced gust

loading in the fatigue design, as provided for in Articles 11.7.1.2 and 11.7.1.3, respectively.

Designs need not consider periodic galloping forces.

· Assume the natural wind gust speed in North Carolina is 11.2 mph. For natural wind fatigue

stress calculations, utilize a drag coefficient (Cd) computed for 11.2 mph wind velocity and

not the basic wind speed velocity.

· Design for Category II fatigue, as provided for in Article 11.6, unless otherwise specified.

· Calculate all stresses using applicable equations from Section 5. The Maximum allowable

stress ratios for all signal support designs are 0.9.

· Conform to article 10.4.2 and 11.8 for all deflection requirements.

Ensure that the design permits cables to be installed inside poles and mast arms.

Unless otherwise specified by special loading criteria, the computed surface area for ice load on

signal heads is:

· 3-section, 12-inch, Surface area: 26.0 ft2 (17.0 ft2 without back plate)

· 4-section, 12-inch, Surface area: 32.0 ft2 (21.0 ft2 without back plate)

· 5-section, 12-inch, Surface area: 42.0 ft2 (29.0 ft2 without back plate)

The ice loading for signal heads defined above includes the additional surface area that back

plates will induce. Special loading criteria may be specified in instances where back plates will not

be installed on signal heads. Refer to the Loading Schedule on each Metal Pole Loading Diagram for

revised signal head surface areas. The pole designer should revise ice loads accordingly in this

instance. Careful examination of the plans when this is specified is important as this may impact

sizing of the metal support structure and foundation design which could affect proposed bid quotes.

All maximum stress ratios of 0.9 still apply.

TIP Number TS-48 Durham County

Version 18.1 48 print date: 03/07/18

Assume the combined minimum weight of a messenger cable bundle (including messenger

cable, signal cable and detector lead-in cables) is 1.3 lbs/ft. Assume the combined minimum

diameter of this cable bundle is 1.3 inches.

Ensure that designs provide a removable pole cap with stainless steel attachment screws for each

pole top and mast arm end.

B. Metal Poles:

Submit design drawings for approval including pre-approved QPL pole drawings. Show all the

necessary details and calculations for the metal poles including the foundation and connections.

Include NCDOT inventory number on design drawings. Include as part of the design calculations the

ASTM specification numbers for the materials to be used. Provide the types and sizes of welds on

the design drawings. Include a Bill of Materials on design drawings. Ensure design drawings and

calculations are signed, dated, and sealed by the responsible professional engineer licensed in the

state of North Carolina. Immediately bring to the attention of the Engineer any structural deficiency

that becomes apparent in any assembly or member of any assembly as a result of the design

requirements imposed by these specifications, the plans, or the typical drawings. Said Professional

Engineer is wholly responsible for the design of all poles and arms. Review and acceptance of these

designs by the Department does not relieve the said Professional Engineer of his responsibility. Do

not fabricate the assemblies until receipt of the Department’s approval of the design drawings.

For mast arm poles, provide designs with provisions for pole plates and associated gussets and

fittings for mast arm attachment. As part of each mast arm attachment, provide a grommeted 2”

diameter hole on the shaft side of the connection to allow passage of the signal cables from the pole

to the arm.

Where ice is present, assume wind loads as shown in Figure 3.9.4.2-3 of the 6th Edition

AASHTO Specification for Group III loading.

For each strain pole, provide two messenger cable clamps and associated hardware to attach the

messenger support cable. Ensure that the diameter of the clamps is appropriately designed to be

adjustable from 1’-6” inches below the top, down to 6’-6” below the top of the pole. Do not attach

more than one messenger support cable to a messenger cable clamp.

Provide a grounding lug(s) in the approximate vicinity of the messenger cable clamp for bonding

and grounding messenger cable. Lugs must accept #4 or #6 AWG wire to bond messenger cables to

the pole in order to provide an effective ground fault circuit path. Refer to Metal Pole Standard

Drawing Sheet M6 for construction details.

Design tapers for all pole shafts that begin at the base with diameters that decrease uniformly at

the rate of 0.14 inch per foot of length.

Design a base plate on each pole. The minimum base plate thickness for all poles is determined

by the following criteria:

Case 1 Circular or rectangular solid base plate with the upright pole welded to the top surface of

base plate with full penetration butt weld, and where no stiffeners are provided. A base plate with

a small center hole, which is less than 1/3 of the upright diameter, and located concentrically

with the upright pole, may be considered as a solid base plate.

The magnitude of bending moment in the base plate, induced by the anchoring force of each

anchor bolt is M = (P x D1) / 2, where

TIP Number TS-49 Durham County

Version 18.1 49 print date: 03/07/18

M = bending moment at the critical section of the base plate induced by one anchor bolt

P = anchoring force of each anchor bolt

D1 = horizontal distance between the anchor bolt center and the outer face of the upright,

or the difference between the bolt circle radius and the outside radius of the upright

Locate the critical section at the face of the anchor bolt and perpendicular to the bolt circle

radius. The overlapped part of two adjacent critical sections is considered ineffective.

Case 2 Circular or rectangular base plate with the upright pole socketed into and attached to the

base plate with two lines of fillet weld, and where no stiffeners are provided, or any base plate

with a center hole that is larger in diameter than 1/3 of the upright diameter.

The magnitude of bending moment induced by the anchoring force of each anchor bolt is M = P

x D2,

where P = anchoring force of each anchor bolt

D2 = horizontal distance between the face of the upright and the face of the anchor bolt

nut

Locate the critical section at the face of the anchor bolt top nut and perpendicular to the radius of

the bolt circle. The overlapped part of two adjacent critical sections is considered ineffective.

If the base plate thickness calculated for Case 2 is less than Case 1, use the thickness calculated

for Case 1.

The following additional owner requirements apply concerning pole base plates.

· Ensure that whichever case governs as defined above, the anchor bolt diameter is set to

match the base plate thickness. If the minimum diameter required for the anchor bolt exceeds

the thickness required for the base plate, set the base plate thickness equal to the required bolt

diameter.

· For dual mast arm supports, or for single mast arm supports 50’ or greater, use a minimum 8

bolt orientation with 2” diameter anchor bolts, and a 2” thick base plate.

· For all metal poles with mast arms, use a full penetration groove weld with a backing ring to

connect the pole upright component to the base. Refer to Metal Pole Standard Drawing Sheet

M4.

Ensure that designs have anchor bolt holes with a diameter 1/4 inch larger than the anchor

bolt diameters in the base plate.

Ensure that the anchor bolts have the required diameters, lengths, and positions, and will develop

strengths comparable to their respective poles.

Provide designs with a 6 x 12-inch hand hole with a reinforcing frame for each pole.

Provide designs with a terminal compartment with cover and screws in each pole that

encompasses the hand hole and contains provisions for a 12-terminal barrier type terminal block.

For each pole, provide designs with provisions for a 1/2 inch minimum thread diameter, coarse

thread stud and nut for grounding which will accommodate a #6 AWG ground wire. Ensure the lug

is electrically bonded to the pole and is conveniently located inside the pole at the hand hole.

TIP Number TS-50 Durham County

Version 18.1 50 print date: 03/07/18

When required, design couplings on the pole for mounting pedestrian pushbuttons at a height of

42 inches above the bottom of the base. Provide mounting points consisting of 1-1/2 inch internally

threaded half-couplings that comply with the NEC that are mounted within the poles. Ensure the

couplings are essentially flush with the outside surfaces of the poles and are installed before any

required galvanizing. Provide a threaded plug for each half coupling. Ensure that the surface of the

plug is essentially flush with the outer end of the mounting point when installed and has a recessed

hole to accommodate a standard wrench.

C. Mast Arms:

Design all arm plates and necessary attachment hardware, including bolts and brackets as

required by the plans.

Design for grommeted holes on the arms to accommodate the cables for the signals if specified.

Design arms with weatherproof connections for attaching to the shaft of the pole.

Always use a full penetration groove weld with a backing ring to connect the mast arm to the

pole. Refer to Metal Pole Standard Drawing Sheet M5.

Capacity of tapped flange plate must be sufficient to develop the full capacity of the connecting

bolts. In all cases the flange plate of both arm and shaft must be at least as thick as the arm

connecting bolts are in diameter.

4.8. METAL SIGNAL POLE REMOVALS

A. Description:

Remove and dispose of existing metal signal poles including mast arms, and remove and dispose

of existing foundations, associated anchor bolts, electrical wires and connections.

B. Construction Methods:

1. Foundations:

Remove and promptly dispose of the metal signal pole foundations including reinforcing steel,

electrical wires, and anchor bolts to a minimum depth of two feet below the finished ground

elevation. At the Contractor’s option, remove the complete foundation.

2. Metal Poles:

Assume ownership of the metal signal poles, remove the metal signal poles, and promptly

transport the metal signal poles from the project. Use methods to remove the metal signal poles and

attached traffic signal equipment that will not result in damage to other portions of the project or

facility. Repair damages that are a result of the Contractor's actions at no additional cost to the

Department.

Transport and properly dispose of the materials.

Backfill and compact disturbed areas to match the finished ground elevation. Seed unpaved

areas.

Use methods to remove the foundations that will not result in damage to other portions of the

project or facility. Repair damages that are a result of the Contractor's actions at no cost to the

Department.

TIP Number TS-51 Durham County

Version 18.1 51 print date: 03/07/18

4.9. POLE NUMBERING SYSTEM

A. New Poles

Attach an identification tag to each pole shaft and mast arm section as shown on Metal Pole

Standard Drawing Sheet M2 “Typical Fabrication Details Common To All Metal Poles”.

B. Reused Poles

Do not remove the original identification tag(s) from the pole shaft and/or mast arm sections.

Add a new identification tag based on the new location for any reused poles and/or mast

arms.

4.10. REUSED POLE SHAFTS AND/OR MAST ARMS

Provide shop drawings along with new foundation designs for review and approval prior to

furnishing and/or installing any reused metal poles and/or mast arms. Use the same requirements as

specified for new materials as stated above in these Special Provisions.

For reused pole shaft and mast arm combinations, it is preferable to use the original shafts and arms

that were used together at the time of original installation.

4.11. MEASUREMENT AND PAYMENT

Actual number of metal strain signal poles (without regard to height or load capacity) furnished,

installed and accepted.

Actual number of metal poles with single mast arms furnished, installed, and accepted.

Actual number of metal poles with dual mast arms furnished, installed, and accepted.

Actual number of reused metal strain signal poles (without regard to height or load capacity)

furnished, installed and accepted.

Actual number of reused metal strain signal poles (without regard to height or load capacity)

installed and accepted.

Actual number of reused metal poles with single mast arms furnished, installed, and accepted.

Actual number of reused metal poles with single mast arms installed and accepted.

Actual number of reused metal poles with dual mast arms furnished, installed, and accepted.

Actual number of reused metal poles with dual mast arms installed and accepted.

Actual number of soil tests with SPT borings drilled furnished and accepted.

Actual volume of concrete poured in cubic yards of drilled pier foundation furnished, installed

and accepted.

Actual number of foundations with wing walls furnished, installed and accepted, excluding

foundation length. Refer to method of measurement above for drilled pier foundation.

Actual number of designs for metal strain poles furnished and accepted.

Actual number of designs for mast arms with metal poles furnished and accepted.

Actual number of metal signal pole foundations removed and disposed.

Actual number of metal signal poles removed and disposed.

TIP Number TS-52 Durham County

Version 18.1 52 print date: 03/07/18

No measurement will be made for foundation designs prepared with metal pole designs, as these

will be considered incidental to designing signal support structures.

Payment will be made under:

Metal Strain Signal Pole ............................................................................................................. Each

Metal Pole with Single Mast Arm .............................................................................................. Each

Metal Pole with Dual Mast Arm ................................................................................................. Each

Furnish and Install Reused Metal Strain Signal Pole ................................................................... Each

Install Reused Metal Strain Signal Pole ...................................................................................... Each

Furnish and Install Reused Metal Pole with Single Mast Arm .................................................... Each

Install Reused Metal Pole with Single Mast Arm ........................................................................ Each

Furnish and Install Reused Metal Pole with Dual Mast Arm ....................................................... Each

Install Reused Metal Pole with Dual Mast Arm .......................................................................... Each

Soil Test ..................................................................................................................................... Each

Drilled Pier Foundation .................................................................................................... Cubic Yard

Foundation with Wing Walls (______) ....................................................................................... Each

Metal Strain Pole Design ............................................................................................................ Each

Mast Arm with Metal Pole Design ............................................................................................. Each

Metal Pole Foundation Removal ................................................................................................ Each

Metal Pole Removal ................................................................................................................... Each

TIP Number TS-53 Durham County

Version 18.1 53 print date: 03/07/18

5. BACK PULL FIBER OPTIC CABLE

5.1. DESCRIPTION

Back pull and store or back pull and reinstall existing communications cable.

5.2. CONSTRUCTION

During project construction where instructed to back pull existing aerial sections of fiber optic

communications cable, de-lash the cable from the messenger cable and back pull the cable to a point

where it can be stored or re-routed as shown on the plans. If instructed, remove and discard the

existing messenger cable and pole mounting hardware once the cable is safely out of harm’s way.

During project construction where instructed to back pull existing underground sections of fiber

optic communications cable, back pull the cable to a point where it can be stored or re-routed as

shown on the plans. If instructed, remove abandoned junction boxes and backfill with a suitable

material to match the existing grade. Leave abandoned conduits in place unless otherwise noted.

Where instructed, re-pull the fiber optic cable back along messenger cable or through conduit

systems.

5.3. MEASUREMENT AND PAYMENT

Back Pull Fiber Optic Cable will be paid for as the actual linear feet of fiber optic cable back

pulled and either stored or back pulled and rerouted. Payment is for the actual linear feet of cable

back pulled.

No payment will be made for removing messenger cable and pole mounting hardware or

removing junction boxes and back filling to match the surrounding grade as these items of work will

be considered incidental to back pulling the fiber optic cable.

Payment will be made under:

Back Pull Fiber Optic Cable .................................................................................. Linear Feet

TIP Number TS-54 Durham County

Version 18.1 54 print date: 03/07/18

6. REMOVAL AND RELOCATION OF EXISTING EQUIPMENT

6.1. DESCRIPTION

This Section describes the relocation of the existing CCTV camera and relocation of the existing

wireless communication system as shown in the Plans and as described in these Project Special

Provisions.

6.2. CONSTRUCTION METHODS

A. CCTV Site Overview

At the existing CCTV site, the Contractor shall remove and retain the existing CCTV camera

assembly and, as feasible, existing pole attachment hardware, risers, cabling, and control equipment.

The Contractor shall remove and retain the existing field equipment cabinet and, as feasible, existing

power supplies, pole attachment hardware, and video optical transceiver. The Contractor shall

remove and retain the existing electrical service power meter and disconnect and, as feasible,

existing conductors and circuit breakers. The Contractor shall remove and dispose of the existing

wood pole and grounding system and existing fiber optic interconnect center.

At the proposed CCTV site, the Contractor shall install a new wood pole and grounding system

as detailed in Section 1720 of the Standard Specifications. The Contractor shall install the retained

CCTV cameras assembly and all associated materials. The Contractor shall install the retained field

equipment cabinet and associated materials. The Contractor shall install the retained electrical

service equipment and associated materials.

The Contractor shall be responsible for storing the CCTV camera assembly, field equipment

cabinet, and electrical service equipment until such time the Contractor has completed the

installation of the new wood pole and grounding system at the proposed CCTV site.

The Contractor shall be responsible for returning any communications equipment to the City of

Durham. The Contractor shall transport and deliver the equipment to a City facility or designated

maintenance facility as specified by the Engineer.

The Contractor shall be responsible for disposing of all other items removed.

B. Wireless Site Overview

At the existing wireless radio site, the Contractor shall remove and retain the existing antenna

and radio and, as feasible, cabling and pole attachment hardware.

The Contractor shall install the retained antenna and radio as required during construction based

on the sequence of temporary and permanent signal poles shown on the Plans. The Contractor shall

be responsible for relocating the antenna and radio as many times and on as many poles as is

required to maintain wireless communications during all phases of the project.

All installations of the wireless antenna and radio shall be in accordance with Section 1736 of the

Standard Specifications.

C. Relocate Existing CCTV Camera Assembly

The Contractor shall remove the CCTV camera and all attachment hardware from the existing

wood pole. The Contractor shall remove all vertical risers and cabling between the camera and

TIP Number TS-55 Durham County

Version 18.1 55 print date: 03/07/18

equipment cabinet that is attached to the wood pole. Exercise care not to damage the cabling or any

entrance holes in the equipment cabinet.

Furnish all tools, equipment, materials, supplies, and hardware necessary to install a fully

operational CCTV camera system as depicted in the Plans.

Mount CCTV camera units at a height sufficient to adequately see traffic in all directions and as

approved by the Engineer. The maximum attachment height is 45 feet above ground level.

Mount the CCTV camera units such that a minimum 5 feet of clearance is maintained between the

camera and the top of the pole.

Obtain approval of the camera locations and orientation from the Engineer prior to installing the

CCTV camera assemblies.

Mount CCTV cameras on the side of poles nearest intended field of view. Avoid occluding the

view with the pole.

Ground all equipment as called for in the Standard Specifications, these Special Provisions, and

the Plans.

Install surge protectors on all ungrounded conductors entering the CCTV enclosure. House the

protectors in a small, ventilated weatherproof cabinet attached near the CCTV attachment point in a

manner approved by the Engineer.

D. Relocate Existing Field Equipment Cabinet

The Contractor shall remove the field equipment cabinet and all attachment hardware from the

existing wood pole. The Contractor shall remove all risers, conduits, conductors, and cabling

between the equipment cabinet and electrical service. Exercise care not to damage the cabling or any

entrance holes in the equipment cabinet.

Use stainless steel banding or other method approved by the Engineer to fasten cabinet to pole.

Install field equipment cabinet so that the height to the middle of the enclosure is 4 feet from ground

level. No risers shall enter the top or sides of the equipment cabinet.

Install all new conduits, condulets, and attachments to equipment cabinets in a manner that

preserves the minimum bending radius of cables and creates water proof connections and seals.

Install surge protection in the cabinet to protect the CCTV and communications equipment from

electrical surges.

E. Relocate Existing Communications Equipment

The Contractor shall remove the fiber optic interconnect center and fiber optic video transceiver

from the existing field equipment cabinet. Exercise care not to damage the transceiver.

The Contractor shall dispose of the existing interconnect center and install a new interconnect

center at the new CCTV site as shown in the Plans.

Install and fully integrate the fiber optic video transceiver in the CCTV cabinets in the field as

shown in the Plans. Furnish and install all cables needed to integrate the transceiver with the CCTV

camera assembly and fiber optic interconnect center.

TIP Number TS-56 Durham County

Version 18.1 56 print date: 03/07/18

F. Relocate Existing Electrical Service

Coordinate with the Engineer and the utility company to de-energize the existing service prior to

working at the existing CCTV site.

The Contractor shall remove and retain the electrical service associated with the existing CCTV

site. The Contractor shall remove and retain the existing meter base and disconnect on the wood

pole. The Contractor shall remove and retain all feeder conductors, risers, and any other material

between the electrical service and equipment cabinet.

Install the electrical service meter and disconnect on the new CCTV pole. Install grounding

system as required. Install riser and conductors required to integrate the electrical service with the

utility company and with the equipment cabinet. Perform all work in accordance with the Standard

Specifications.

G. Remove Existing Wood Pole

The Contractor shall remove and dispose of the existing wood pole after the removal of all other

materials.

Backfill all disturbed earth and perform surface restoration as required by the Standard

Specifications.

H. Relocate Existing Wireless Radio Equipment

The Contractor shall remove the existing wireless radio and associated antenna as shown on the

Plans.

Install the wireless radio equipment in accordance with Section 1736 of the Standard

Specifications. Prior to each installation of the antenna, a new radio path site survey shall be

performed according to Section 1736 of the Standard Specifications to confirm that communications

with other radios will remain fully functioning.

6.3. MEASUREMENT AND PAYMENT

Relocate Existing CCTV Camera Assembly will be measured and paid as the actual number of

CCTV and related equipment removed, retained, installed, and accepted in accordance with these

Project Special Provisions. No separate measurement will be made for materials that are damaged

during removal or materials that are not able to be reused including cables, connectors, CCTV camera

attachment assemblies, risers, conduit, condulets, grounding equipment, surge protectors, coaxial

cable, or any other equipment or labor required to install a fully functioning CCTV assembly. Removal

and disposal of any materials will be considered incidental. Storage, cost of transportation, tools,

materials, all related testing, cost of labor, incidentals and all other equipment necessary to remove the

existing materials will be considered incidental.

Relocate Existing Field Equipment Cabinet will be measured and paid as the actual number of

field equipment cabinets removed, retained, installed, and accepted in accordance with these Project

Special Provisions. No separate measurement will be made for materials that are damaged during

removal or materials that are not able to be reused including cabling, connectors, cabinet attachment

assemblies, conduit, condulets, risers, grounding equipment, surge protectors, or any other equipment

or labor required to install a fully functioning equipment cabinet. Removal and disposal of any

materials will be considered incidental. Storage, cost of transportation, tools, materials, all related

testing, cost of labor, incidentals and all other equipment necessary to remove the existing materials

will be considered incidental.

TIP Number TS-57 Durham County

Version 18.1 57 print date: 03/07/18

Relocate Existing Communications Equipment will be measured and paid as the actual number of

fiber optic video transceivers and related equipment removed, retained, installed, and accepted in

accordance with these Project Special Provisions. No separate measurement will be made for

materials that are damaged during removal or materials that are not able to be reused including cables,

or any other equipment or labor required to establish communications. Removal and disposal of any

materials will be considered incidental. Storage, cost of transportation, tools, materials, all related

testing, cost of labor, incidentals and all other equipment necessary to remove the existing materials

will be considered incidental.

Relocate Existing Electrical Service will be measured and paid as the actual number of electrical

service related equipment removed, retained, installed, and accepted in accordance with these Project

Special Provisions. No separate measurement will be made for materials that are damaged during

removal or materials that are not able to be reused including meters, disconnects, breakers, vertical

conduit, ground rods, ground wire, feeder conductors, or any other equipment or labor required to

install a fully functioning electrical service. Removal and disposal of any materials will be considered

incidental. Storage, cost of transportation, tools, materials, all related testing, cost of labor, incidentals

and all other equipment necessary to remove the existing materials will be considered incidental.

Remove Existing Wood Pole will be measured and paid as the actual number of wood poles

removed and accepted in accordance with these Project Special Provisions. Removal and disposal of

any materials will be considered incidental.

Relocate Existing Wireless Radio Equipment will be measured and paid as the actual number of

wireless antenna and radios and related equipment removed, retained, installed, and accepted in

accordance with these Project Special Provisions. No separate measurement will be made for any

temporary relocations made between the time the equipment is removed from the current location and

installed at the final location shown in the Plans. No separate measurement will be made for materials

that are damaged during removal or materials that are not able to be reused including antenna(s), radio,

power supplies, disconnect/snap switch, signs, decals, data interface cable/serial cable, coaxial cable,

lightning arrestor, radio frequency signal jumper, coaxial cable power divider (splitter), coaxial cable

connectors, coaxial cable shield grounding system with weatherproofing, labeling, or any other

equipment or labor required to install a fully functioning wireless radio system. Removal and disposal

of any materials will be considered incidental. Storage, cost of transportation, tools, materials, all

related testing, cost of labor, incidentals and all other equipment necessary to remove the existing

materials will be considered incidental.

Measurement and payment for furnishing and installing a new fiber optic interconnect center will

be made according to Section 1731 of the Standard Specifications.

Measurement and payment for furnishing and installing a new wood pole will be made according

to Section 1720 of the Standard Specifications.

Payment will be made under:

Pay Item Pay Unit

Relocate Existing CCTV Camera Assembly ..................................................................................Each

Relocate Existing Field Equipment Cabinet ...................................................................................Each

Relocate Existing Communications Equipment ..............................................................................Each

Relocate Existing Electrical Service...............................................................................................Each

TIP Number TS-58 Durham County

Version 18.1 58 print date: 03/07/18

Remove Existing Wood Pole .........................................................................................................Each

Relocate Existing Wireless Radio Equipment ................................................................................Each

7. CCTV EQUIPMENT

7.1. DESCRIPTION

Furnish and install CCTV equipment described in these Project Special Provisions. Furnish

equipment that is compatible, interoperable, and completely interchangeable with existing camera

equipment currently in use by the City of Durham. Ensure that the equipment is fully compatible with

all features of the existing video management software currently in use by the City of Durham.

Contact the City of Durham Traffic Engineer to confirm all CCTV locations prior to beginning

construction.

7.2. MATERIAL

A. General

Furnish and install new CCTV camera assemblies at the locations shown on the Plans. Each

assembly consists of the following:

· One Dome CCTV camera that contains in a single enclosed unit the following

functionality and accessories:

1. CCTV color digital signal processing camera unit with zoom lens, filter, control

circuit, and accessories

2. Motorized pan, tilt, and zoom

3. Pole-mount camera attachment assembly

4. All necessary cable, connectors and incidental hardware to make a complete and

operable system

· A lightning arrestor installed in-line between the CCTV camera and the

equipment cabinet components.

· A NEMA Type 4 enclosure constructed of aluminum with a clear acrylic

dome or approved equal Camera Unit housing.

B. Camera and Lens

1. Cameras

Furnish new charged-coupled device (CCD) color cameras. Furnish cameras with automatic gain

control (AGC) for clear images in varying light levels. The camera must meet the following minimum

requirements:

· Video signal format: NTSC composite color video output, 1 volt peak to peak

· Automatic Gain Control (AGC): 0-20 dB, peak-average adjustable

· Automatic focus: Automatic with manual override

· White balance: Automatic through the lens with manual override

· Electronic-Shutter: dip-switch selectable electronic shutter with speed range from

1/60 of a second (off) to 1/30,000th of a second

· Overexposure protection: The camera must have built-in circuitry or a protection

device to prevent any damage to the camera when pointed at strong light sources,

including the sun

TIP Number TS-59 Durham County

Version 18.1 59 print date: 03/07/18

· Sensitivity: 1.5 lux at 90% scene reflectance

· Signal to noise ratio: Greater than 48-dB

· Video output Connection: 1-volt peak to peak, 75 ohms terminated, BNC connector

· Power: 24 VAC or less

2. Zoom Lens

Furnish each camera with a motorized zoom lens that is high performance integrated dome

system or approved equivalent with automatic iris control with manual override and neutral density

spot filter. Furnish lenses that meet the following optical specifications:

· Focal length: 0.16” – 3.45”, 35X optical zoom, and 12X electronic zoom

· Preset positioning: 64 Presets

The lens must be capable of both automatic and remote manual control iris and focus override

operation. The lens must be equipped for remote control of zoom and focus, including automatic

movement to any of the preset zoom and focus positions. Mechanical or electrical means must be

provided to protect the motors from overrunning in extreme positions. The operating voltages of the

lens must be compatible with the outputs of the camera control.

3. Camera Housing

Furnish new dome style enclosure for the CCTV assemblies. Equip each housing with mounting

assembly for attachment to the CCTV camera pole. The enclosures must be equipped with a

sunshield and be fabricated from corrosion resistant aluminum and finished in a neutral color of

weather resistant enamel. The enclosure must meet or exceed NEMA 4X ratings. The viewing area

of the enclosure must be tempered glass.

4. Pan and Tilt Unit

Equip each new dome style assembly with a pan and tilt unit. The pan and tilt unit must be

integral to the high performance integrated dome system. The pan and tilt unit must be rated for

outdoor operation, provide dynamic braking for instantaneous stopping, prevent drift, and have

minimum backlash. The pan and tilt units must meet or exceed the following specifications:

· Pan: continuous 360 Degrees

· Tilt: up/down 180 degrees minimum

· Input voltage: 24 VAC 50/60Hz

· Motors: Two-phase induction type, continuous duty, instantaneous reversing

· Preset Positioning: 64 PTZ presets per camera

5. Control Receiver/Driver

Provide each new camera unit with a control receiver/driver that is integral to the CCTV dome

assembly. The control receiver/driver will receive serial asynchronous data initiated from a camera

control unit, decode the command data, perform error checking, and drive the pan/tilt unit, camera

controls, and motorized lens. As a minimum, the control receiver/drivers must provide the following

functions:

· Zoom in/out

· Automatic focus with manual override

· Tilt up/down

TIP Number TS-60 Durham County

Version 18.1 60 print date: 03/07/18

· Automatic iris with manual override

· Pan right/left

· Minimum 64 preset positions for pan, tilt, and zoom

In addition, each control receiver/driver must accept status information from the pan/tilt unit and

motorized lens for preset positioning of those components. The control receiver/driver will relay pan,

tilt, zoom, and focus positions from the field to the remote camera control unit. The control

receiver/driver must accept “goto” preset commands from the camera control unit, decode the

command data, perform error checking, and drive the pan/tilt and motorized zoom lens to the correct

preset position. The preset commands from the camera control unit will consist of unique values for

the desired pan, tilt, zoom, and focus positions.

C. CCTV Camera Attachment to Pole

At locations shown in the Plans where new CCTV cameras are to be installed on new CCTV

poles, furnish an attachment assembly for the CCTV camera unit. Use stainless steel banding

approved by the Engineer. Submit shop drawings for review and approval by the Engineer prior to

installation.

Furnish CCTV attachments that allow for the removal and replacement of the CCTV enclosure

as well as providing a weatherproof, weather tight, seal that does not allow moisture to enter the

enclosure.

Furnish a CCTV Camera Attachment Assembly that is able to withstand wind loading at the

maximum wind speed and gust factor called for in these Special Provisions and can support a

minimum camera unit dead load of 45 pounds (20.4 kg).

D. Surge Suppression

Protect all equipment at the top of the pole grounded metal oxide varistors connecting each

power conductor to ground.

Protect coaxial cable from each camera by a surge protector at each end of the cable.

7.3. CONSTRUCTION METHODS

A. General

Mount CCTV camera units at a height sufficient to adequately see traffic in all directions and as

approved by the Engineer. The maximum attachment height is 45 feet above ground level.

Mount the CCTV camera units such that a minimum 5 feet of clearance is maintained between

the camera and the top of the pole.

Obtain approval of the camera locations and orientation from the Engineer prior to installing the

CCTV camera assemblies.

Mount CCTV cameras on the side of poles nearest intended field of view. Avoid occluding the

view with the pole.

B. Electrical and Mechanical Requirements

Ground all equipment as called for in the Standard Specifications, these Special Provisions, and

the Plans.

TIP Number TS-61 Durham County

Version 18.1 61 print date: 03/07/18

Install surge protectors on all ungrounded conductors entering the CCTV enclosure. House the

protectors in a small, ventilated weatherproof cabinet attached near the CCTV attachment point in a

manner approved by the Engineer.

7.4. MEASUREMENT AND PAYMENT

CCTV camera assembly will be measured and paid as the actual number of CCTV assemblies

furnished, installed, integrated, and accepted. No separate measurement will be made for cabling,

connectors, CCTV camera attachment assemblies, conduit, condulets, grounding equipment, surge

protectors, CCTV control software, or any other equipment or labor required to install the CCTV

assembly.

No separate payment will be made for coaxial cable. Coaxial cable, furnished and installed in the

quantities required, will be incidental to the “CCTV Assembly” pay item.

Payment will be made under:

Pay Item Pay Unit

CCTV Camera Assembly ..............................................................................................................Each

8. CCTV FIELD EQUIPMENT CABINET

8.1. DESCRIPTION

Furnish 336S pole mounted cabinets to house CCTV control and transmission equipment. The

cabinets must consist of a cabinet housing, 19-inch EIA mounting cage, and power distribution

assembly (PDA #3 as described in the CALTRANS TSCES).

The cabinet housing must conform to sections 6.2.2 (Housing Construction), 6.2.3 (Door Latches

and Locks), 6.2.4 (Housing Ventilation), and 6.2.5 (Hinges and Door Catches) of the CALTRANS

TSCES. Do not equip the cabinet housings with a police panel.

The cabinet cage must conform to section 6.3 of the CALTRANS TSCES.

Terminal blocks on the PDA #3 Assembly have internal wiring for the Model 200 switch pack

sockets. Do not use terminal blocks on PDA #3 as power terminals for cabinet devices. Do not

furnish cabinet with “Input Panels” described in section 6.4.7.1 of the TSCES. Do furnish cabinet

with “Service Panels” as described in section 6.4.7.1 of the TSCES and as depicted on drawing

TSCES-9 in the TSCES. Use service panel #2.

Furnish terminal blocks for power for cabinet CCTV and communications devices as needed to

accommodate the number of devices in the cabinet.

Do not furnish cabinets with C1, C5, or C6 harness, input file, output file, monitor units, model 208

unit, model 430 unit, or switch packs.

Furnish all conduits, shelving, mounting adapters, and other equipment as necessary to route cabling,

mount equipment, and terminate conduit in equipment cabinet.

TIP Number TS-62 Durham County

Version 18.1 62 print date: 03/07/18

8.2. MATERIAL

A. Shelf Drawer

Provide a pull out, hinged-top drawer, having sliding tracks, with lockout and quick disconnect

feature, such as a Vent-Rak Retractable Writing Shelf, #D-4090-13 or equivalent in the equipment

cabinet. Furnish a pullout drawer that extends a minimum of 14 inches that is capable of being lifted

to gain access to the interior of the drawer. Minimum interior dimensions of the drawer are to be 1

inch high, 13 inches deep, and 16 inches wide. Provide drawers capable of supporting a 40-pound

device or component when fully extended.

B. Cabinet Light

Each cabinet must include two (2) fluorescent lighting fixtures (one front, one back) mounted

horizontally inside the top portion of the cabinet. The fixtures must include a cool white lamp, and

must be operated by normal power factor UL-listed ballast. A door-actuated switch must be

installed to turn on the applicable cabinet light when the front door or back door is opened. The

lights must be mounted not to interfere with the upper door stay.

C. Surge Protection for System Equipment

Each cabinet must be provided with devices to protect the CCTV and communications equipment

from electrical surges and over voltages as described below.

1. Main AC Power Input

Each cabinet must be provided with a hybrid-type, power line surge protection device mounted

inside the power distribution assembly. The protector must be installed between the applied line

voltage and earth ground. The surge protector must be capable of reducing the effect of lighting

transient voltages applied to the AC line. The protector must be mounted inside the Power

Distribution Assembly housing facing the rear of the cabinet. The protector must include the

following features and functions:

· Maximum AC line voltage: 140 VAC.

· Twenty pulses of peak current, each of which must rise in 8 microseconds and fall in 20

microseconds to ½ the peak: 20000 Amperes.

· The protector must be provided with the following terminals:

- Main Line (AC Line first stage terminal).

- Main Neutral (AC Neutral input terminal).

- Equipment Line Out (AC line second state output terminal, 19 amps).

- Equipment Neutral Out (Neutral terminal to protected equipment).

- GND (Earth connection).

· The Main AC line in and the Equipment Line out terminals must be separated by a 200

Microhenry (minimum) inductor rated to handle 10 AMP AC Service.

· The first stage clamp must be between Main Line and Ground terminals.

· The second stage clamp must be between Equipment Line Out and Equipment Neutral.

· The protector for the first and second stage clamp must have an MOV or similar solid

state device rated at 20 KA and must be of a completely solid state design (i.e., no gas

discharge tubes allowed).

TIP Number TS-63 Durham County

Version 18.1 63 print date: 03/07/18

· The Main Neutral and Equipment Neutral Out must be connected together internally and

must have an MOV similar solid state device or gas discharge tube rated at 20 KA

between Main Neutral and Ground terminals.

· Peak Clamp Voltage: 350 volts at 20 KA. (Voltage measured between Equipment Line

Out and Equipment Neutral Out terminals. Current applied between Main Line and

Ground Terminals with Ground and Main Neutral terminals externally tied together).

· Voltage must never exceed 350 volts.

· The Protector must be epoxy-encapsulated in a flame-retardant material.

· Continuous service current: 10 Amps at 120 VAC RMS.

· The Equipment Line Out must provide power to cabinet CCTV and communications

equipment and to the 24V power supply.

2. Ground Bus

Provide a neutral bus that is not connected to the earth ground or the logic ground anywhere within

the cabinet. Ensure that the earth ground bus and the neutral ground bus each have ten compression

type terminals, each of which can accommodate wires ranging from number 14 through number 4

AWG.

3. Uninterruptible Power Supply (UPS)

Furnish and install one rack mounted UPS in each new cabinet that meet the following minimum

specifications:

Output

Output Power Capacity 480 Watts / 750 VA

Max Configurable Power 480 Watts / 750 VA

Nominal Output Voltage 120V

Output Voltage Distortion Less than 5% at full load

Output Frequency (sync to mains) 57 - 63 Hz for 60 Hz nominal

Crest Factor up to 5:1

Waveform Type Sine wave

Output Connections (4) NEMA 5-15R

Input

Nominal Input Voltage 120V

Input Frequency 50/60 Hz +/- 3 Hz (auto sensing)

Input Connections NEMA 5-15P

Cord Length 6 feet

Input voltage range for main operations 82 - 144V

Input voltage adjustable range for mains operation 75 -154 V

Battery Type

Maintenance-free sealed Lead-Acid battery with suspended electrolyte, leak-proof.

Typical recharge time 2 hours

TIP Number TS-64 Durham County

Version 18.1 64 print date: 03/07/18

Communications & Management

Interface Port(s) DB-9 RS-232, USB

Control panel LED status display with load and battery

bar-graphs

Surge Protection and Filtering

Surge energy rating 480 Joules

Environmental

Operating Environment 32 - 104 °F

Operating Relative Humidity 0 - 95%

Storage Temperature 5 - 113 °F

Storage Relative Humidity 0 - 95%

Conformance

Regulatory Approvals FCC Part 15 Class A,UL 1778

8.3. CONSTRUCTION METHODS

For each field equipment cabinet installation, use stainless steel banding or other method approved

by the Engineer to fasten cabinet to pole. Install field equipment cabinets so that the height to the

middle of the enclosure is 4 feet from ground level. No risers shall enter the top or sides of the

equipment cabinet.

Install all conduits, condulets, and attachments to equipment cabinets in a manner that preserves the

minimum bending radius of cables and creates water proof connections and seals.

Install a UPS in each cabinet and power all CCTV cameras from the UPS.

8.4. MEASUREMENT AND PAYMENT

Field equipment cabinet will be measured and paid as the actual number of CCTV equipment

cabinets furnished, installed and accepted.

No payment will be made for the UPS, cabling, connectors, cabinet attachment assemblies, conduit,

condulets, risers, grounding equipment, surge protectors, or any other equipment or labor required to

install the field equipment cabinet and integrate the cabinets with the CCTV equipment.

Payment will be made under:

Pay Item Pay Unit

Field Equipment Cabinet ........................................................................................ .Each

TIP Number TS-65 Durham County

Version 18.1 65 print date: 03/07/18

9. CCTV METAL POLES

9.1. CCTV METAL POLES

A. General:

Furnish and install CCTV metal poles, grounding systems, and all necessary hardware. The work

covered by this special provision includes requirements for the design, fabrication, and installation

of custom designed CCTV metal poles and associated foundations.

Provide designs of completed assemblies with hardware that equals or exceeds AASHTO

Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals

6th Edition, 2013 (hereafter called 6th Edition AASHTO), including the latest interim specifications.

Provide assemblies with a round or near-round (18 sides or more) cross-section, or a multi sided

cross section with no less than six sides. The sides may be straight, convex, or concave.

CCTV pole heights are 50 feet as indicated in the plans.

After fabrication, have steel poles, required mast arms, and all parts used in the assembly hot-dip

galvanized per section 1076. Design structural assemblies with weep holes large enough and properly

located to drain molten zinc during galvanization process. Provide hot-dip galvanizing on structures

that meets or exceeds ASTM Standard A-123. Provide galvanizing on hardware that meets or exceeds

ASTM Standard A-153. Ensure that threaded material is brushed and retapped as necessary after

galvanizing. Perform repair of damaged galvanizing that complies with the following:

Repair of Galvanizing .................................................................... Article 1076-6

Standard Drawings for Metal Poles are available that supplement these project special

provisions. These drawings are located on the Department’s website:

http://www.ncdot.gov/doh/preconstruct/traffic/ITSS/ws/mpoles/poles.html

Comply with article 1098-1B “General Requirements” of the 2012 STANDARD

SPECIFICATIONS FOR ROADS & STRUCTURES, hereinafter referred to as the Standard

Specifications for submittal requirements. Furnish shop drawings for approval. Provide the copies of

detailed shop drawings for each type of structure as summarized below. Ensure that shop drawings

include material specifications for each component and identify welds by type and size on the

drawing details, not in table format. Do not release structures for fabrication until shop drawings

have been approved by NCDOT. Provide an itemized bill of materials for all structural components

and associated connecting hardware on the drawings.

Comply with article 1098-1A “General Requirements” of the Standard Specifications for

Qualified Products List (QPL) submittals. All shop drawings must include project location

description, CCTV inventory number(s), and a project number or work order number on the

drawings.

TIP Number TS-66 Durham County

Version 18.1 66 print date: 03/07/18

Summary of information required for metal pole review submittal:

Item Hardcopy

Submittal

Electronic

Submittal Comments / Special Instructions

Sealed, Approved ITS

Plan/Loading Diagram

1 1 All structure design information needs to reflect the latest

approved ITS plans

Custom Pole Shop Drawings 4 sets 1 set Submit drawings on 11” x 17” format media

Show NCDOT inventory number(s) in or above the title block

Standard Pole Shop Drawings

(from the QPL)

4 sets 1 set Submit drawings on 11” x 17” format media

Show NCDOT inventory number(s) in or above the title block

Structure Calculations 1 set 1 set Not required for Standard QPL Poles

Standard Pole Foundation

Drawings

1 set 1 set Submit drawings on 11” x 17” format media. Submit a

completed Standard Foundation Selection form for each pole

using foundation table on Metal Pole Drawing M-8.

Custom Foundation Drawings 4 sets 1 set Submit drawings on 11” x 17” format media. If QPL Poles

are used, include the corresponding QPL pole shop drawings

with this submittal.

Foundation Calculations 1 1 Not required for Standard QPL Poles

Soil Boring Logs and Report 1 1 Report should include a location plan and a soil classification

report including soil capacity, water level, hammer efficiency,

soil bearing pressure, soil density, etc. for each pole.

NOTE – All shop drawings and custom foundation design drawings must be sealed by a

professional Engineer licensed in the state of North Carolina. All geotechnical information must be

sealed by either a Professional Engineer or geologist licensed in the state of North Carolina. Include

a title block and revision block on the shop drawings and foundation designs showing the NCDOT

inventory number.

Shop drawings and foundation drawings may be submitted together or separately for approval.

However, shop drawings must be approved before foundations can be reviewed. Foundation designs

will be returned without review if the associated shop drawing has not been approved. Incomplete

submittals will be returned without review.

B. Materials:

Fabricate CCTV metal pole from coil or plate steel to meet the requirements of ASTM A 595

Grade A tubes. For structural steel shapes, plates and bars use A572 Gr 50 min or ASTM A709 Gr

50 min.. Provide poles that are round in cross section or multisided tubular shapes and have a

uniform linear taper of 0.14 in/ft. Construct shafts from one piece of single ply plate or coil so there

are no circumferential weld splices. Galvanize in accordance with AASHTO M 111 and/or ASTM

A 123 or an approved equivalent.

Ensure that allowable pole deflection does not exceed that allowed per 6th Edition AASHTO.

Ensure that maximum deflection at the top of the pole does not exceed 2.5 percent of the pole height.

Use the submerged arc process or other NCDOT previously approved process suitable for poles

to continuously weld pole shafts along their entire length. The longitudinal seam weld will be

finished flush to the outside contour of the base metal. Ensure shafts have no circumferential welds

except at the lower end joining the shaft to the pole base. Provide welding that conforms to Article

1072-20 of the Standard Specifications, except that no field welding on any part of the pole will be

permitted unless approved by a qualified engineer.

TIP Number TS-67 Durham County

Version 18.1 67 print date: 03/07/18

Refer to Metal Pole Standard Drawing Sheets M2 through M5 for fabrication details. Fabricate

anchor bases from plate steel meeting, as a minimum, the requirements of ASTM A 36M or cast

steel meeting the requirements of ASTM A 27M Grade 485-250, AASHTO M270 Gr 36 or an

approved equivalent. Conform to the applicable bolt pattern and orientation as shown on Metal Pole

Standard Drawing Sheet M2.

Ensure all hardware is galvanized steel or stainless steel. The Contractor is responsible for

ensuring that the designer/fabricator specifies connecting hardware and/or materials that do not

create a dissimilar metal corrosive reaction.

Unless otherwise required by the design, ensure each anchor rod is 2” diameter and 60” length.

Provide 10” minimum thread projection at the top of the rod, and 8” minimum at the bottom of the

rod. Use anchor rod assembly and drilled pier foundation materials that meet the Foundations and

Anchor Rod Assemblies for Metal Poles provision.

For each structural bolt and other steel hardware, hot dip galvanizing shall conform to the

requirements of AASHTO M 232 (ASTM A 153). Ensure end caps for poles are constructed of cast

aluminum conforming to Aluminum Alloy 356.0F.

Provide a circular anchor bolt lock plate that will be secured to the anchor bolts at the embedded

end with 2 washers and 2 nuts. Provide a base plate template that matches the bolt circle diameter of

the anchor bolt lock plate. Construct plates and templates from ¼” minimum thick steel with a

minimum width of 4”. Galvanizing is not required.

Provide 4 heavy hex nuts and 4 flat washers for each anchor bolt. For nuts, use AASHTO M291

grade 2H, DH, or DH3 or equivalent material. For flat washers, use AASHTO M293 or equivalent

material.

Provide a 2 inch hole equipped with an associated coupling and weatherhead approximately 5

feet below the top of the pole to accommodate passage of CCTV cables from inside the pole to the

CCTV camera.

Provide a 2 inch hole equipped with an associated coupling and conduit fittings/bodies

approximately 18 inches above the base of the pole accommodate passage of CCTV cables from the

CCTV cabinet to the inside of the pole. Refer to Metal Pole Standard Drawing Sheet M3 for

fabrication details.

Have poles permanently stamped above the base hand hole with the identification tag details as

shown on Metal Pole Standard Drawing Sheet M2.

For each pole, provide a 1/2 inch minimum thread diameter, coarse thread stud and nut for

grounding which will accommodate #4 AWG ground wire. Ensure that the lug is electrically bonded

to the pole and is conveniently located inside the pole at the hand hole.

Provide a removable pole cap with stainless steel attachment screws for the top of each pole.

Ensure that the cap is cast aluminum conforming to Aluminum Association Alloy 356.0F. Furnish

cap attached to the pole with a sturdy chain or cable approved by the Engineer. Ensure that the chain

or cable is long enough to permit the cap to hang clear of the pole-top opening when the cap is

removed.

C. Construction Methods:

Install anchor rod assemblies in accordance with the Foundations and Anchor Rod Assemblies

for Metal Poles provision.

TIP Number TS-68 Durham County

Version 18.1 68 print date: 03/07/18

Erect CCTV metal poles only after concrete has attained a minimum allowable compressive

strength of 3000 psi. For further construction methods, see construction methods for Metal Strain

Pole.

Connect poles to grounding electrodes and bond them to the electrical service grounding

electrodes.

For holes in the poles used to accommodate cables, install grommets before wiring pole or arm.

Do not cut or split grommets.

Attach the hand hole covers to the pole by a sturdy chain or cable. Ensure the chain or cable is

long enough to permit the cover to hang clear of the opening when the cover is removed, and is

strong enough to prevent vandalism. Ensure the chain or cable will not interfere with service to the

cables in the pole.

Attach cap to pole with a sturdy chain or cable. Ensure the chain or cable is long enough to

permit the cap to hang clear of the opening when the cap is removed.

Perform repair of damaged galvanizing that complies with the Standard Specifications, Article

1076-6 “Repair of Galvanizing.”

Install galvanized wire mesh around the perimeter of the base plate to cover the gap between the

base plate and top of foundation for debris and pest control.

Install a ¼” thick plate for concrete foundation tag to include: concrete grade, depth, diameter,

and reinforcement sizes of the installed foundation.

Install CCTV metal poles, hardware, and fittings as shown on the manufacturer’s installation

drawings. Install poles so that when the pole is fully loaded it is within 2 degrees of vertical.

9.2. DRILLED PIER FOUNDATIONS

Analysis procedures and formulas shall be based on AASHTO, ACI code and per FHWA

manuals. Design methods based on engineering publications or research papers needs to have prior

approval from NCDOT. The Department reserves the right to accept or disapprove any method used

for the analysis.

Use a Factor of Safety of 1.33 for torsion and 2.0 for bending for the foundation design.

Foundation design for lateral load shall not exceed 1” lateral deflection at top of foundation.

Design all custom foundations to carry the maximum capacity of each metal pole. For standard

case strain poles only, if a custom foundation is designed, use the actual moment reactions from the

Standard Foundation Selection Table shown on Standard Drawing No. M8.

When poor soil conditions are encountered which could create an excessively large foundation

design, consideration may be given to allowing an exemption to the maximum capacity design. The

contractor must gain approval from the engineer before reducing a foundation’s capacity. On

projects where poor soil is known to be present, it is advisable that the contractor consider getting

foundations approved before releasing poles for fabrication.

A. Description:

Furnish and install foundations for NCDOT metal poles with all necessary hardware in

accordance with the plans and specifications.

TIP Number TS-69 Durham County

Version 18.1 69 print date: 03/07/18

Metal Pole Standards have been developed and implemented by NCDOT for use at signalized

intersections in North Carolina. If the plans call for a standard pole, then a standard foundation may

be selected from the plans. However, the Contractor is not required to use a standard foundation. If

the Contractor chooses to design a non-standard site-specific foundation for a standard pole or if the

plans call for a non-standard site-specific pole, design the foundation to conform to the applicable

provisions in the NCDOT Metal Pole Standards and Section B4 (Non-Standard Foundation Design)

below. If non-standard site specific foundations are designed for standard QPL approved strain

poles, the foundation designer must use the design moment specified by load case on Metal Pole

Standard Drawing Sheet M8. Failure to conform to this requirement will be grounds for rejection of

the design.

If the Contractor chooses to design a non-standard foundation for a standard pole and the soil test

results indicate a standard foundation is feasible for the site, the Contractor will be paid the cost of

the standard foundation (drilled pier and wing wall, if applicable). Any additional costs associated

with a non-standard site-specific foundation including additional materials, labor and equipment will

be considered incidental to the cost of the standard foundation. All costs for the non-standard

foundation design will also be considered incidental to the cost of the standard foundation.

B. Soil Test and Foundation Determination:

1. General:

Drilled piers are reinforced concrete sections, cast-in-place against in situ, undisturbed material.

Drilled piers are of straight shaft type and vertical.

Some standard drilled piers for supporting poles with mast arms may require wing walls to resist

torsional rotation. Based upon this provision and the results of the required soil test, a drilled pier

length and wing wall requirement may be determined and constructed in accordance with the plans.

For non-standard site-specific poles, the contractor-selected pole fabricator will determine if the

addition of wing walls is necessary for the supporting foundations.

2. Soil Test:

Perform a soil test at each proposed metal pole location. Complete all required fill placement

and excavation at each signal pole location to finished grade before drilling each boring. Soil tests

performed that are not in compliance with this requirement may be rejected and will not be paid.

Drill one boring to a depth of 26 feet within a 25 foot radius of each proposed foundation.

Perform standard penetration tests (SPT) in accordance with ASTM D 1586 at depths of 1, 2.5,

5, 7.5, 10, 15, 20 and 26 feet. Discontinue the boring if one of the following occurs:

· A total of 100 blows have been applied in any 2 consecutive 6-in. intervals.

· A total of 50 blows have been applied with < 3-in. penetration.

Describe each intersection as the “Intersection of (Route or SR #), (Street Name) and (Route or

SR #), (Street Name), ________ County, Signal Inventory No. _____”. Label borings with “B- N, S,

E, W, NE, NW, SE or SW” corresponding to the quadrant location within the intersection. Pole

numbers should be made available to the Drill Contractor. Include pole numbers in the boring label

if they are available. If they are not available, ensure the boring labels can be cross-referenced to

corresponding pole numbers. For each boring, submit a legible (hand written or typed) boring log

signed and sealed by a licensed Geologist or Professional Engineer registered in North Carolina.

Include on each boring the SPT blow counts and N-values at each depth, depth of the boring, and a

general description of the soil types encountered.

TIP Number TS-70 Durham County

Version 18.1 70 print date: 03/07/18

3. Standard Foundation Determination:

Use the following method for determining the Design N-value:

NAVG = (N@1’ + [email protected]’ +……... N@Deepest Boring Depth)

Total Number of N-values

Y = (N@1’)2 + ([email protected]’)2 + ……... (N@Deepest Boring Depth)2

Z = (N@1’ + [email protected]’ +……... N@Deepest Boring Depth)

NSTD DEV = (Total Number of N-values x Y) – Z2 0.5

(Total Number of N-values) x (Total Number of N-values – 1)

Design N-value equals lesser of the following two conditions:

NAVG – (NSTD DEV x 0.45)

Or

Average of First Four N-Values = (N@1’ + [email protected]’ + N@5’ + [email protected]’)

4

Note: If less than 4 N-values are obtained because of criteria listed in Section 2 above, use

average of N-values collected for second condition. Do not include the N-value at the

deepest boring depth for above calculations if the boring is discontinued at or before

the required boring depth because of criteria listed in Section 2 above. Use N-value of

zero for weight of hammer or weight of rod. If N-value is greater than 50, reduce N-

value to 50 for calculations.

If standard NCDOT strain poles are shown on the plans and the Contractor chooses to use

standard foundations, determine a drilled pier length, “L,” for each signal pole from the Standard

Foundations Chart (sheet M 8) based on the Design N-value and the predominant soil type. For each

standard pole location, submit a completed “Metal Pole Standard Foundation Selection Form”

signed by the Contractor’s representative. Signature on form is for verification purposes only.

Include the Design N-value calculation and resulting drilled pier length, “L,” on each form.

If non-standard site-specific poles are shown on the plans, submit completed boring logs

collected in accordance with Section 2 (Soil Test) above along with pole loading diagrams from the

plans to the contractor-selected pole fabricator to assist in the pole and foundation design.

If one of the following occurs, the Standard Foundations Chart shown on the plans may not be

used and a non-standard foundation may be required. In such case, contact the Engineer.

· The Design N-value is less than 4.

· The drilled pier length, “L”, determined from the Standard Foundations Chart, is greater than

the depth of the corresponding boring.

In the case where a standard foundation cannot be used, the Department will be responsible for the

additional cost of the non-standard foundation.

Foundation designs are based on level ground around the traffic signal pole. If the slope around

the edge of the drilled pier is steeper than 8:1 (H:V) or the proposed foundation will be less than 10

feet from the top of an embankment slope, the Contractor is responsible for providing slope

information to the foundation designer and to the Engineer so it can be considered in the design.

The “Metal Pole Standard Foundation Selection Form” may be found at:

http://www.ncdot.gov/doh/preconstruct/highway/geotech/formdet/misc/MetalPole.pdf

TIP Number TS-71 Durham County

Version 18.1 71 print date: 03/07/18

If assistance is needed, contact the Engineer.

4. Non-Standard Foundation Design:

Design non-standard foundations based upon site-specific soil test information collected in

accordance with Section 2 (Soil Test) above. Design drilled piers for side resistance only in

accordance with Section 4.6 of the AASHTO Standard Specifications for Highway Bridges. Use the

computer software LPILE version 5.0 or later manufactured by Ensoft, Inc. to analyze drilled piers.

Use the computer software gINT version 8.0 or later manufactured by Bentley Systems, Inc. with the

current NCDOT gINT library and data template to produce SPT boring logs. Provide a drilled pier

foundation for each pole with a length and diameter that result in a horizontal lateral movement of

less than 1 inch at the top of the pier and a horizontal rotational movement of less than 1 inch at the

edge of the pier. Contact the Engineer for pole loading diagrams for standard poles to be used for

non-standard foundation designs. Submit any non-standard foundation designs including drawings,

calculations, and soil boring logs to the Engineer for review and approval before construction.

C. Drilled Pier Construction:

Construct drilled pier foundations in accordance with the Foundations and Anchor Rod

Assemblies for Metal Poles provision.

9.3. MEASUREMENT AND PAYMENT

Actual number of CCTV Metal Poles furnished, installed and accepted.

Actual number of Soil Tests with SPT borings drilled furnished and accepted.

Actual volume of concrete poured in cubic yards of Drilled Pier Foundation furnished, installed

and accepted.

No measurement will be made for CCTV Metal Pole designs and foundation designs, as these

will be considered incidental to CCTV Metal Poles and Drilled Pier Foundations.

Payment will be made under:

CCTV Metal Pole ...................................................................................................................... Each

Soil Test ..................................................................................................................................... Each

Drilled Pier Foundation .................................................................................................... Cubic Yard

TIP Number TS-72 Durham County

Version 18.1 72 print date: 03/07/18

10. FOUNDATIONS AND ANCHOR ROD ASSEMBLIES FOR METAL POLES

10.1. DESCRIPTION

Foundations for metal poles include foundations for signals, cameras, overhead and dynamic

message signs (DMS) and high mount and low level light standards supported by metal poles or

upright trusses. Foundations consist of footings with pedestals and drilled piers with or without grade

beams or wings. Anchor rod assemblies consist of anchor rods (also called anchor bolts) with nuts

and washers on the exposed ends of rods and nuts and a plate or washers on the other ends of rods

embedded in the foundation.

Construct concrete foundations with the required resistances and dimensions and install anchor

rod assemblies in accordance with the contract and accepted submittals. Construct drilled piers

consisting of cast-in-place reinforced concrete cylindrical sections in excavated holes. Provide

temporary casings or polymer slurry as needed to stabilize drilled pier excavations. Use a prequalified

Drilled Pier Contractor to construct drilled piers for metal poles. Define “excavation” and “hole” as a

drilled pier excavation and “pier” as a drilled pier.

This provision does not apply to materials and anchor rod assemblies for standard foundations for

low level light standards. See Section 1405 of the 2012 Standard Specifications and Standard Drawing

No. 1405.01 of the 2012 Roadway Standard Drawings for materials and anchor rod assemblies for

standard foundations. For construction of standard foundations for low level light standards, standard

foundations are considered footings in this provision.

This provision does not apply to foundations for signal pedestals; see Section 1743 of the 2012

Standard Specifications and Standard Drawing No. 1743.01 of the 2012 Roadway Standard

Drawings.

10.2. MATERIAL

Refer to the 2012 Standard Specifications.

Item Section

Conduit 1091-3

Grout, Nonshrink 1003

Polymer Slurry 411-2(B)

Portland Cement Concrete 1000

Reinforcing Steel 1070

Rollers and Chairs 411-2(C)

Temporary Casings 411-2(A)

Provide Type 3 material certifications in accordance with Article 106-3 of the 2012 Standard

Specifications for conduit, rollers, chairs and anchor rod assemblies. Store steel materials on blocking

at least 12" above the ground and protect it at all times from damage; and when placing in the work

make sure it is free from dirt, dust, loose mill scale, loose rust, paint, oil or other foreign materials.

Load, transport, unload and store foundation and anchor rod assembly materials so materials are kept

clean and free of damage. Damaged or deformed materials will be rejected.

TIP Number TS-73 Durham County

Version 18.1 73 print date: 03/07/18

Use conduit type in accordance with the contract. Use Class A concrete for footings and pedestals,

Class Drilled Pier concrete for drilled piers and Class AA concrete for grade beams and wings

including portions of drilled piers above bottom of wings elevations. Corrugated temporary casings

may be accepted at the discretion of the Engineer. A list of approved polymer slurry products is

available from:

www.ncdot.org/doh/preconstruct/highway/geotech/leftmenu/Polymer.html

Provide anchor rod assemblies in accordance with the contract consisting of the following:

A. Straight anchor rods,

B. Heavy hex top and leveling nuts and flat washers on exposed ends of rods, and

C. Nuts and either flat plates or washers on the other ends of anchor rods embedded in

foundations.

Do not use lock washers. Use steel anchor rods, nuts and washers that meet ASTM F1554 for

Grade 55 rods and Grade A nuts. Use steel plates and washers embedded in concrete with a nominal

thickness of at least 1/4". Galvanize anchor rods and exposed nuts and washers in accordance with

Article 1076-4 of the 2012 Standard Specifications. It is not necessary to galvanize nuts, plates and

washers embedded in concrete.

10.3. CONSTRUCTION METHODS

Install the required size and number of conduits in foundations in accordance with the plans and

accepted submittals. Construct top of piers, footings, pedestals, grade beams and wings flat, level

and within 1" of elevations shown in the plans or approved by the Engineer. Provide an Ordinary

Surface finish in accordance with Subarticle 825-6(B) of the 2012 Standard Specifications for

portions of foundations exposed above finished grade. Do not remove anchor bolt templates or

pedestal or grade beam forms or erect metal poles or upright trusses onto foundations until concrete

attains a compressive strength of at least 3,000 psi.

A. Drilled Piers

Before starting drilled pier construction, hold a predrill meeting to discuss the installation,

monitoring and inspection of the drilled piers. Schedule this meeting after the Drilled Pier

Contractor has mobilized to the site. The Resident or Division Traffic Engineer, Contractor and

Drilled Pier Contractor Superintendent will attend this predrill meeting.

Do not excavate holes, install piles or allow equipment wheel loads or vibrations within 20 ft of

completed piers until 16 hours after Drilled Pier concrete reaches initial set.

Check for correct drilled pier alignment and location before beginning drilling. Check

plumbness of holes frequently during drilling.

Construct drilled piers with the minimum required diameters shown in the plans. Install piers

with tip elevations no higher than shown in the plans or approved by the Engineer.

Excavate holes with equipment of the sizes required to construct drilled piers. Depending on the

subsurface conditions encountered, drilling through rock and boulders may be required. Do not use

blasting for drilled pier excavations.

TIP Number TS-74 Durham County

Version 18.1 74 print date: 03/07/18

Contain and dispose of drilling spoils and waste concrete as directed and in accordance with

Section 802 of the 2012 Standard Specifications. Drilling spoils consist of all materials and fluids

removed from excavations.

If unstable, caving or sloughing materials are anticipated or encountered, stabilize holes with

temporary casings and/or polymer slurry. Do not use telescoping temporary casings. If it becomes

necessary to replace a temporary casing during drilling, backfill the excavation, insert a larger casing

around the casing to be replaced or stabilize the excavation with polymer slurry before removing the

temporary casing.

If temporary casings become stuck or the Contractor proposes leaving casings in place,

temporary casings should be installed against undisturbed material. Unless otherwise approved, do

not leave temporary casings in place for mast arm poles and cantilever signs. The Engineer will

determine if casings may remain in place. If the Contractor proposes leaving temporary casings in

place, do not begin drilling until a casing installation method is approved.

Use polymer slurry and additives to stabilize holes in accordance with the slurry manufacturer’s

recommendations. Provide mixing water and equipment suitable for polymer slurry. Maintain

polymer slurry at all times so slurry meets Table 411-3 of the 2012 Standard Specifications except

for sand content.

Define a “sample set” as slurry samples collected from mid-height and within 2 ft of the bottom

of holes. Take sample sets from excavations to test polymer slurry immediately after filling holes

with slurry, at least every 4 hours thereafter and immediately before placing concrete. Do not place

Drilled Pier concrete until both slurry samples from an excavation meet the required polymer slurry

properties. If any slurry test results do not meet the requirements, the Engineer may suspend drilling

until both samples from a sample set meet the required slurry properties.

Remove soft and loose material from bottom of holes using augers to the satisfaction of the

Engineer. Assemble rebar cages and place cages and Drilled Pier concrete in accordance with

Subarticle 411-4(E) of the 2012 Standard Specifications except for the following:

1) Inspections for tip resistance and bottom cleanliness are not required,

2) Temporary casings may remain in place if approved, and

3) Concrete placement may be paused near the top of pier elevations for anchor rod

assembly installation and conduit placement or

4) If applicable, concrete placement may be stopped at bottom of grade beam or wings

elevations for grade beam or wing construction.

If wet placement of concrete is anticipated or encountered, do not place Drilled Pier concrete

until a concrete placement procedure is approved. If applicable, temporary casings and fluids may

be removed when concrete placement is paused or stopped in accordance with the exceptions above

provided holes are stable. Remove contaminated concrete from exposed Drilled Pier concrete after

removing casings and fluids. If holes are unstable, do not remove temporary casings until a

procedure for placing anchor rod assemblies and conduit or constructing grade beams or wings is

approved.

Use collars to extend drilled piers above finished grade. Remove collars after Drilled Pier

concrete sets and round top edges of piers.

TIP Number TS-75 Durham County

Version 18.1 75 print date: 03/07/18

If drilled piers are questionable, pile integrity testing (PIT) and further investigation may be

required in accordance with Article 411-5 of the 2012 Standard Specifications. A drilled pier will be

considered defective in accordance with Subarticle 411-5(D) of the 2012 Standard Specifications

and drilled pier acceptance is based in part on the criteria in Article 411-6 of the 2012 Standard

Specifications except for the top of pier tolerances in Subarticle 411-6(C) of the 2012 Standard

Specifications.

If a drilled pier is under further investigation, do not grout core holes, backfill around the pier or

perform any work on the drilled pier until the Engineer accepts the pier. If the drilled pier is

accepted, dewater and grout core holes and backfill around the pier with approved material to

finished grade. If the Engineer determines a pier is unacceptable, remediation is required in

accordance with Article 411-6 of the 2012 Standard Specifications. No extension of completion

date or time will be allowed for remediation of unacceptable drilled piers or post repair testing.

Permanently embed a plate in or mark top of piers with the pier diameter and depth, size and

number of vertical reinforcing bars and the minimum compressive strength of the concrete mix at 28

days.

D. Footings, Pedestals, Grade Beams and Wings

Excavate as necessary for footings, grade beams and wings in accordance with the plans,

accepted submittals and Section 410 of the 2012 Standard Specifications. If unstable, caving or

sloughing materials are anticipated or encountered, shore foundation excavations as needed with an

approved method. Notify the Engineer when foundation excavation is complete. Do not place

concrete or reinforcing steel until excavation dimensions and foundation material are approved.

Construct cast-in-place reinforced concrete footings, pedestals, grade beams and wings with the

dimensions shown in the plans and in accordance with Section 825 of the 2012 Standard

Specifications. Use forms to construct portions of pedestals and grade beams protruding above

finished grade. Provide a chamfer with a 3/4" horizontal width for pedestal and grade beam edges

exposed above finished grade. Backfill and fill in accordance with Article 410-8 of the 2012

Standard Specifications. Proper compaction around footings and wings is critical for foundations to

resist uplift and torsion forces. Place concrete against undisturbed soil and do not use forms for

standard foundations for low level light standards.

E. Anchor Rod Assemblies

Size anchor rods for design and the required projection above top of foundations. Determine

required anchor rod projections from nut, washer and base plate thicknesses, the protrusion of 3 to 5

anchor rod threads above top nuts after tightening and the distance of one nut thickness between top

of foundations and bottom of leveling nuts.

Protect anchor rod threads from damage during storage and installation of anchor rod assemblies.

Before placing anchor rods in foundations, turn nuts onto and off rods past leveling nut locations.

Turn nuts with the effort of one workman using an ordinary wrench without a cheater bar. Report

any thread damage to the Engineer that requires extra effort to turn nuts.

Arrange anchor rods symmetrically about center of base plate locations as shown in the plans.

Set anchor rod elevations based on required projections above top of foundations. Securely brace

and hold rods in the correct position, orientation and alignment with a steel template. Do not weld to

reinforcing steel, temporary casings or anchor rods.

TIP Number TS-76 Durham County

Version 18.1 76 print date: 03/07/18

Install top and leveling (bottom) nuts, washers and the base plate for each anchor rod assembly

in accordance with the following procedure:

1) Turn leveling nuts onto anchor rods to a distance of one nut thickness between the top of

foundation and bottom of leveling nuts. Place washers over anchor rods on top of

leveling nuts.

2) Determine if nuts are level using a flat rigid template on top of washers. If necessary,

lower leveling nuts to level the template in all directions or if applicable, lower nuts to tilt

the template so the metal pole or upright truss will lean as shown in the plans. If leveling

nuts and washers are not in full contact with the template, replace washers with

galvanized beveled washers.

3) Verify the distance between the foundation and leveling nuts is no more than one nut

thickness.

4) Place base plate with metal pole or upright truss over anchor rods on top of washers.

High mount luminaires may be attached before erecting metal poles but do not attach

cables, mast arms or trusses to metal poles or upright trusses at this time.

5) Place washers over anchor rods on top of base plate. Lubricate top nut bearing surfaces

and exposed anchor rod threads above washers with beeswax, paraffin or other approved

lubricant.

6) Turn top nuts onto anchor rods. If nuts are not in full contact with washers or washers

are not in full contact with the base plate, replace washers with galvanized beveled

washers.

7) Tighten top nuts to snug-tight with the full effort of one workman using a 12" wrench.

Do not tighten any nut all at once. Turn top nuts in increments. Follow a star pattern

cycling through each nut at least twice.

8) Repeat (7) for leveling nuts.

9) Replace washers above and below the base plate with galvanized beveled washers if the

slope of any base plate face exceeds 1:20 (5%), any washer is not in firm contact with the

base plate or any nut is not in firm contact with a washer. If any washers are replaced,

repeat (7) and (8).

10) With top and leveling nuts snug-tight, mark each top nut on a corner at the intersection of

2 flats and a corresponding reference mark on the base plate. Mark top nuts and base

plate with ink or paint that is not water-soluble. Use the turn-of-nut method for

pretensioning. Do not pretension any nut all at once. Turn top nuts in increments for a

total of one flat (1/6 revolution) for anchor rod diameters greater than 1 1/2" and 2 flats

(1/3 revolution) for anchor rod diameters 1 1/2" or less. Follow a star pattern cycling

through each top nut at least twice.

11) Ensure nuts, washers and base plate are in firm contact with each other for each anchor

rod. Cables, mast arms and trusses may now be attached to metal poles and upright

trusses.

12) Between 4 and 14 days after pretensioning top nuts, use a torque wrench calibrated

within the last 12 months to check nuts in the presence of the Engineer. Completely erect

TIP Number TS-77 Durham County

Version 18.1 77 print date: 03/07/18

mast arm poles and cantilever signs and attach any hardware before checking top nuts for

these structures. Check that top nuts meet the following torque requirements:

TORQUE REQUIREMENTS

Anchor Rod Diameter, inch Requirement, ft-lb

7/8 180

1 270

1 1/8 380

1 1/4 420

≥ 1 1/2 600

If necessary, retighten top nuts in the presence of the Engineer with a calibrated torque wrench to

within ± 10 ft-lb of the required torque. Do not overtighten top nuts.

(13) Do not grout under base plate.

10.4. MEASUREMENT AND PAYMENT

Foundations and anchor rod assemblies for metal poles and upright trusses will be measured and

paid for elsewhere in the contract.

No payment will be made for temporary casings that remain in drilled pier excavations. No

payment will be made for PIT. No payment will be made for further investigation of defective piers.

Further investigation of piers that are not defective will be paid as extra work in accordance with

Article 104-7 of the 2012 Standard Specifications. No payment will be made for remediation of

unacceptable drilled piers or post repair testing.

TIP Number TS-78 Durham County

Version 18.1 78 print date: 03/07/18

11. ELECTRICAL SERVICE

11.1. DESCRIPTION

Install new electrical service and modify existing electrical service where required by the Plans.

Coordinate all work involving electrical service with the appropriate electrical utility company.

Ascertain the practicality of installing new electrical service at locations shown in the Plans before

performing any work.

11.2. MATERIAL

A. Electrical Service

Furnish external electrical service disconnects with single pole 50 A inverse time circuit breaker

with at least 10,000 RMS symmetrical amperes short circuit current rating in a lockable NEMA 3R

enclosure. Ensure service disconnects are listed as meeting UL Standard UL-489 and marked as being

suitable for use as service equipment. Fabricate enclosure from galvanized steel and electrostatically

apply dry powder paint finish, light gray in color, to yield a minimum thickness of 2.4 mils. Provide

ground bus and neutral bus with at least 4 terminals with minimum wire capacity range of number 14

through number 4.

Furnish NEMA Type 3R meter base rated 100 A minimum that meets the requirements of the local

utility. Provide meter base with ampere rating of meter sockets based on sockets being wired with

insulated wire rated at least 167°F.

Furnish 4 terminal, 600 volt, single phase, 3 wire meter base with the following:

(1) Line, Load and Neutral Terminals accept #8 to 2/0 AWG Copper/Aluminum wire,

(2) Ringed or Ringless Type, with or without bypass,

(3) Made of galvanized steel,

(4) Listed as meeting UL Standard UL-414, and

(5) Overhead or underground service entrance as specified.

Ensure meter bases have electrostatically applied dry powder paint finish, light gray in color, with

minimum thickness of 2.4 mils.

Furnish 1" watertight hub for threaded rigid conduit with meter base.

If meter base and electrical service disconnect are supplied in the same enclosure, ensure assembly

is marked as being suitable for use as service equipment. Ensure combination meter and disconnect

mounted in a pedestal for underground service is listed as meeting UL Standard 231. Otherwise, ensure

combination meter and disconnect is listed as meeting UL Standard 67.

B. Grounding Electrodes

Provide grounding electrodes of the following types as indicated in the specifications and plans.

5. Ground Rods

Provide 5/8" diameter, 10 ft long, copper-clad steel ground rods with 10 mil thick copper cladding.

6. Sectional Ground Rods

Provide sectional ground rods comprised of 5/8" diameter, 10 ft long, steel ground rods with 10

mil thick copper cladding, welded together in a butt configuration with an exothermic weld. As an

TIP Number TS-79 Durham County

Version 18.1 79 print date: 03/07/18

alternative, provide UL listed bronze couplers designed to connect 5/8" diameter copper-clad steel

rods. Do not use threaded ground rods or threaded couplers. Provide minimum lengths required by

plans.

11.3. CONSTRUCTION METHODS

A. Utility Services

Coordinate all work to ensure electrical power of proper voltage, phase, frequency and ampacity

is available to complete the work. Use electrical services cables with THWN insulation.

When electrical, telephone and telecommunication service is not furnished by the Department and

is required, contact the utility company and make application to ensure all work can be completed.

Obtain authorization for service in the Department’s name and make application for service in the

Department’s name along with the associated NCDOT Asset Inventory Number shown in the contract.

Notify the Engineer immediately if this number is not shown in the contract.

The Department will be responsible for direct payment of monthly utility company usage charges.

The Contractor will be responsible for all expenses associated with utility installation costs, hookups,

etc.

B. New Electrical Service

At new CCTV locations shown in the Plans, install new electrical service. After installation of

the meter base, the utility company will transfer the existing meter or install a new meter if required

and make any necessary connections to the power lines.

C. Grounding of Electrical Services

In addition to NEC requirements, test grounding electrode resistance for a maximum of 20 ohms.

Furnish and install additional ground rods to grounding electrode system as necessary to meet test

requirements.

Modify existing electrical services, as necessary, to meet the grounding requirements of the NEC,

these Project Special Provisions, the Standard Specifications and the project Plans. Remove any

ground rods in the cabinet foundation and install a new grounding electrode system. Cut off abandoned

ground rods in the cabinet foundation flush with the foundation surface. Where a grounding electrode

system is connected to the electrical service in accordance with the NEC, test grounding electrode

resistance for a maximum of 20 ohms. Grounding electrode resistance test shall be verified or

witnessed by the Engineer or the Engineer’s designated representative. Furnish and install additional

ground rods to grounding electrode system as necessary to meet the Project Special Provisions and

Standard Specifications and test requirements.

Follow test equipment’s procedures for measuring grounding electrode resistance. When using

clamp-type ground resistance meters, readings of less than one ohm typically indicate a ground loop.

Rework bonding and grounding circuits as necessary to remove ground loop circuits and retest. If a

ground loop cannot be identified and removed to allow the proper use of a clamp-type ground

resistance meter, use the three-point test method.

Submit a completed Inductive Loop & Grounding Test Form available on the Department’s

website.

https://connect.ncdot.gov/resources/safety/Pages/ITS-and-Signals.aspx

TIP Number TS-80 Durham County

Version 18.1 80 print date: 03/07/18

Provide a length of marker tape 6" to 12" below finished grade directly over grounding electrodes

and conductors.

11.4. MEASUREMENT AND PAYMENT

New Electrical Service will be measured and paid as the actual number of services furnished,

installed, and accepted.

No measurement will be made of riser assemblies, meter bases, service disconnects, underground

and exposed conduit runs to the cabinet, acquisition of service fees, electrical service conductors,

ground rods, ground wire and any remaining hardware and conduit to connect the electrical service

to the cabinet as these are incidental to furnishing and installing new electrical service.

Payment will be made under:

New Electrical Service ............................................................................................................... Each

12. FIBER OPTIC VIDEO TRANSCEIVERS

12.1. DESCRIPTION

Furnish and install fiber-optic video transceivers with all necessary hardware in accordance with

the plans and specifications. Comply with the provisions of Section 1700 of the Standard

Specifications.

Furnish shelf-mounted, modular designed, single mode fiber-optic transceivers and all necessary

hardware that are compatible with the system equipment. Do not provide transceivers that are

internal to the system equipment. Provide identical transceivers at all locations and that are capable

of being interchanged throughout the system.

12.2. MATERIALS

A. Video Transceivers

The video optical transceiver with control data (VOTR-D) shall consist of a pair of electronic

units referred to as the video optical transmitter with control data (VOT-D) and video optical

receiver with control data (VOR-D). When interconnected by means of a single-mode fiber optic

cable the units shall communicate real-time National Television Standards Committee (NTSC)

compliant video from input to output and shall support full duplex RS-232 digital status and control

signal communications. The VOT-D shall be interfaced to an NTSC video signal by means of a

BNC connector with 75 ohms impedance. The VOR-D shall provide NTSC RS-250B compatible

electrical signal at the BNC output connector driving a 75 ohm impedance. The NTSC output signal

level shall be 1 volt peak-to-peak.

The function of the VOTR-D pair shall be to communicate NTSC video, associated status, and

control data from a closed-circuit television (CCTV) camera location to the City of Durham Traffic

Operations Center using one single-mode fiber.

Variable optical attenuators to accommodate a flexible separation distance between each VOT-D

and VOR-D pair shall be provided and shall be incidental to the cost of the VOTR-D devices. The

equipment shall not cause rapid aging of the optical receiver, nor allow the optical receiver to reach

optical or electrical saturation thereby causing high bit errors.

The VOTR-D shall have a Mean Time Between Failure of 43,800 hours when operated as a pair.

TIP Number TS-81 Durham County

Version 18.1 81 print date: 03/07/18

1. Optical/Electrical Parameters

An ST type connector on each of the transmitter and receiver units shall provide the optical

interface. The optical interface shall accommodate a single mode fiber operating at 1310 nm and/or

1550 nm. The VOTR-D shall accommodate a minimum link loss budget of 25 dB at 1310 nm

and/or 18 dB at 1550 nm including a 3 dB safety margin. The optical dynamic range shall be equal

to or exceed the link loss budget. When a signal complying with NTSC standards and EIA-250C is

applied to the transmitter inputs, the output of the receiver shall provide an undistorted, NTSC and

EIA-250C standard signal output when link loss budget is not exceeded. The optical transmitter shall

use high reliability laser diodes and optical sensors.

2. Video Communications

When operated within its power, link loss budget and environmental specifications the VOTR-D

pair shall comply with EIA-250C, medium haul video transmission standards. The VOTR-D shall

provide a 10 MHz (3 dB) minimum video bandwidth. The transmission technique use between the

receiver and transmitter shall be frequency modulation. Differential gain and differential phase shall

comply with EIA-250C medium haul video requirements. Video linearity shall be 3% percent

maximum. Output voltage shall be one volt peak-to-peak per EIA-170. Signal-to-noise shall comply

with requirements specified in EIA-250C when measured at the output of the VOR-D with input

signals to the VOT-D in compliance with EIA-250C and fiber interconnected to accommodate signal

loss within specified link budget. Signal-to-noise (S/N) shall be 60 dB minimum at the receiver

electrical output with an equal or greater S/N of the input signal to the video optical transmitter.

3. RS-232/RS-422 Communications

The VOTR-D shall provide a communications reliability of one error in 109 bits minimum when

operated within link loss budgets, power tolerances and operating environment as specified. Full

duplex RS-232 communications shall be accommodated at data rates of 1200, 2400, 4800, 9600 and

19.2 kbps.

4. Modulation and Multiplexing

Frequency multiplexing and frequency modulation and demodulation shall be utilized.

5. Electrical Interfaces

Video Electrical Signal – The transmitter shall contain a BNC connector that will accept an

NTSC color video signal complying with EIA-250C signal standards. Input impedance shall be 75

ohms. Receiver shall contain a UG-88 BNC connector and shall provide a 75 ohm impedance.

Output signal level shall comply with NTSC and associated EIA-250C video standards.

Camera Control Digital Signal – The VOTR-D shall accommodate an RS-232 and RS-422

interfaces with dip switch selectability. Input and output signals shall comply with EIA standards.

When the dip-switch is in RS-422 mode, the VOT-D shall convert the RS-422 format to RS-232 and

then to an optical format for transmission to the VOR-D and vice-versa. The VOR-D shall provide

both, via dip-switch selection, RS-232 and RS-422 signal formats and the selection of this format

shall be independent of the format selected on the VOT-D. A standard RJ-45 or DB-25 connector

shall be provided to accommodate this interface. Any necessary cable adapter and cables necessary

to interface with the CCTV field equipment and the communications server shall be provided and

shall be incidental to the cost of the VOTR-D devices.

6. Physical Requirements

Connectors shall be located on the transceivers for convenient cable attachments. Strain relief

shall be included on all cables provided with the transceivers. Signal indicators shall be easily

TIP Number TS-82 Durham County

Version 18.1 82 print date: 03/07/18

viewable when the transceivers are mounted in equipment cabinets and in the City of Durham

Traffic Operations Center. All connectors and indicators shall be marked. All replaceable

components shall be marked, and all markings shall conform to supplied documentation, including

schematics and parts lists. The transceivers’ external markings shall include the product name,

model number, part number, serial number, manufacturer’s name, and manufacturer’s address.

Construction and materials selection for the transceivers shall prevent fungus growth and

cathodic action.

Standalone, shelf mountable, VOT-D devices are to be provided at field CCTV camera locations.

VOT-D devices shall be external to the new CCTV equipment. Furnish standalone transceivers in an

aluminum housing that has been treated to prevent corrosion. The standalone VOT-D devices shall

be interchangeable between field cabinets. For this reason, the transceivers shall conform to

standard mounting and interconnection provisions within the field cabinet. The mounting plate for

the transceivers shall have mounting holes manufactured to tolerances to assure interchangeability of

units within field cabinets.

Rack-mounted chassis shall be used to house the VOR-D devices installed in the City of Durham

Traffic Operations Center. VOR-D rack-mounted chassises shall be provided and shall be incidental

to the cost of the VOR-D devices. The chassis shall be fabricated of anodized aluminum, designed

for mounting in a 19-inch rack, not exceed three (3) standard mounting units in height (5.25 inches).

The chassis shall contain a power converter compatible with VOR-D card power requirements. The

chassis shall include provisions for interconnecting cabling. The chassis shall be designed to

accommodate a minimum of ten (10) VOR-D cards that shall be easily mountable and removable

from the chassis. When installed in the chassis, VOR-D cards shall be securable. The front panel

shall include functional identification markings in compliance with EIA 606.

7. Power Requirements

The VOTR-D power input circuitry shall be designed to protect the electronics from damage

from a power surge or an under voltage condition without causing damage to electronics. Over and

under voltage condition is considered to be a power failure and therefore the VOTR-D does not have

to perform to specification during this condition. The VOTR-D shall automatically recover from an

over or under voltage condition when the prime power has returned to values defined by this

specification.

Standalone VOT-D devices shall receive the power from a step-down transformer supplied with

the unit. The transformer shall receive 120 VAC ±15%, 60 Hz ±10% prime power from a utility

power strip within a field cabinet. A three-prong, DB-9 power connector shall be provided with the

transformer. The power cable from the transformer to the transceiver shall be 6 feet (minimum) and

terminated with a compatible female connector or with leads prepared for easy attachment to a

terminal block on the VOT-D. Open power terminals shall not be used. Power input requirements

(voltage and current) shall be marked on the transceiver housing.

The VOR-D chassis shall be capable of receiving 115 VAC ±10 percent, 60 Hz ±5 percent

power, and have the means to convert the input power as needed to support the power requirements

of the VOR-D electronics. Provisions shall be included in the design to prevent damage from

lightning, caused by any metallic cable interconnect with the VOR-D. The VOR-D chassis shall

include AC-to-DC power conversion, power filtering and regulation to accommodate internal circuit

requirements. Power interconnect to the VOR-D chassis shall be through a DB-9 power connector

or screw terminals on the electronics unit. Open power terminals are unacceptable.

TIP Number TS-83 Durham County

Version 18.1 83 print date: 03/07/18

8. Environmental Requirements

The VOTR-D shall conform to performance specification when operated in the following

environment:

· Temperature: -22ºF to +160ºF

· Humidity: 0 to 98 percent relative humidity with minimal condensation

No cooling air flow shall be required for VOTR-Ds in field cabinets. The unit shall be sealed to

prevent damage by blowing sand and dust within a field cabinet. Units shall be shipped with

protective covers over all connectors.

12.3. CONSTRUCTION METHODS

Furnish, install, and fully integrate VOT-D units in the CCTV cabinets in the field as shown in

the Plans.

Furnish, install, and fully integrate VOR-D units into the rack cabinet in the City of Durham

Traffic Operations Center. Integrate control data from VOR-D with video server and integrate video

from VOR-D with video matrix switch. Furnish all cables required to connect transceivers with

communications network. Clearly label all video transceiver units and associated jumper cables by

their respective CCTV camera number used in the Plans.

Furnish and install video transceiver rack chassis(es) into the rack cabinet in the City of Durham

Traffic Operations Center. Furnish jumpers of sufficient length to connect the transceivers to the

fiber termination panel.

12.4. MEASUREMENT AND PAYMENT

Video Optical Transceiver with Data will be measured and paid for the actual number installed,

integrated, and accepted.

Payment will be made under:

Video Optical Transceiver with Data ........................................................................................... Each

ST-264 CITY OF DURHAM

70

E-VERIFY AFFIDAVIT:

STATE OF NORTH CAROLINA

CITY OF DURHAM

NOW COMES Affiant, first being sworn, deposes and says as follows:

1. I have submitted a bid for contract or desire to enter into a contract with the CITY OF

DURHAM.

2. As part of my duties and responsibilities pursuant to said bid and/or contract, I attest that I am

aware of and in compliance with the requirements of E-Verify, Article 2 of Chapter 64 of the

North Carolina General Statutes, to include (mark which applies):

___ After hiring an employee to work in the United States I verify the work authorization of said

employee through E-Verify and retain the record of the verification of work authorization while

the employee is employed and for one year thereafter; or

___ I employ less than twenty-five (25) employees in the State of North Carolina.

3. As part of my duties and responsibilities pursuant to said bid and/or contract, I attest that to the

best of my knowledge any subcontractors employed as a part of this bid and/or contract are in

compliance with the requirements of E-Verify, Article 2 of Chapter 64 of the North Carolina

General Statutes, to include (mark which applies):

___ After hiring an employee to work in the United States the subcontractor verifies the work

authorization of said employee through E-Verify and retain the record of the verification of work

authorization while the employee is employed and for one year thereafter; or

___ Employ less than twenty-five (25) employees in the State of North Carolina.

Specify subcontractor: ________________

This the ________ day of _________, 201__.

____________________________________

Affiant

Sworn to and subscribed before me, this the ________ day of _________, 201__.

[OFFICIAL SEAL]

________________________, Notary Public

My Commission Expires: _______________

___________________________

ST-264 CITY OF DURHAM

71

IRAN DIVESTMENT ACT: (5-17-16) SP01 G151

As a result of the Iran Divestment Act of 2015 (Act), Article 6E, N.C. General Statute § 147-86.55,

the State Treasurer published the Final Divestment List (List) which includes the Final Divestment

List-Iran, and the Parent and Subsidiary Guidance-Iran. These lists identify companies and

persons engaged in investment activities in Iran and will be updated every 180 days. The List can

be found at https://www.nctreasurer.com/inside-the-department/OpenGovernment/Pages/Iran-

Divestment-Act-Resources.aspx

By submitting the Offer, the Contractor certifies that, as of the date of this bid, it is not on the then-

current List created by the State Treasurer. The Contractor must notify the Department

immediately if, at any time before the award of the contract, it is added to the List.

As an ongoing obligation, the Contractor must notify the Department immediately if, at any time

during the contract term, it is added to the List. Consistent with § 147-86.59, the Contractor shall

not contract with any person to perform a part of the work if, at the time the subcontract is signed,

that person is on the then-current List.

During the term of the Contract, should the Department receive information that a person is in

violation of the Act as stated above, the Department will offer the person an opportunity to respond

and the Department will take action as appropriate and provided for by law, rule, or contract.

TWELVE MONTH GUARANTEE – LGA PROJECTS

(10-7-13) 108 SP1 G146

(A) The Contractor shall guarantee materials and workmanship against latent and patent defects

arising from faulty materials, faulty workmanship or negligence for a period of twelve

months following the date of final acceptance of the work for maintenance and shall replace

such defective materials and workmanship without cost to City of Durham

. The Contractor will not be responsible for damage due to faulty design, normal wear and

tear, for negligence on the part of City of Durham, and/or for use in excess of the design.

(B) Where items of equipment or material carry a manufacturer’s guarantee for any period in

excess of twelve months, then the manufacturer’s guarantee shall apply for that particular

piece of equipment or material. City of Durham’s first remedy shall be through the

manufacturer although the Contractor is responsible for invoking the warranted repair work

with the manufacturer. The Contractor’s responsibility shall be limited to the term of the

manufacturer’s guarantee. City of Durham would be afforded the same warranty as

provided by the Manufacturer.

This guarantee provision shall be invoked only for major components of work in which the

Contractor would be wholly responsible for under the terms of the contract. Examples would

include pavement structures, bridge components, and sign structures. This provision will not be

used as a mechanism to force the Contractor to return to the project to make repairs or perform

additional work that City of Durham would normally compensate the Contractor for. In addition,

routine maintenance activities (i.e. mowing grass, debris removal, ruts in earth shoulders,) are not

parts of this guarantee.

Appropriate provisions of the payment and/or performance bonds shall cover this guarantee for

the project.

ST-264 CITY OF DURHAM

72

EXECUTION OF BID NON-COLLUSION AFFIDAVIT, DEBARMENT CERTIFICATION AND GIFT BAN CERTIFICATION

CORPORATION

The person executing the bid, on behalf of the Bidder, being duly sworn, solemnly swears (or affirms) that neither he, nor any

official, agent or employee of the bidder has entered into any agreement, participated in any collusion, or otherwise taken any

action which is in restraint of free competitive bidding in connection with any bid or contract, that the bidder has not been convicted

of violating N.C.G.S. § 133-24 within the last three years, and that the Bidder intends to do the work with its own bonafide

employees or subcontractors and is not bidding for the benefit of another contractor.

In addition, execution of this bid in the proper manner also constitutes the Bidder's certification of status under penalty of perjury

under the laws of the United States in accordance with the Debarment Certification attached, provided that the Debarment

Certification also includes any required statements concerning exceptions that are applicable.

N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone

with a contract with the State, or from any person seeking to do business with the State. By execution of any response in this

procurement, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been

offered, accepted, or promised by any employees of your organization.

SIGNATURE OF CONTRACTOR

Full name of Corporation

Address as Prequalified

AFFIDAVIT MUST BE NOTARIZED

Subscribed and sworn to before me this the

_____ day of _____________________ 20__.

Signature of Notary Public

of ____________________________County

State of ______________________________

My Commission Expires:________________

Attest By Secretary/Assistant Secretary President/Vice President/Assistant Vice President

Select appropriate title Select appropriate title

Print or type Signer's name Print or type Signer's name

CORPORATE SEAL

NOTARY SEAL

ST-264 CITY OF DURHAM

73

EXECUTION OF BID NON-COLLUSION AFFIDAVIT, DEBARMENT CERTIFICATION AND GIFT BAN CERTIFICATION

PARTNERSHIP

The person executing the bid, on behalf of the Bidder, being duly sworn, solemnly swears (or affirms) that neither he,

nor any official, agent or employee of the bidder has entered into any agreement, participated in any collusion, or

otherwise taken any action which is in restraint of free competitive bidding in connection with any bid or contract,

that the bidder has not been convicted of violating N.C.G.S. § 133-24 within the last three years, and that the Bidder

intends to do the work with its own bonafide employees or subcontractors and is not bidding for the benefit of another

contractor.

In addition, execution of this bid in the proper manner also constitutes the Bidder's certification of status under penalty

of perjury under the laws of the United States in accordance with the Debarment Certification attached, provided that

the Debarment Certification also includes any required statements concerning exceptions that are applicable.

N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift

from anyone with a contract with the State, or from any person seeking to do business with the State. By execution

of any response in this procurement, you attest, for your entire organization and its employees or agents, that you are

not aware that any such gift has been offered, accepted, or promised by any employees of your organization.

SIGNATURE OF CONTRACTOR

Full Name of Partnership

Address as Prequalified

By Signature of Witness Signature of Partner

Print or type Signer's name Print or type Signer's name

AFFIDAVIT MUST BE NOTARIZED

Subscribed and sworn to before me this the

_____ day of _____________________ 20__.

Signature of Notary Public

of ____________________________County

State of ______________________________

My Commission Expires:________________

NOTARY SEAL

ST-264 CITY OF DURHAM

74

EXECUTION OF BID NON-COLLUSION AFFIDAVIT, DEBARMENT CERTIFICATION AND GIFT BAN CERTIFICATION

LIMITED LIABILITY COMPANY

The person executing the bid, on behalf of the Bidder, being duly sworn, solemnly swears (or affirms) that neither he,

nor any official, agent or employee of the bidder has entered into any agreement, participated in any collusion, or

otherwise taken any action which is in restraint of free competitive bidding in connection with any bid or contract,

that the bidder has not been convicted of violating N.C.G.S. § 133-24 within the last three years, and that the Bidder

intends to do the work with its own bonafide employees or subcontractors and is not bidding for the benefit of another

contractor.

In addition, execution of this bid in the proper manner also constitutes the Bidder's certification of status under penalty

of perjury under the laws of the United States in accordance with the Debarment Certification attached, provided that

the Debarment Certification also includes any required statements concerning exceptions that are applicable.

N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift

from anyone with a contract with the State, or from any person seeking to do business with the State. By execution

of any response in this procurement, you attest, for your entire organization and its employees or agents, that you are

not aware that any such gift has been offered, accepted, or promised by any employees of your organization.

SIGNATURE OF CONTRACTOR

Full Name of Firm

Address as Prequalified

Signature of Witness Signature of Member/Manager/Authorized Agent

Select appropriate title

Print or type Signer's name Print or type Signer's Name

AFFIDAVIT MUST BE NOTARIZED

Subscribed and sworn to before me this the

_____ day of _____________________ 20__.

Signature of Notary Public

of ____________________________County

State of ______________________________

My Commission Expires:________________

NOTARY SEAL

ST-264 CITY OF DURHAM

75

EXECUTION OF BID NON-COLLUSION AFFIDAVIT, DEBARMENT CERTIFICATION AND GIFT BAN CERTIFICATION

JOINT VENTURE (2) or (3)

The person executing the bid, on behalf of the Bidder, being duly sworn, solemnly swears (or affirms) that neither he, nor any official, agent or

employee of the bidder has entered into any agreement, participated in any collusion, or otherwise taken any action which is in restraint of free

competitive bidding in connection with any bid or contract, that the bidder has not been convicted of violating N.C.G.S. § 133-24 within the last three years, and that the Bidder intends to do the work with its own bonafide employees or subcontractors and is not bidding for the benefit of

another contractor.

In addition, execution of this bid in the proper manner also constitutes the Bidder's certification of status under penalty of perjury under the laws of

the United States in accordance with the Debarment Certification attached, provided that the Debarment Certification also includes any required statements concerning exceptions that are applicable.

N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone with a contract with

the State, or from any person seeking to do business with the State. By execution of any response in this procurement, you attest, for your entire

organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization.

SIGNATURE OF CONTRACTOR

Instructions: 2 Joint Venturers Fill in lines (1), (2) and (3) and execute. 3 Joint Venturers Fill in lines (1), (2), (3) and (4) and execute. On Line

(1), fill in the name of the Joint Venture Company. On Line (2), fill in the name of one of the joint venturers and execute below in the appropriate

manner. On Line (3), print or type the name of the other joint venturer and execute below in the appropriate manner. On Line (4), fill in the name of the third joint venturer, if applicable and execute below in the appropriate manner.

(1)

Name of Joint Venture

(2)

Name of Contractor

Address as Prequalified Signature of Witness or Attest By Signature of Contractor Print or type Signer's name Print or type Signer's name

If Corporation, affix Corporate Seal and

(3)

Name of Contractor Address as Prequalified Signature of Witness or Attest By Signature of Contractor Print or type Signer's name Print or type Signer's name

If Corporation, affix Corporate Seal and

(4) Name of Contractor (for 3 Joint Venture only)

Address as Prequalified

Signature of Witness or Attest By Signature of Contractor

Print or type Signer's name Print or type Signer's name

If Corporation, affix Corporate Seal

NOTARY SEAL NOTARY SEAL NOTARY SEAL

Affidavit must be notarized for Line (2) Affidavit must be notarized for Line (3) Affidavit must be notarized for Line (4)

Subscribed and sworn to before me this Subscribed and sworn to before me this Subscribed and sworn to before me this

_____day of______________________ 20___ _____day of ____________________ 20___ ____day of ___________________ 20_____

____________________________________ ____________________________________ ____________________________________

Signature of Notary Public Signature of Notary Public Signature of Notary Public of ____________________________County of ____________________________County of ____________________________County

State of ______________________________ State of _______________________________ State of ______________________________

My Commission Expires:________________ My Commission Expires:_________________ My Commission Expires:________________

ST-264 CITY OF DURHAM

76

EXECUTION OF BID NON-COLLUSION AFFIDAVIT, DEBARMENT CERTIFICATION AND GIFT BAN CERTIFICATION

INDIVIDUAL DOING BUSINESS UNDER A FIRM NAME

The person executing the bid, on behalf of the Bidder, being duly sworn, solemnly swears (or affirms) that neither he,

nor any official, agent or employee of the bidder has entered into any agreement, participated in any collusion, or

otherwise taken any action which is in restraint of free competitive bidding in connection with any bid or contract,

that the bidder has not been convicted of violating N.C.G.S. § 133-24 within the last three years, and that the Bidder

intends to do the work with its own bonafide employees or subcontractors and is not bidding for the benefit of another

contractor.

In addition, execution of this bid in the proper manner also constitutes the Bidder's certification of status under penalty

of perjury under the laws of the United States in accordance with the Debarment Certification attached, provided that

the Debarment Certification also includes any required statements concerning exceptions that are applicable.

N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift

from anyone with a contract with the State, or from any person seeking to do business with the State. By execution

of any response in this procurement, you attest, for your entire organization and its employees or agents, that you are

not aware that any such gift has been offered, accepted, or promised by any employees of your organization.

SIGNATURE OF CONTRACTOR

Name of Contractor

Individual name

Trading and doing business as

Full name of Firm

Address as Prequalified

Signature of Witness Signature of Contractor, Individually

Print or type Signer's name Print or type Signer’s name

AFFIDAVIT MUST BE NOTARIZED

Subscribed and sworn to before me this the

_____ day of _____________________ 20__.

Signature of Notary Public

of ____________________________County

State of ______________________________

My Commission Expires:________________

NOTARY SEAL

ST-264 CITY OF DURHAM

77

EXECUTION OF BID NON-COLLUSION AFFIDAVIT, DEBARMENT CERTIFICATION AND GIFT BAN CERTIFICATION

INDIVIDUAL DOING BUSINESS IN HIS OWN NAME The person executing the bid, on behalf of the Bidder, being duly sworn, solemnly swears (or affirms) that neither he, nor any

official, agent or employee of the bidder has entered into any agreement, participated in any collusion, or otherwise taken any

action which is in restraint of free competitive bidding in connection with any bid or contract, that the bidder has not been convicted

of violating N.C.G.S. § 133-24 within the last three years, and that the Bidder intends to do the work with its own bonafide

employees or subcontractors and is not bidding for the benefit of another contractor.

In addition, execution of this bid in the proper manner also constitutes the Bidder's certification of status under penalty of perjury

under the laws of the United States in accordance with the Debarment Certification attached, provided that the Debarment

Certification also includes any required statements concerning exceptions that are applicable.

N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone

with a contract with the State, or from any person seeking to do business with the State. By execution of any response in this

procurement, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been

offered, accepted, or promised by any employees of your organization.

SIGNATURE OF CONTRACTOR

Name of Contractor Print or type Individual name

Address as Prequalified

Signature of Contractor, Individually

Print or type Signer's Name

Signature of Witness

Print or type Signer’s name

AFFIDAVIT MUST BE NOTARIZED

Subscribed and sworn to before me this the

_____ day of _____________________ 20__.

Signature of Notary Public

of ____________________________County

State of ______________________________

My Commission Expires:________________

NOTARY SEAL

ST-264 CITY OF DURHAM

78

DEBARMENT CERTIFICATION

Conditions for certification:

1. The prequalified bidder shall provide immediate written notice to the Municipality if at any

time the bidder learns that his certification was erroneous when he submitted his debarment

certification or explanation filed with the Municipality, or has become erroneous because of

changed circumstances.

2. The terms covered transaction, debarred, suspended, ineligible, lower tier covered

transaction, participant, person, primary covered transaction, principal, proposal, and

voluntarily excluded, as used in this provision, have the meanings set out in the Definitions

and Coverage sections of the rules implementing Executive Order 12549. A copy of the

Federal Rules requiring this certification and detailing the definitions and coverages may be

obtained from the Municipality project representative.

3. The prequalified bidder agrees by submitting this form, that he will not knowingly enter into

any lower tier covered transaction with a person who is debarred, suspended, declared

ineligible, or voluntarily excluded from participation in Municipal contracts, unless authorized

by the Municipality.

4. For Federal Aid projects, the prequalified bidder further agrees that by submitting this form he

will include the Federal-Aid Provision titled Required Contract Provisions Federal-Aid

Construction Contract (Form FHWA PR 1273) provided by the Municipality, without

subsequent modification, in all lower tier covered transactions.

5. The prequalified bidder may rely upon a certification of a participant in a lower tier covered

transaction that he is not debarred, suspended, ineligible, or voluntarily excluded from the

covered transaction, unless he knows that the certification is erroneous. The bidder may decide

the method and frequency by which he will determine the eligibility of his subcontractors.

6. Nothing contained in the foregoing shall be construed to require establishment of a system of

records in order to render in good faith the certification required by this provision. The

knowledge and information of a participant is not required to exceed that which is normally

possessed by a prudent person in the ordinary course of business dealings.

7. Except as authorized in paragraph 6 herein, the Municipality may terminate any contract if the

bidder knowingly enters into a lower tier covered transaction with a person who is suspended,

debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition

to other remedies available by the Federal Government.

ST-264 CITY OF DURHAM

79

DEBARMENT CERTIFICATION

The prequalified bidder certifies to the best of his knowledge and belief, that he and his principals:

a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from covered transactions by any Federal department or agency;

b. Have not within a three-year period preceding this proposal been convicted of or had a civil

judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records; making false statements; or receiving stolen property;

c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental

entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph b. of this certification; and

d. Have not within a three-year period preceding this proposal had one or more public

transactions (Federal, State or local) terminated for cause or default.

e. Will submit a revised Debarment Certification immediately if his status changes and will show

in his bid proposal an explanation for the change in status.

If the prequalified bidder cannot certify that he is not debarred, he shall provide an explanation with this submittal. An explanation will not necessarily result in denial of participation in a contract.

Failure to submit a non-collusion affidavit and debarment certification will result in the

prequalified bidder's bid being considered non-responsive.

Check here if an explanation is attached to this certification.

ST-264 CITY OF DURHAM

80

ITEM SHEETS BUXTON RIDDLE ROAD

Item No

Section No

Item Description Units QTY Unit Price Item Cost

1 800 MOBILIZATION LS 1

2 801 CONSTRUCTION SURVEYING LS 1

3 801 SUPPLEMENTAL FIELD SURVEYING HR 20

4 801 SUPPLEMENTAL SURVEYING OFFICE CALCULATION HR 20

5 225 UNDERCUT EXCAVATION CY 300

6 226 GRADING LS 1

7 260 PROOF ROLLING HR 15

8 300 FOUNDATION CONDITIONING MATERIAL, MINOR STRUCTURES TON 225

9 310 15" RC PIPE CULVERTS, CLASS III LF 780

10 310 18" RC PIPE CULVERTS, CLASS III LF 880

11 310 24" RC PIPE CULVERTS, CLASS III LF 240

12 310 48" RC PIPE CULVERTS, CLASS III LF 100

13 310 15" CS PIPE CULVERTS, 0.064" THICK LF 60

14 340 PIPE REMOVAL LF 1,100

15 SP #57 STONE TON 100

16 505 SHALLOW UNDERCUT CY 60

17 505 CLASS IV SUBGRADE STABILIZATION TON 200

18 SP GEOTEXTILE FOR PAVEMENT STABILIZATION SY 175

19 520 AGGREGATE BASE COURSE TON 2,500

20 607 MILLING ASPHALT PAVEMENT, 1 1/2" DEPTH SY 7,000

21 607 INCIDENTAL MILLING SY 150

22 610 ASPHALT CONC. BASE COURSE, TYPE B25.0C TON 2,000

23 610 ASPHALT CONC. INTERMEDIATE COURSE, TYPE I19.0C TON 1,500

24 610 ASPHALT CONC. SURFACE COURSE, TYPE S9.5C TON 2,000

25 620 ASPHALT BINDER FOR PLANT MIX, GRADE PG 64-22 TON 160

26 620 ASPHALT BINDER FOR PLANT MIX, GRADE PG 70-22 TON 120

ST-264 CITY OF DURHAM

81

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

27 806 RIGHT OF WAY MARKERS EA 19

28 828 TEMPORARY STEEL PLATE COVERS FOR MASONRY DRAINAGE EA 3

29 840 PIPE COLLAR CY 1

30 840 MASONRY DRAINAGE STRUCTURES EA 29

31 840 MASONRY DRAINAGE STRUCTURES LF 6

32 840 FRAME WITH TWO GRATES, STD 840.16 EA 5

33 840 FRAME WITH GRATE & HOOD, STD 840.03, TYPE "E" EA 19

34 840 FRAME WITH GRATE & HOOD, STD 840.03, TYPE "F" EA 3

35 840 FRAME WITH GRATE & HOOD, STD 840.03, TYPE "G" EA 11

36 840 FRAME WITH COVER, STD 840.54 EA 6

37 SP UNDERGROUND DETENTION CONTROL STRUCTURE 5A EA 1

38 SP UNDERGROUND DETENTION CONTROL STRUCTURE 6A EA 1

39 846 1'-6" CONCRETE CURB & GUTTER LF 200

40 846 2'-6" CONCRETE CURB & GUTTER LF 3,800

41 848 4" CONCRETE SIDEWALK SY 2,000

42 848 6" CONCRETE SIDEWALK SY 30

43 848 CONCRETE WHEELCHAIR RAMPS EA 20

44 848 6" CONCRETE DRIVEWAY SY 350

45 850 4" CONCRETE PAVED DITCH SY 2

46 852 4" CONCRETE ISLAND COVERS SY 90

47 858 ADJUSTMENT OF CATCH BASINS EA 1

48 858 ADJUSTMENT OF MANHOLES EA 20

49 858 ADJUSTMENT OF METER BOXES OR VALVE BOXES EA 15

50 859 CONVERT EXISTING CATCH BASIN TO JUNCTION BOX WITH MH COVER

EA 1

51 862 STEEL BM GUARDRAIL LF 225

52 SP IMPACT ATTENUATOR UNITS, TL-2 EA 2

ST-264 CITY OF DURHAM

82

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

53 876 RIP RAP, CLASS B TON 15

54 876 FILTER FABRIC FOR DRAINAGE SY 30

55 901 CONTRACTOR FURNISHED, TYPE "E" SIGN SF 150

56 903 SUPPORTS, 3-LB STEEL U-CHANNEL LF 375

57 904 SIGN ERECTION, TYPE E EA 18

58 904 SIGN ERECTION, RELOCATE, TYPE E (GROUND MOUNTED) EA 6

59 907 DISPOSAL OF SIGN SYSTEM, U-CHANNEL EA 4

60 907 DISPOSAL OF SUPPORT, U-CHANNEL EA 5

61 1110 WORK ZONE SIGNS (STATIONARY) SF 175

62 1110 WORK ZONE SIGNS (PORTABLE) SF 400

63 1110 WORK ZONE SIGNS (BARRICADE MOUNTED) SF 150

64 1115 FLASHING ARROW PANELS, TYPE C EA 2

65 1120 PORTABLE CHANGEABLE MESSAGE SIGN EA 4

66 1130 DRUMS EA 250

67 1135 CONES EA 100

68 1145 BARRICADES (TYPE III) LF 80

69 1150 FLAGGER HR 100

70 1165 TMA EA 2

71 1180 SKINNY DRUM EA 100

72 SP TEMPORARY CONSTRUCTION ENTRANCE EA 2

73 1205 THERMOPLASTIC PAVEMENT MARKING LINES (4", 90 MILS) LF 1,350

74 1205 THERMOPLASTIC PAVEMENT MARKING LINES (4", 120 MILS) LF 9,200

75 1205 THERMOPLASTIC PAVEMENT MARKING LINES (8", 90 MILS) LF 400

76 1205 THERMOPLASTIC PAVEMENT MARKING LINES (8", 120 MILS) LF 625

77 1205 THERMOPLASTIC PAVEMENT MARKING LINES (24", 120 MILS) LF 340

78 1205 THERMOPLASTIC PAVEMENT CHARACTER (120 MILS) EA 16

ST-264 CITY OF DURHAM

83

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

79 1205 THERMOPLASTIC PAVEMENT SYMBOL (90 MILS) EA 59

80 1205 PAINT PAVEMENT MARKING LINES (4") LF 13,000

81 1205 PAINT PAVEMENT MARKING LINES (24") LF 225

82 1205 PAINT PAVEMENT MARKING SYMBOL EA 15

83 1205 REMOVAL OF PAVEMENT MARKING LINES (4") LF 7,500

84 1205 REMOVAL OF PAVEMENT MARKING LINES (24") LF 150

85 1205 REMOVAL OF PAVEMENT MARKING SYMBOLS & CHARACTERS EA 8

86 1253 SNOWPLOWABLE PAVEMENT MARKERS EA 235

87 1515 RELOCATE WATER METER EA 10

88 1515 RELOCATE FIRE HYDRANT EA 2

89 1631 TEMPORARY SILT FENCE LF 3,300

90 SP TREE PROTECTION FENCE LF 200

91 1610 STONE FOR EROSION CONTROL, CLASS A TON 16

92 1610 STONE FOR EROSION CONTROL, CLASS B TON 90

93 1610 SEDIMENT CONTROL STONE TON 140

94 1615 TEMPORARY MULCHING ACR 1

95 1620 FERTILIZER FOR TEMPORARY SEEDING TON 0

96 1630 SILT EXCAVATION CY 1,500

97 SP SYNTHETIC ROVING SY 700

98 SP COIR FIBER BAFFLES LF 100

99 SP 1.5" SKIMMER EA 1

100 1660 SEEDING & MULCHING ACR 2

101 1660 MOWING ACR 1

102 1662 SEED FOR REPAIR SEEDING LB 50

103 1661 FERTILIZER FOR REPAIR SEEDING TON 0.25

104 1662 SEED FOR SUPPLEMENTAL SEEDING LB 40

ST-264 CITY OF DURHAM

84

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

105 1665 FERTILIZER TOPDRESSING TON 0.32

106 1705 PEDESTRIAN SIGNAL HEAD (12", 1 SECTION) EA 8.00

107 1705 SIGNAL CABLE LF 2,605.00

108 1705 VEHICLE SIGNAL HEAD (12", 1 SECTION) EA 4.00

109 1705 VEHICLE SIGNAL HEAD (12", 3 SECTION) EA 3.00

110 1705 VEHICLE SIGNAL HEAD (12", 4 SECTION) EA 1.00

111 1705 VEHICLE SIGNAL HEAD (12", 5 SECTION) EA 1.00

112 1706 BACKPLATE EA 9.00

113 1715 TRACER WIRE LF 2,070.00

114 1715 TRENCHING (UNPAVED) LF 2,100.00

115 1715 DIRECTIONAL DRILL POLYETHYLENE, 2" (2 CONDUITS) LF 995.00

116 1716 JUNCTION BOX (STANDARD SIZE) EA 13.00

117 1716 JUNCTION BOX (OVER-SIZED) EA 11.00

118 1721 GUY ASSEMBLY EA 2.00

119 1722 2" RISER WITH HEAT SHRINK TUBING EA 2.00

120 1725 INDUCTIVE LOOP SAWCUT LF 1,920.00

121 1726 TYPE 2 LEAD-IN CABLE LF 4,015.00

122 1730 COMMUNICATIONS DROP CABLE (12 FIBER) LF 310.00

123 1730 COMMUNICATIONS CABLE (12 FIBER) LF 2,650.00

124 1730 COMMUNICATIONS CABLE (24 FIBER) LF 740.00

125 1731 INTERCONNECT CENTER EA 2.00

126 1732 FIBER-OPTIC TRANSCEIVER EA 1.00

127 SP SIGNAL SUPPORT MAST ARM WITH METAL POLE EA 5.00

128 SP METAL SIGNAL POLE FOUNDATION EA 5.00

129 SP SOIL TEST EA 5.00

130 1743 TYPE I POST WITH FOUNDATION EA 8.00

ST-264 CITY OF DURHAM

85

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

131 1743 TYPE II POST WITH FOUNDATION EA 2.00

132 SP MASTARM WITH METAL POLE DESIGN EA 5.00

133 1745 SIGN FOR SIGNALS EA 7.00

134 1750 SIGNAL CABINET FOUNDATION EA 1.00

135 1752 CONDUIT ENTRANCE INTO EXISTING FOUNDATION EA 1.00

136 1751 CONTROLLER WITH CABINET (TYPE 170E, BASE MOUNTED) EA 1.00

137 1751 CONTROLLER WITH CABINET (TYPE 170E, POLE MOUNTED) EA 1.00

138 1751 DETECTOR CHANNEL (TYPE 170) EA 20.00

139 SP NEW ELECTRICAL SERVICE EA 1.00

140 SP VIDEO TRANSCEIVER EA 1.00

141 SP CCTV ASSEMBLY EA 1.00

142 SP CCTV POLE MOUNTED CABINET EA 1.00

143 SP COMMUNICATIONS CABLE REMOVAL LF 2,020.00

144 SP RETAINING WALL SF 200.00

145 SP BOLLARDS (HINGED AND UNHINGED) EA 6.00

TOTAL #1

ST-264 CITY OF DURHAM

86

ITEM SHEETS FAYETTEVILLE ROAD

Item No

Section No

Item Description Units QTY Unit Price Item Cost

1 800 MOBILIZATION LS 1

2 801 CONSTRUCTION SURVEYING LS 1

3 801 SUPPLEMENTAL FIELD SURVEYING HR 100

4 801 SUPPLEMENTAL SURVEYING OFFICE CALCULATIONS HR 100

5 200 CLEARING & GRUBBING (14.5 ACRES) LS 1

6 200 SUPPLEMENTARY CLEARING & GRUBBING AC 1

7 225 UNCLASSIFIED EXCAVATION CY 6,053

8 225 UNDERCUT EXCAVATION CY 500

9 230 BORROW EXCAVATION CY 63,550

10 240 DRAINAGE DITCH EXCAVATION CY 75

11 250 REMOVAL OF EXISTING ASPHALT SY 18,785

12 260 PROOF ROLLING HR 10

13 265 SELECT GRANULAR MATERIAL CY 17

14 270 GEOTEXTILE FOR SOIL STABILIZATION SY 1,350

15 300 FOUNDATION CONDITIONING MATERIAL, MINOR STRUCTURES TON 4,611

16 300 FOUNDATION CONDITIONING GEOTEXTILE SY 17,400

17 305 15" DRAINAGE PIPE LF 248

18 305 18" DRAINAGE PIPE LF 60

19 305 24" DRAINAGE PIPE LF 190

20 310 15" SIDE DRAIN PIPE LF 24

21 310 18" SIDE DRAIN PIPE LF 72

22 310 15" RC PIPE CULVERTS, CLASS III LF 360

23 310 18" RC PIPE CULVERTS, CLASS III LF 180

24 310 24" RC PIPE CULVERTS, CLASS III LF 44

25 310 15" RC PIPE CULVERTS, CLASS IV LF 2,400

26 310 18" RC PIPE CULVERTS, CLASS IV LF 696

ST-264 CITY OF DURHAM

87

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

27 310 24" RC PIPE CULVERTS, CLASS IV LF 76

28 310 15" CS PIPE ELBOW, 0.064" THICK EA 6

29 310 24" CS PIPE ELBOW, 0.064" THICK EA 4

30 340 PIPE REMOVAL LF 621

31 350 PIPE CLEANOUT EA 3

32 500 FINE GRADING (55,900 SY) LS 1

33 SP #57 STONE TON 150

34 505 SHALLOW UNDERCUT CY 250

35 505 CLASS IV SUBGRADE STABILIZATION TON 750

36 SP GEOTEXTILE FOR PAVEMENT STABILIZATION SY 10,000

37 520 AGGREGATE BASE COURSE TON 12,800

38 545 INCIDENTAL STONE BASE TON 300

39 560 SHOULDER BORROW CY 375

40 600 PRIME COAT GAL 580

41 607 MILLING ASPHALT PAVEMENT, 1 1/2" DEPTH SY 27,798

42 607 INCIDENTAL MILLING SY 1,685

43 610 ASPHALT CONC. BASE COURSE, TYPE B25.0C TON 7,180

44 610 ASPHALT CONC. INTERMEDIATE COURSE, TYPE I19.0C TON 7,000

45 610 ASPHALT CONC. SURFACE COURSE, TYPE S9.5C TON 8,500

46 620 ASPHALT BINDER FOR PLANT MIX, GRADE PG 64-22 TON 675

47 620 ASPHALT BINDER FOR PLANT MIX, GRADE PG 70-22 TON 525

48 654 ASPHALT PLANT MIX, PAVEMENT REPAIR TON 100

49 806 RIGHT OF MARKERS EA 37

50 828 TEMPORARY STEEL PLATE COVERS FOR MASONRY DRAINAGE STR'S.

EA 5

51 840 PIPE COLLAR CY 1

52 840 PIPE PLUG CY 1

ST-264 CITY OF DURHAM

88

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

53 SP FLOWABLE FILL CY 51

54 840 MASONRY DRAINAGE STRUCTURES EA 72

55 840 MASONRY DRAINAGE STRUCTURES LF 59

56 840 FRAME WITH GRATE, STD 840.16 EA 12

57 840 FRAME WITH TWO GRATES, STD 840.24 EA 3

58 840 FRAME WITH GRATE & HOOD, STD 840.03, TYPE "E" EA 11

59 840 FRAME WITH GRATE & HOOD, STD 840.03, TYPE "F" EA 21

60 840 FRAME WITH GRATE & HOOD, STD 840.03, TYPE "G" EA 19

61 840 FRAME WITH COVER, STD 840.54 EA 9

62 852 CONCRETE TRANSITIONAL SECTION FOR CATCH BASIN EA 8

63 846 1'-6" CONCRETE CURB & GUTTER LF 7,930

64 846 2'-6" CONCRETE CURB & GUTTER LF 10,550

65 848 4" CONCRETE SIDEWALK SY 5,005

66 848 6" CONCRETE SIDEWALK SY 150

67 848 CONCRETE CURB RAMPS EA 45

68 848 6" CONCRETE DRIVEWAY SY 770

69 852 5" MONOLITHIC CONCRETE ISLANDS (KEYED IN) SY 780

70 858 ADJUSTMENT OF MANHOLES EA 28

71 858 ADJUSTMENT OF METER BOXES OR VALVE BOXES EA 18

72 859 CONVERT EXISTING CATCH BASIN TO JUNCTION BOX WITH MH COVER

EA 1

73 859 CONVERT EXISTING DROP INLET TO JUNCTION BOX EA 2

74 862 STEEL BM GUARDRAIL LF 750

75 SP IMPACT ATTENUATOR UNITS, TL-2 EA 4

76 864 REMOVE & RESET EXISTING GUARDRAIL LF 250

77 867 CHAIN LINK FENCE RESET LF 160

78 SP METAL FENCE RESET LF 135

ST-264 CITY OF DURHAM

89

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

79 SP BOLLARDS (HINGED AND UNHINGED) EA 12

80 876 RIP RAP, CLASS I TON 36

81 876 RIP RAP, CLASS B TON 37

82 876 GEOTEXTILE FOR DRAINAGE SY 600

83 901 CONTRACTOR FURNISHED, TYPE "E" SIGN SF 410

84 903 SUPPORTS, 3-LB STEEL U-CHANNEL LF 1,485

85 904 SIGN ERECTION, TYPE E EA 80

86 904 SIGN ERECTION, RELOCATE, TYPE D (GROUND MOUNTED) EA 13

87 904 SIGN ERECTION, RELOCATE, TYPE E (GROUND MOUNTED) EA 58

88 SP TRAIL SIGN RESET EA 2

89 SP SOLITE PARK SIGN, RELOCATE EA 1

90 SP UDI INDUSTRIAL PARK ENTRANCE SIGN, RELOCATE EA 2

91 907 DISPOSAL OF SIGN SYSTEM, U-CHANNEL EA 8

92 907 DISPOSAL OF SUPPORT, U-CHANNEL EA 57

93 907 DISPOSAL OF SIGN D, E, OR F EA 2

94 1110 WORK ZONE SIGNS (STATIONARY) SF 225

95 1110 WORK ZONE SIGNS (PORTABLE) SF 300

96 1110 WORK ZONE SIGNS (BARRICADE MOUNTED) SF 360

97 1115 FLASHING ARROW BOARD EA 2

98 1120 PORTABLE CHANGEABLE MESSAGE SIGN EA 6

99 1130 DRUMS EA 200

100 1145 BARRICADES (TYPE III) LF 816

101 1150 FLAGGER HR 1,000

102 1165 TMA EA 2

103 1170 WATER FILLED BARRIER LF 300

104 1170 RESET WATER FILLED BARRIER LF 300

ST-264 CITY OF DURHAM

90

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

105 SP LAW ENFORCEMENT HR 40

106 1180 SKINNY DRUM EA 200

107 1251 TEMPORARY RAISED PAVEMENT MARKERS EA 500

108 1205 THERMOPLASTIC PAVEMENT MARKING LINES (4", 90 MILS) LF 3,700

109 1205 THERMOPLASTIC PAVEMENT MARKING LINES (4", 120 MILS) LF 18,600

110 1205 THERMOPLASTIC PAVEMENT MARKING LINES (8", 90 MILS) LF 1,300

111 1205 THERMOPLASTIC PAVEMENT MARKING LINES (8", 120 MILS) LF 2,600

112 1205 THERMOPLASTIC PAVEMENT MARKING LINES (24", 120 MILS) LF 2,000

113 1205 THERMOPLASTIC PAVEMENT CHARACTER (120 MILS) EA 2

114 1205 THERMOPLASTIC PAVEMENT SYMBOL (90 MILS) EA 158

115 1205 PAINT PAVEMENT MARKING LINES (4") LF 57,400

116 1205 PAINT PAVEMENT MARKING LINES (8") LF 3,900

117 1205 PAINT PAVEMENT MARKING LINES (24") LF 4,400

118 1205 PAINT PAVEMENT MARKING CHARACTER EA 2

119 1205 PAINT PAVEMENT MARKING SYMBOL EA 126

120 1205 REMOVAL OF PAVEMENT MARKING LINES (4") LF 28,000

121 1205 REMOVAL OF PAVEMENT MARKING LINES (8") LF 3,000

122 1205 REMOVAL OF PAVEMENT MARKING LINES (24") LF 970

123 1205 REMOVAL OF PAVEMENT MARKING SYMBOLS & CHARACTERS EA 60

124 1253 SNOWPLOWABLE PAVEMENT MARKERS EA 675

125 1264 OBJECT MARKERS (TYPE 1) EA 2

126 1515 RELOCATE FIRE HYDRANT EA 8

127 1605 TEMPORARY SILT FENCE LF 9,650

128 SP TREE PROTECTION FENCE LF 1,020

129 SP CATCH BASIN DRAIN FILTER SOCKS "SILT SOCK" EA 17

130 SP TEMPORARY CONSTRUCTION ENTRANCE EA 5

ST-264 CITY OF DURHAM

91

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

131 1610 STONE FOR EROSION CONTROL, CLASS A TON 185

132 1610 STONE FOR EROSION CONTROL, CLASS B TON 110

133 1610 SEDIMENT CONTROL STONE TON 405

134 1615 TEMPORARY MULCHING ACR 13

135 1620 SEED FOR TEMPORARY SEEDING LB 1,200

136 1620 FERTILIZER FOR TEMPORARY SEEDING TON 6

137 1630 SILT EXCAVATION CY 2,000

138 1631 MATTING FOR EROSION CONTROL SY 6,570

139 SP PERMANENT SOIL REINFORCEMENT MAT SY 425

140 1632 1/4" HARDWIRE CLOTH LF 1,920

141 SP 12" TEMPORARY PIPE LF 20

142 SP 15" TEMPORARY PIPE LF 40

143 SP WATTLE LF 54

144 SP POLYACRYLAMIDE (PAM) LB 12

145 1640 COIR FIBER BAFFLES LF 270

146 SP 1.5" SKIMMER EA 1

147 SP 2.0" SKIMMER EA 1

148 1660 SEEDING & MULCHING ACR 18

149 1660 MOWING ACR 12

150 1661 SEED FOR REPAIR SEEDING LB 150

151 1661 FERTILIZER FOR REPAIR SEEDING TON 1

152 1662 SEED FOR SUPPLEMENTAL SEEDING LB 450

153 1665 FERTILIZER TOPDRESSING TON 12

154 1705 PEDESTRIAN SIGNAL HEAD (16", 1 SECTION WITH COUNTDOWN) EA 36

155 1705 SIGNAL CABLE LF 16,455

156 1705 VEHICLE SIGNAL HEAD (12", 3 SECTION) EA 71

ST-264 CITY OF DURHAM

92

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

157 1705 VEHICLE SIGNAL HEAD (12", 4 SECTION) EA 3

158 1705 VEHICLE SIGNAL HEAD (12", 5 SECTION) EA 5

159 1710 MESSENGER CABLE (1/4") LF 2,370

160 1715 TRACER WIRE LF 3,395

161 1715 UNPAVED TRENCHING (2 conduits, 2 inch) LF 7,305

162 1715 DIRECTIONAL DRILL (2 conduits, 2 inch) LF 2,195

163 1716 JUNCTION BOX (STANDARD SIZE) EA 50

164 1716 JUNCTION BOX (OVER-SIZED, HEAVY DUTY) EA 10

165 1720 WOOD POLE EA 11

166 1721 GUY ASSEMBLY EA 23

167 1722 1/2" RISER WITH WEATHERHEAD EA 5

168 1722 1" RISER WITH WEATHERHEAD EA 1

169 1725 INDUCTIVE LOOP SAWCUT LF 7,340

170 1726 LEAD-IN CABLE (14-2) LF 23,895

171 1730 COMMUNICATIONS CABLE (24 FIBER) LF 3,775

172 1730 DROP CABLE LF 1,175

173 1731 SPLICE ENCLOSURE EA 2

174 1731 MODIFY SPLICE ENCLOSURE EA 3

175 1731 INTERCONNECT CENTER EA 4

176 1732 FIBER-OPTIC TRANSCEIVER, SELF-HEALING RING EA 3

177 1734 REMOVE EXISTING COMMUNICATIONS CABLE LF 3,110

178 SP METAL STRAIN SIGNAL POLE EA 2

179 SP METAL POLE WITH SINGLE MAST ARM EA 10

180 SP SOIL TEST EA 12

181 SP DRILLED PIER FOUNDATION* CY 67

ST-264 CITY OF DURHAM

93

Item No

Section No

Item Description Units Quantity Unit Price Item Cost

182 SP METAL STRAIN POLE DESIGN EA 2

183 SP MAST ARM WITH METAL POLE DESIGN EA 10

184 1745 SIGN FOR SIGNALS EA 38

185 1743 TYPE I POST WITH FOUNDATION EA 26

186 1743 TYPE II PEDESTAL WITH FOUNDATION EA 5

187 1743 TYPE III PEDESTAL WITH FOUNDATION EA 4

188 1747 LED BLANKOUT SIGN EA 5

189 1750 SIGNAL CABINET FOUNDATION EA 3

190 1752 CONDUIT ENTRANCE INTO EXISTING FOUNDATION EA 2

191 1751 CONTROLLER ONLY (TYPE 2070L) EA 1

192 1751 CONTROLLER WITH CABINET (TYPE 2070L, BASE MOUNTED) EA 3

193 1751 DETECTOR CARD (TYPE 2070L) EA 37

194 1753 CABINET BASE EXTENDER EA 3

195 SP METAL POLE FOUNDATION REMOVAL EA 2

196 SP METAL POLE REMOVAL EA 2

197 SP RELOCATE EXISTING CCTV CAMERA SSEMBLY EA 1

198 SP RELOCATE EXISTING FIELD EQUIPMENT CABINET EA 1

199 SP RELOCATE EXISTING COMMUNICATIONS EQUIPMENT EA 1

200 SP RELOCATE EXISTING ELECTRICAL SERVICE EA 1

201 SP RELOCATE EXISTING WOOD POLE EA 1

202 SP RELOCATE EXISTING WIRELESS RADIO EQUIPMENT EA 1

203 SP PROVIDE AND INSTALL RRFB PER DESIGN EA 1

TOTAL #2

GRAND TOTAL (TOTAL #1 + TOTAL #2)________________________________

APPENDIX A

UNDERUTILIZED BUSINESS ENTERPRISE (UBE)

REQUIREMENTS AND CONSTRUCTION FORMS

CONTRACT: ST-264

This page intentionally left blank

EO/EA CONSTRUCTION PROJECT MANUAL STATEMENT

It is the policy of the City to provide equal opportunities for City contracting to underutilized businesses owned by minorities and women doing business in the City’s Contracting Marketplace. It is further the policy of the City to prohibit discrimination against any firm in pursuit of these opportunities, to conduct its contracting activities so as to prevent such discrimination, to correct the present effects of past discrimination and to resolve complaints of discrimination. This policy applies to construction contracting. The City’s Department of Equal Opportunity / Equity Assurance Department has reviewed this proposed project and established Underutilized Business Enterprise (UBE) participation goals: Minority Business Enterprise (MUBE)-11% and Woman Business Enterprise (WUBE)-7%. A listing of firms from the HUB database is included in this project manual. Bidders may also use firms currently certified as MUBES and WUBES by N.C. D.O.T. and the SBA 8(a) Program to meet the participation requirements. The bids will be evaluated and the contract awarded in accordance with statutory public

contract requirements and as supplemented by the City of Durham’s Equal Business Opportunity Program Construction Forms included with this bid. The following forms are mandatory and must be filled out and returned with the bid proposal.

A. Bid Forms B. Non-Collusion Affidavit C. Bidder Safety Evaluation Questionnaire D. *** BID BOND IF applicable**** E. Equal Business Opportunity Program Construction Forms

1. Forms E-101 UBE Participation On Base Bid and/or E-102 UBE Participation On Bid Alternate

2. Form E-104 Employee Breakdown

Any bids submitted without these completed forms may be deemed as “non-responsive”. If there are any questions or problems in filling out the UBE forms, please contact:

City of Durham

Equal Opportunity/Equity Assurance Department (919) 560-4180

CITY OF DURHAM

EQUAL BUSINESS

OPPORTUNITYPROGRAM

CONSTRUCTION FORMS

Revised 3/2016

*

Phone: 919-560-4180

Facsimile: 919-560-4513

Street Address:

101 City Hall Plaza (Annex)

Durham, North Carolina 27701

2

INSTRUCTIONS ON UBE REQUIREMENTS

FOR USE IN BIDDING ON CONSTRUCTION PROJECTS WITH THE CITY OF DURHAM

These instructions summarize the provisions of the City of Durham’s Equal Business Opportunity Ordinance as it applies to the bid process. Of course, as with any summary, it cannot reflect all of the ordinance.

QUESTIONS AND ANSWERS ON UBE REQUIREMENTS

1. What is the purpose of the City’s Equal Business Opportunity (EBO) program? The City Manager has set UBE goals for certain contract classifications. There will be a goal for UBEs owned by minorities and a goal for UBEs owned by women. For the bid to be fully considered by the City, the bid needs to meet the established goals or the bidder needs to have made good-faith efforts to subcontract with UBEs in order to meet the goals. In order to be given credit for making those good-faith efforts, the bidder must provide written documentation of those good-faith efforts. That written documentation must be submitted to the City within 2 days after the bid opening unless a different time is stated by the City. See the instructions below regarding Form E-107.

2. What is an ―UBE‖? It means an Underutilized Business Enterprise. An UBE is a business, certified

by the N. C. Department of Administration HUB Office, N.C. Department of Transportation or the

U.S. Small Business Administration Section 8(a) Business Development Program as a minority or

women business enterprise. The qualifying UBE needs to have its certification from one of the

above named entities before the bid opening if it is to count toward meeting the goals. Failure to

provide evidence of UBE status may disqualify the firm’s participation for the purpose of meeting

UBE goals

For purposes of this document and associated forms, any reference to an “UBE,” or similar reference shall

include reference to a qualified women or minority owned firm certified and approved in accordance with

the above paragraphs.

3. What UBE forms must a bidder or contractor turn in to the City, and when?

Name or description of form Necessary to submit this form? When to submit it?

E-101 (UBE PARTICIPATION

ON BASE BID)

Always With the bid

E-102 (UBE PARTICIPATION

ON BID ALTERNATE)

Yes, if there are alternates. Use a

separate form for each alternate.

With the bid

E-103 reserved for future use) n/a n/a

E-104 (EMPLOYEE BREAKDOWN)

Yes or a EEO-1 form if large enough to report employment statistics to the federal government.

With the bid

3

UBE forms continued

E-105 (STATEMENT OF

INTENT TO PERFORM AS

SUBCONTRACTOR)

Yes, if the bidder proposes to

count any subcontracts with

UBEs towards the UBE goals

Within 5 days after bid

opening unless a

different time is stated

by the City.

E-106 (REQUEST TO CHANGE

UBE PARTICIPATION AFTER

BID OPENING)

Yes, if the bidder or contractor proposes certain changes in its subcontracting

Not with the bid. Once the bidder is identified as the apparent lowest responsible bidder, this form is due before the bidder/contractor can make the proposed change.

E-107 (QUESTIONNAIRE ON

BIDDER’S GOOD-FAITH

EFFORTS)

Yes, if the bidder fails to meet the

UBE goals. Do not turn in if the

bidder met the goals.

Within 2 days after bid

opening unless a

different time is stated

by the City

Good-faith documentation Yes, if the bidder failed to

meet the UBE goals.

Within 2 days after bid

opening unless a

different time is stated

by the City

4

4. If a bidder fails to meet the UBE goals, can it still be awarded the contract? Bidders that do not meet the goals but demonstrate good-faith efforts are treated equally to those that meet the goals. Awarding a contract is ultimately the decision of the City Council, which considers compliance with the EBO ordinance along with other matters.

5. In making good-faith efforts, what UBEs should a potential bidder contact? The City provides a

list of UBEs that have been certified by the N. C. Department of Administration HUB Office, as a

minority or women business enterprise for particular trades, services, goods, etc. Potential bidders

should contact UBEs listed for the work that can be subcontracted.

6. Our firm already has employees who can do the work and does not want to subcontract that

work. How does this fit in? The purpose of the EBO ordinance is to change business practices that

would otherwise occur, by giving opportunities to under-used segments of the economy. If the bidder

does not meet the goals, its good-faith efforts will be examined as with any other bidder that did not meet

the goals.

7. If the bidder contacts an underutilized business enterprise owned by a minority or woman that

could become a UBE, will that count toward good-faith efforts? This contact will not count unless the

firm that you contact is certified by the N. C. Department of Administration HUB Office, N.C. Department

of Transportation or the U.S. Small Business Administration Section (a) Business Development Program

as a minority or women business enterprise before the bids are opened. In making good-faith efforts, let

us suppose that a potential bidder contacts firms that could qualify to be UBEs. If those firms have their

certification from the previously identified authorities at the time of the bid opening, those contacts will

count towards good-faith efforts. But there is a risk, because getting certification takes time.

8. Do all subcontracts with UBEs count? The City will count as UBE participation only expenditures to an

UBE that performs a commercially-useful function in the relevant work. An UBE performs such a function

when the minority or women business owners themselves are actually involved in performing, managing,

and supervising a distinct element of the work. To determine whether those requirements are met, the

City takes into account the amount of work subcontracted, industry practices, the adequacy of the

resources of the UBE for the work, the qualifications, such as possession of licenses, permits, and

professional designations of the minority and women owners, and other relevant factors. For example, if

an UBE lacks substantially all of the resources equipment and personnel to do the work it shall be

presumed not to perform a commercially-useful function. The EBO ordinance includes more points to

consider on this issue.

9. May an UBE enter into subcontracts? This question arises in two situations: (1) the bidder is an

UBE and (2) the bidder is subcontracting with an UBE. Consistent with normal industry practices, an

UBE may enter into subcontracts. If an UBE subcontracts a significantly greater portion of the work of

the contract than would be expected on the basis of normal industry practices, the UBE shall be

presumed not to be performing a commercially-useful function. The UBE may present evidence to

rebut this presumption to the City.

10. What does it mean to say that information must be submitted ―with the bid‖? Unless bidders are given other written instructions from the City, it means that the information must be in a sealed envelope, delivered to the same place where a bid can be delivered, and before the time set for the bid opening. Unless bidders are given other written instructions from the City, the information can be either in the same envelope as the bid or in a separate envelope. If it is a separate envelope, the outside of the envelope must state the same information that is required on the bid envelope, and that it contains UBE forms.

5

11. When the chart in question 3 says that a form can be submitted 2 days or 5 days after the bid

opening, exactly when is it due? Where is it to be submitted?

. The form must be submitted to the City’s EOEA Department, located at 101 City Hall Annex or

faxed/emailed to (919) 560-4513, so that it is received within 2 days or 5 days (whichever applies

according to the chart) after the bid opening. If the form is faxed/emailed, it must be received before

midnight on that 2nd

or 5th

day. If it is delivered by any other means, it must be received before 5:00 PM.

In counting these 2 days or 5 days, exclude the following: the day of the bid opening, Saturday, Sunday,

and holidays observed by city government of the City of Durham. For instance, for a form due in 2 days, if

the bid opening is on a Thursday, the due date for the form would be on the following Monday (midnight if

faxed, otherwise 5:00 PM). If the day after the bid opening or that Monday is a City holiday, the form would

be due on Tuesday. For a form due in 5 days, if the bid opening were on Tuesday, the due date for the

form would be on the following Tuesday (midnight if faxed, otherwise 5:00 PM). If any weekday between

those Tuesdays is a City holiday or if the Tuesday on which the form would be due is a City holiday, the

form would be due on Wednesday. It is best to place the documents inside an envelope, and to write on

the outside of the envelope the same information that is required on the bid envelope, and that it contains

UBE forms. Holidays observed by city government are New Years' Day, Dr. Martin Luther King, Jr., Day;

Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the day after

Thanksgiving Day, Christmas Day; two days (varying from year to year) during the week of Christmas

Day; and other times as may be authorized by City Council.

12. When there are bid alternates how is UBE participation counted? The total amount of the award

actually made by the City is the key. For instance, assume the following made-up example:

Base bid is $200,000

Alternate A bid is $50,000

Alternate B bid is $22,000

Minority-owned UBE goal is 11%. The bidder proposes Minority-owned UBE participation as follows: $22,000 on the base bid, $4,000 on Alternate A, and $10,000 on Alternate B.

In this fictional example, the bidder may or may not meet the goal, depending on the actual award by Council. This chart illustrates:

6

A W A R D B Y C I T Y C O U N C I L

Only the base bid

Base bid + Alternate A Base bid + Alternate B Base bid + Alternates A & B

Bid total $200,000 $250,000

(200,000 + 50,000)

$220,000

(200,000 + 20,000)

$270,000 (200,000 + 70,000)

Total UBE participation

$22,000 $26,000 (22,000 + 4,000)

$32,000

(22,000 + 10,000)

$36,000

(22,000 + 14,000)

Minority‐owned

UBE

percentage

11% 10.4% 14.5% 13.3%

Meet 11%

Minority‐ owned UBE goal?

Yes No Yes Yes

14. How is the lease of equipment by an UBE counted? If the UBE leases equipment for the work of the

contract, the value of the lease payments is included as part of the UBE’s participation. However, it is not proper to include such lease payments if they are to be made to the prime contractor or the prime

contractor’s “Affiliate.” To understand what an “Affiliate” is, see section 26‐3 of the EBO ordinance.

15. How is the purchase of goods from an UBE counted? If the bidder is buying goods from an UBE, the

cost of the goods can be considered UBE participation only if (a) the UBE operates or maintains a factory

that produces the goods, or (b) the UBE has an establishment where the goods of the general character

described by the specifications or required under the Contract are regularly sold or leased to the public in

the usual course of business. If (b) applies, the UBE’s principal business must be selling or leasing those

goods and the UBE must operate under its own name

INSTRUCTIONS FOR INDIVIDUAL UBE BID FORMS FOR CONSTRUCTION

Form E-101 (UBE PARTICIPATION) On this form, “participation” is the dollar amount of subcontracts for

significant goods and services to be used to perform the contract. For instance, if the bidder would enter into

subcontract with UBEs for a total of $30,000, that would be the UBE participation amount. The sum of UBE

participation and non-UDBE participation should equal the amount of the bid. Form E-101 is required for the

base bid

Form E-102 (UBE PARTICIPATION ON BID ALTERNATE) This form is essentially the same as Form E-

101, except that it is used for the alternate bids instead of the base bid. Use a separate Form E-102 for each

alternate bid.

Form E-103 reserved for future use

7

Form E-104 (EMPLOYEE BREAKDOWN) Complete Part A for the primary location where the goods and services that are the subject of the bid are to be made or provided. If the parent company or other locations of the bidder are providing any substantial portion of the goods or services, then the bidder must also complete Part B, for the consolidated company. If the bidder has an EEO-1 Report that provides the same information as required on the Form E-104, the EEO-1 Report may be used instead. On whether to submit Form E-104, see question 3 above. See questions 3 and 11 above on when and where to turn in this form.

Form E-105 (STATEMENT OF INTENT TO PERFORM AS SUBCONTRACTOR) The bidder must provide a Form E-105 (Statement of Intent) for each UBE firm that the bidder would subcontract with if the City awards the contract to the bidder. See questions 3 and 11 above on when and where to turn in this form.

On Form E-105, what happens if column 2 (dollar amount) disagrees with column 3 (percentage)? If there is a conflict between the dollar amount in Column 2 and the percentage of base bid in Column 3, the percentage stated in Column 3 will control. For instance, if Column 2 if $10,000, Column 3 is 10%, and the base bid is $200,000, there is an error, because ten percent of $200,000 is $20,000, not $10,000. In that example, the form will be read as a commitment for $20,000. If the UBE both (i) is doubtful of its arithmetic and (ii) wants Column 2 to control in case of disagreement, it may say that Column 2 will control over Column 3, but to do so, it must write that on Form E-105.

E-106 (REQUEST TO CHANGE UBE PARTICIPATION AFTER BID OPENING) When is this form used? Beginning with the time that the City Manager identifies a bidder as the apparent lowest responsible bidder and continuing as that bidder is awarded the contract and continuing until that bidder/contractor reaches the point of final completion of the work, Form E-106 is to be used when the following occurs: If the bidder/contractor proposes to do any of the following ;

to replace a subcontractor, to perform subcontracted work with the bidder/contractor’s own forces, to increase the quantity of subcontracted work, to decrease the quantity of subcontracted work, or to change the allocation of work among subcontractors,

then the bidder/contractor must make good-faith efforts to attain the goals that it has shown on the E-101 and applicable E-102 forms, and the bidder/contractor must fill out Form E-106. Substitutions of subcontractors in these circumstances, both before and after the awarding of a contract, are subject to City approval. Consult the City’s EO/EA Department on the procedures to follow in order to comply with City Code 26- 10(c).

E-106 (QUESTIONNAIRE ON BIDDER’S GOOD-FAITH EFFORTS) Bidders that do not attain the UBE goals have the responsibility to make good-faith efforts and to demonstrate to the City that they have made such efforts. In determining a bidder’s good-faith efforts to engage UBEs, the City Manager shall consider the information supplied by the bidder to answer the questions in Form E-107, along with other criteria that the City Manager deems proper. Form E-107 is an optional tool that bidders may use to show that they have made good-faith efforts. See questions 3 and 11 above on when and where to turn in this form. Even when this form may be submitted after the bid opening, it cannot include information on efforts made after the bid opening. Even if a bidder does not use Form E-107, the City will nevertheless attempt to answer the questions on the E-107 using good-faith documentation supplied by the bidder. Bidders who do not turn in Form E-107 will still find it helpful to know how the City will determine whether good-faith efforts have been made.

8

For Section 2 of Form E-107 -- To make the best good-faith efforts as described under Section 2 on E-107,

your firm should have sent a written letter, email, phone call or fax to all UBEs on the City’s list that perform

the kind of work to be subcontracted. Your firm needs to keep a record of all of these attempts to reach

UBEs. That letter would say, in effect, as follows: (Of course, your firm would need to write appropriate words

where italicized instructions are used below.)

Our firm is interested in bidding on a contract with the City of Durham for [describe the project]. We

are interested in subcontracting, to your firm, the following work [describe specific work, for example,

painting of interiors of 5 rooms, including prep work; or supplying 20 circuit breakers of type XJE‐R or

equivalent]. You may inspect the applicable plans and specifications and descriptions of items to be

purchased at our office located at the address shown above, or at the City of Durham’s EO/EA

Department, 101 City Hall Plaza Annex , Durham, N.C., 27701 , 919‐560‐ 4180[, or at the AGC plan

room in (specify the locations)]. You may obtain a copy [explain how and from whom (the City,

architect, engineer, etc.) the potential subs can obtain a copy].

If applicable, tell the UBEs at which offices of the AGC the plans and specifications may be seen, possibly from the following AGC list.

1100 Euclid Avenue

Charlotte, NC 28203-1868

Phone: (704)372-1450

Caswell Bldg., Glenwood

Place 3700 National Drive,

Ste. 201

Raleigh, NC 27612

Phone: (919)781-3270 2713 Breezewood Avenue

Fayetteville, NC 28303 Phone: (910)484-0184

2527 S. 17th St.

Wilmington, NC 28401

(McGee CADD Reprographics

Bldg.) Phone: (910)791-5533

Other AGC locations if they have the plans and specifications

GOOD-FAITH DOCUMENTATION. This is not a City form but is documentation to be supplied by the bidder. See the instructions on Form E-107 above. Unless the bidder meets the UBE goals, the bidder must demonstrate that it made good-faith efforts. To do so, it can use a combination of providing answers to Form E-107 and documentation, such as copies of the notices to UBEs that are described in question 1(c) on Form E-107. See questions 3 and 11 above on when and where to turn in this form. Even when this documentation may be submitted after the bid opening, it cannot include information on efforts made after the bid opening.

9

Form E‐101 UBE PARTICIPATION ON BASE BID

Name of Bidder:

Total dollar amount of UBE participation in base bid work:

or each row, check one column: E or F

Column A Column B Column C Column D Column E Column F

Name of

proposed

subcontractor

for base bid

work

Goods and

services to

be provided

for base bid

work

Subcontract

amount, in

dollars, for

base bid

work

Percentage

of total base

bid (Column

C divided by

total base

bid)

Minority-

owned

UBE

Women-

owned

UBE

$ %

$ %

$ %

$ %

Attach extra sheets as needed.

Do the above participation amounts meet the goals on this contract, assuming only the base bid is counted? Yes No. If the answer is No: (1) the bidder must have made good-faith efforts; (2) the bidder must

provide, within 2 business days after bid opening, documentation of good-faith efforts; and (3) the bidder

must sign below.

As an authorized representative of the Bidder, I swear or affirm under penalty of fraud that the good-faith

efforts documentation submitted with this bid, pertaining to the base bid and all alternates, if any, is correct

and not intended to defraud or mislead. After the contract between the City and the Bidder is signed,

except to the extent that the City gives prior written approval for changes, the Contractor agrees that it shall

engage the subcontractors listed on this E-101 and on all applicable E-102 forms, to perform the work for

the dollar amounts or percentages described on this E-101 and applicable E-102s.

Signature of Individual authorized to sign for Bidder

10

Form E­102 UBE PARTICIPATION ON BID ALTERNATE

This form pertains to the following bid alternate: (Speciify the alternate, in the way that it is designated in the bid docments)

Name of Bidder:

Total dollar amount of UBE participation in work on this alternate:

For each row, check one column: E or F Column A Column B Column C Column D Column E Column F Name of

proposed

subcontractor

for this

alternate

Goods and

services to

be provided

for this

alternate

Subcontract

amount, in

dollars, for

this alternate

Percentage of

total bid for

this alternate

(Column C

divided by

total bid for

this alternate)

Minority-

owned UBE

Women-

owned UBE

$ %

$ %

$ %

$ %

Attach extra sheets as needed.

11

E-104 EMPLOYEE BREAKDOWN

Part A – Employee statistics for the primary location

M——a——l——e——s F——e——m——a——l——e——s Employment

category

Total

Employees

Total

males

Total

females

White Black Hispanic Asian or

Pacific

Islander

Indian or

Alaskan

Native

White Black Hispanic Asian or

Pacific

Islander

Indian

or

Alaskan

Native

Project

Manager

Professional

Technical

Clerical

Labor

Totals

Part B – Employee statistics for the consolidated company. (See

instructions for this form on whether this part is required.)

M——a——l——e——s F——e——m——a——l——e——s Employment

category

Total

Employees

Total

males

Total

females

White Black Hispanic Asian or

Pacific

Islander

Indian or

Alaskan

Native

White Black Hispanic Asian or

Pacific

Islander

Indian

or

Alaskan

Native

Project

Manager

Professional

Technical

Clerical

Labor

Totals

12

Form E‐105 STATEMENT OF INTENT TO PERFORM AS SUBCONTRACTOR

Name of Bidder:

Name of Project:

The undersigned firm meets the City of Durham’s criteria as a UBE.

The undersigned UBE represents that it will enter into a formal contract with the Bidder to perform the

following work in connection with the Project, in the dollar amount or percentage listed below, if the Bidder

signs a contract with the City of Durham for the Project.

Describe the work in sufficient detail so that it can be determined whether the UBE’s work is a substantial and

necessary part of the Project.

Column 1 - description of

work to be done by

undersigned UBE

Column 2 -dollar amount of

the proposed subcontract

between the bidder and the

undersigned UBE

Column 3 - percentage of

Bidder’s base bid represented

by the proposed subcontract

between the Bidder and the

undersigned UBE

The undersigned -UBE will be ready to begin work on the subcontract on the following date:

Name of UBE: Telephone No. Fax No.

Address: Zip Code: Signature of authorized representative of UBE

Title of the person who signed above:

What persons with the UBE should the City contact with questions about this form or the proposed subcontract?

Name of individual: Telephone No.

Title of Individual:

Email address:

By submitting this form to the City of Durham, the Bidder represents that if the Bidder signs the contract with the City of Durham for the Project, the Bidder will enter into the subcontract described above with this UBE.

E-106 REQUEST TO CHANGE UBE PARTICIPATION AFTER BID OPENING

Project:

13

Name of bidder or contractor:

Name and title of representative of bidder or contractor:

Address : Zip Code:

Telephone No.: Fax Number:

Email address:

Total amount of original contract, before any change orders or amendments:

Total amount of the contract, including all approved change orders and amendments to date, but not counting the changes proposed in this form:

Dollar amount of changes proposed in this form:

The proposed change (check one) increases decreases the dollar amount of the bidder’s/contractor’s

contract with the City.

Does the proposed change decrease the UBE participation? (check one) yes no

If the answer is yes, complete the following:

This form is used only if the conditions described in the instructions are present.

BOX A

For the subcontract proposed to be changed (increased, reduced, or eliminated): Name of subcontractor:

Goods and services to be provided before the proposed change:

Is it proposed to eliminate this subcontract? yes no

If the subcontract is to be increased or reduced, describe the nature of the change (such as adding $5,000 in concrete work and deleting $7,000 in grading):

Dollar amount of this subcontract before this proposed change:

Dollar amount of this subcontract after this proposed change:

This subcontractor is (check one):

-owned UBE

-Owned UBE

14

BOX B. Proposed subcontracts other than the subcontract described in Box A above (continued)

Name of sub-contractor for the new work:

Goods and Services to be provided by this proposed subcontractor:

Dollar amount proposed of this proposed subcontract: This sub-contractor is:

-owned UBE

-Owned UBE

Add additional sheets as necessary.

This form is used only if the conditions descried in the instructions are present.

15

E-107 QUESTIONNAIRE ON BIDDER’S GOOD-FAITH EFFORTS

Name of Bidder:

If you find it helpful, feel free to attach pages to explain your answers. How many pages is your

Firm attaching to this questionnaire?__________________(Don’t count the 2 pages of this questionnaire.)

If a yes or no answer is not appropriate, please explain the facts. All of the answers to these questions

relate only to the time before your firm submitted its bid or proposal to the City. In other words,

actions that your firm took after it submitted the bid or proposal to the City cannot be mentioned or

used in any answers.

1. SOLICITING UBEs.

(a) Did your firm solicit, through all reasonable and available means, the interest of all UBEs (that is, in the list provided by the City) in the scopes of work of the contract? yes no

(b) In such soliciting, did your firm advertise? yes no Are you attaching copies to this questionnaire, indicating the dates and names of newspaper or other publication for each ad if that information is not already on the ads? yes no

(c) In such soliciting, did your firm send written (including electronic) notices or letters? Are you attaching one or more sample notices or letters? yes no

(d) Did your firm attend the pre-bid conference? yes no

(e) Did your firm provide interested UBEs with timely, adequate information about the plans, specifications, and requirements of the contract? yes no

(f) Did your firm follow up with UBEs that showed interest? yes no

(g) With reference to the UBEs that your firm notified of the type of work to be subcontracted -- Did your firm tell them?

(i) the specific work your firm was considering for subcontracting? yes no

(ii) that their interest in the contract is being solicited? yes no

(iii) how to obtain and inspect the applicable plans and specifications and descriptions of items to be purchased? yes no

16

2. BREAKING DOWN THE WORK.

(a) Did your firm select portions of the work to be performed by UBEs in order to increase the likelihood that the goals would be reached? yes no

(b) If yes, please describe the portions selected. ANSWER:

3. NEGOTIATION. In your answers to 3, you may omit information regarding UBEs for which you are providing Form E-105.

(a) What are the names, addresses, and telephone numbers of UBEs that you contacted? ANSWER:

(b) Describe the information that you provided to the UBEs regarding the plans and specifications for the work selected for potential subcontracting. ANSWER:

(c) Why could your firm not reach agreements with the UBEs that your firm made contact with? Be specific. ANSWER:

4. ASSISTANCE TO UBEs ON BONDING, CREDIT, AND INSURANCE.

(a) Did your firm or the City require any subcontractors to have bonds, lines of credit, or insurance? yes no (Note: In most projects, the City has no such requirement for subcontractors.)

(b) If the answer to (a) is yes, did your firm make efforts to assist UBEs to obtain bonds, lines of credit, or insurance? yes no If yes, describe your firm’s efforts. ANSWER:

(c) Did your firm provide alternatives to bonding or insurance for potential subcontractors? yes no If yes, describe. ANSWER:

5. GOODS AND SERVICES. What efforts did your firm make to help interested UBEs to obtain goods or services relevant to the proposed subcontracting work? ANSWER:

6. USING OTHER SERVICES.

(a) Did your firm use the services of the City to help solicit UBEs for the work? yes no Please explain.ANSWER:

(b) Did your firm use the services of available minority/women community organizations, minority and women contractors' groups, government-sponsored minority/women business assistance agencies, and other appropriate organizations to help solicit UBEs for the work? yes no Please explain. ANSWER:

APPENDIX B

CERTIFIED UNDERUTILIZED BUSINESS ENTERPRISE

(UBE) LISTING

CONTRACT: ST-264

This page intentionally left blank

SURVEYING

Company Name Contact Name Address City, State Zip Phone Email Hub Certification Construction

License/Limitation

A1 Consulting Group,

Inc.

Goel, Vinnie 117 International Drive Morrisville, NC 27560 919-469-4800 [email protected] AA Architectural Service

;Engineering Service

;General Contractor CH ENGINEERING,

PLLC

Chambliss, Maha 3220 Glen Royal Rd Raleigh, NC 27617 (919)788-0224 [email protected] W Engineering Service

CIVIL SITEWORKS

INC.

ALSTON, BRYAN 624B Walker Avenue Greensboro, NC 27401 336-707-7615 [email protected] B Engineering Service

;General Contractor

72867 UnlimitedCooper and

Associates Surveyors,

P.A.

Jewell, Colleen P.O. Box 640 Morrisville, NC 27560 919-469-1760 [email protected] W General Trades/Sub

Contractor C-1461, L-

4501 John Davenport

Engineering

Davenport, John 119 Brookstown Ave. Winston-Salem, NC 27101 336-744-1636 [email protected] B Engineering Service

MA ENGINEERING

CONSULTANTS, INC.

Maniktala, Arvin 598 East Chatham

Street

Cary, NC 27511-6956 919-297-0220 [email protected] AA Engineering Service

SEPI

Engineering&Construc

tion

Macdonell, James 1025 Wade Ave Raleigh, NC 27605 919-747-5833 [email protected] W Engineering Service

;General Contractor

NoneJC Waller & Associates, PCWaller, Juhann 7-L Dundas Circle Greensboro, NC 27407 336-697-2637 [email protected] B

Thorburn Associates

Inc

Thorburn, LEED AP,

CTS, Lisa

2500 Gateway Centre

Blvd.

Morrisville, NC 27560 919-463-9995 [email protected] W Engineering Service

CONCRETE

A & D Enterprises, Inc. Hodges, Angela 2975 Motsinger Road Winston-Salem, NC 27107 336-537-4113 [email protected] W General Contractor

68764

Limited;General A & M Ventures, Inc. Haq, Waheed PO Box 30801 Raleigh, NC 27622-0801 919-510-0223 [email protected] AA General Contractor

34951 Unlimited

A VOGT

CONSTRUCTION

Vogt, Anthony 3819 Raintree Drive Greensboro, NC 27407 336-420-8623 [email protected] B General Trades/Sub

Contractor 73557

A&S Concrete

Construction, LLC

Stewart, Paula 6050 Branch Dr Kernersville, NC 27284 336-889-2738 [email protected] W General Trades/Sub

Contractor

Absolute Construction

Group LLC

Alim-Burgos, Furqan 1942 Sterling Hill Dr. Fuquay Varina, NC 27526 919-610-0109 [email protected] HA General Contractor

73036 Limited

ABTAK OF DURHAM

INC

BROWN, ELI 11 LOGGING TRAIL DURHAM,, NC 27707 (919)259-0091 [email protected] B General Contractor

71930 None;General

Trades/Sub acosta construction

and concrete

godwin, steve 2028 Ballston place knightdale, NC 27545 704-493-2593 [email protected] HA General Trades/Sub

Contractor

Allis Concrete

Construction,LLC

Allis, Rebecca 2070 Farmington Rd. Mocksville, NC 27028 (336)940-2468 [email protected] W General Trades/Sub

Contractor

American Cornerstone

Construction, Inc.

Brothers, Lisa 1088 Tommys Lake

Rd.

Winston Salem, NC 27105 336-922-0500 [email protected] W General Trades/Sub

Contractor

Amidon, Inc. Amidon, Angela 3319 Heritage Trade

Drive

Wake Forest, NC 27587 919-435-5355 [email protected] AA General Contractor

60664

Unlimited;General Andrew General

Contractor

Company,Inc

Chavez, Maria F 206 Hampton Lee Ct Cary, NC 27513 904-887-5622 [email protected] HA General Trades/Sub

Contractor

Angeles Construction,

Inc.

Angeles, Marco 3001 Carbonton Rd Sanford, NC 27330 (919)842-2130 [email protected] HA General Trades/Sub

Contractor

ARW Concrete Burns, Wendy 120 Salem Towne Ct Apex, NC 27502 919-267-5124 [email protected] W General Trades/Sub

Contractor

Ascent Construction

Solutions, LLC

Hasan, Tonya 2615 Burgandy Street Winston-Salem, NC 27107 336-771-9852 [email protected] B General Trades/Sub

Contractor

ASJ Wilson

Construction

Wilson, Josephus 415 Pisgah Church

RD

Greensboro, NC 27455 336-272-7722 [email protected] B General Contractor

65796 Limited

Atlantic Building

Group, Inc.

Pereira, Joao 2664 Timber Drive Garner, NC 27529 (919)662-3001 [email protected] HA General Contractor

63525 None;General

Trades/Sub Atlantic Resources

Inc.

Barefoot, Brian 1515 S Bright Leaf

Blvd

SMITHFIELD, NC 27577 919-938-3201 [email protected] W

Aurora Renovations

and Developments,

LLC

Lopez, Oscar D. 8474 Stafford Mill Rd Oak Ridge, NC 27310 336-708-4486 [email protected] HA General Contractor

None;General

Trades/Sub BCG Construction

LLC

Rice, Gregory 6287 little Creek

Church Rd

Clayton, NC 27520 256-655-6263 [email protected] B Architectural Service

;Engineering Service

;General Trades/Sub Briegan Construction

Services Inc

Tiffany, Eileen 8000 Dirt Road Apex, NC 27539 919-661-0901 [email protected] W General Trades/Sub

Contractor

browecon Brown, Jillane 451 OAK TREE

DRIVE

SELMA, NC 27576 919-415-1616 [email protected] W General Contractor

Unlimited

Bryant Industrial

Contractors

Ziegler, Pat 902 Church Street Morrisville, NC 27560 919-467-2492 [email protected] W General Contractor

18046 Intermediate

Burton's Services,

LLC

Burton, Stephanie PO Box 321 Mocksville, NC 27028 (336)575-9254 [email protected] W

C&J Construction of

Charlotte, LLC

Smith, Jimmy 3601 Play Gate Lane Durham, NC 27703 919-697-9762 [email protected] B General Trades/Sub

Contractor

C.R.Beaver, Inc. Beaver, Joy 5655 Regents Park

Road

Kernersville, NC 27284 (336)996-8829 [email protected] W

C2 Contractors, LLC Lamberth, Cornelious 405 Banner Avenue GREENSBORO, NC 27401 (336)379-8806 [email protected] B Electrical Contractor

;General Contractor

64914 Cadet Construction

Company

Dillahunt, Jr, Jimmy 6300 Chapel Hill Road Raleigh, NC 27607 919-758-8161 [email protected] B General Contractor

73807

Unlimited;General CALLIS

CONTRACTORS,

INC.

Callis, Jesse 1306 Broad Street Durham, NC 27705-3533 919-416-6191 [email protected] B General Contractor

59167 None;General

Trades/Sub Carolina Construction

Works Inc

Evans, Ronald 1305 E. Millbrook Rd Raleigh, NC 27609 919-427-1403 [email protected] B

Central Concrete of

N.C., Inc.

Sousa, Rui 4700 Trademark Drive Raleigh, NC 27610 919-467-5547 [email protected] HA General Trades/Sub

Contractor

Certified Concrete

Construction, Inc.

Sousa, Johnny 8700 Fleet Service Dr Raleigh, NC 27617 919-781-5575 [email protected] HA General Trades/Sub

Contractor

CIC Construction

Group USA, LLC

Sucre, Gilberto 5540 Centerview

Drive

Raleigh, NC 27606 919-297-2957 [email protected] HA General Contractor

77100 Unlimited

Cinda Corporation Cobb, Virgil 1922 MARTIN

LUTHER KING

JR.DR.

WINSTON SALEM,

NC

27107 704-746-7474 [email protected] B

CIVIL SITEWORKS

INC.

ALSTON, BRYAN 624B Walker Avenue Greensboro, NC 27401 336-707-7615 [email protected] B Engineering Service

;General Contractor

72867 UnlimitedClement Construction

Corporation

Clement Sr., Phillip 3735 Beeson Dairy

Rd.

Winston Salem, NC 27105 (336)661-2488 [email protected] B General Trades/Sub

Contractor 67844

Concrete Solutions by

Jimmy Hickman and

Hickman, James PO box 65 doral dr tobaccoville, NC 27050 336-782-1968 [email protected] B General Trades/Sub

Contractor

Construction

Concepts and Design

Inc.

McClain, Clifford 1922 S. Martin Luther

King Jr. Dr

Winston Salem, NC 27107 336-488-7112 [email protected] B Architectural Service

;Engineering Service

;General Contractor Cortez LLC Heck, Marinette 3426 Balfour East Durham, NC 27713 919-248-4444 [email protected] B General Contractor

None;General

Trades/Sub Cruz Brothers

Concrete,Inc.

Cruz, Maria 1572 Payne Road Lot

#75

Graham, NC 27253 (336)376-0787 [email protected] HA General Trades/Sub

Contractor

Cruz Concrete

Experts NC, LLC.

Moreno, Julie 8524 Six Forks Road Raleigh, NC 27615 919-803-3730 [email protected] HA General Trades/Sub

Contractor

Crystal Blu Pressure

Washing LLC

ford, tyrone 1113 taos trail RALEIGH, NC 27603 919-438-6690 [email protected] B

davidson construction Small, tony 208 gibson lane Clayton, NC 27520 (919)550-3485 [email protected] B General Contractor

63308 Limited

DayeCo Construction

LLC

Daye, Thomas 4100 Five Oaks Drive

#20

Durham, NC 27707 919-724-8111 [email protected] B General Contractor

None;General

Trades/Sub Double R Concrete

Finishing

Williams, Randy L. 6917 Windover Drive Durham, NC 27712 (919)477-3009 [email protected] B

DreamBuilt

Construction, Inc.

Thurmond, Carolyn 105 Seldom Farm

Lane

Advance, NC 27006-8775 336-940-3852 [email protected] W General Contractor

75480 Unlimited

DWG Property

Services Co LLC

Simms, Lisa 400 W. Main Street Durham, NC 27701 919-794-5948 [email protected] B General Trades/Sub

Contractor

Estrello Construction

Group, LLC

Estrello, Miguel 56 Needham Lane Clayton, NC 27527 919-802-2761 [email protected] HA General Contractor

79308

Limited;General Evans Construction

Services

Evans, William 120 Kingston Ct. Clayton, NC 27527 919-333-6494 [email protected] B General Contractor

71973 Limited

FEMCO Construction

LLC

Burkart, Lindsay 7302 Cessna Drive Greensboro, NC 27409 (336)669-1352 [email protected] W General Contractor

70215 Unlimited

Forsyth Ready Mix,

Inc.

Speer, Annie PO Box 95 Rural Hall, NC 27045 336-969-0446 [email protected] W

Franco Masonry

Concrete INC

Romero, Franco 4700 Forestville rd Raleigh, NC 27616 919-255-0331 [email protected] HA General Trades/Sub

Contractor

Giant Development,

Inc

Crabtree, Johanna 509 Pylon Dr Raleigh, NC 27606 919-521-0594 [email protected] W

Gilgeours

Construction

Corporation

Gilgeours, Lisa 2500 E. Bessemer

Ave Ste A

Greensboro, NC 27405 336-558-6572 [email protected] B General Trades/Sub

Contractor

Golden City

Construction, Inc.

Munn, Quintin 410 South Driver St Durham, NC 27703 919-358-3604 [email protected] AA General Contractor

77534 Limited

Goliath Construction,

LLC

Fonville, Eric 14460 Falls of Neuse

Rd

Raleigh, NC 27614 919-896-9909 [email protected] B General Contractor

70521

Limited;General Goulding Construction

Inc.

goulding, rhonda PO BOX 136 Clayton, NC 27528 (919)763-9151 [email protected] W General Contractor

56831 Limited

Harris Concrete and

Construction, Inc

harris, sean 1931 allyson ave greensboro, NC 27405 (336)362-3178 [email protected] B General Trades/Sub

Contractor

Hinton Concrete, LLC Hinton, Walter 2430

Baileyscrossroad Rd

Coats, NC 27521 919-868-2962 [email protected] B General Trades/Sub

Contractor

Holt Brothers

Construction LLC

Gilmore, Patrice 421 Fayetteville Street Raleigh, NC 27601 919-787-1981 [email protected] B General Contractor

71120 Unlimited

Honducom Concrete,

Inc.

Suazo, Ramon P.O. Box 14968 Raleigh, NC 27620 (919)662-0388 [email protected] HA General Trades/Sub

Contractor

Horus Construction of

NC, Inc.

Scott, Marcus 11550 Common Oaks

Dr

Raleigh, NC 27614 336-339-3939 [email protected] B General Contractor

68185 None

Incline Construction,

Inc.

Pope, Robert 2503 East Pettigrew

Street

Durham, NC 27703 919-598-8006 [email protected] W General Contractor

55896 Intermediate

IQ Contracting, LLC Nunez, Robert P. O. Box 6069 Raleigh, NC 27628 (919)832-5111 [email protected] HA General Contractor

60795

Limited;General J. S. Mention

Construction, LLC

Mention, Jamal 1451 South Elm-

Eugene Street

Greensboro, NC 27406 336-373-1911 [email protected] B General Contractor

70689 None

JC Concrete

Construction, LLC

Corona, Josue P.O. Box 613 Pinnacle, NC 27043 336-699-6270 [email protected] HA General Trades/Sub

Contractor

JCG & Associates

LLC

Greene, John 612 Martin St Greensboro, NC 27406 336-763-7951 [email protected] B General Contractor

67490 Limited

JDB Contracting, LLC West, Michele 6109 Bramlette Court Fuquay Varina, NC 27526 919-455-5749 [email protected] W

Jordan's Mill

Construction Inc

Shea, Brittany 3977 Jordans Mill Ct High Point, NC 27265 336-687-2879 [email protected] W General Contractor

None

KEA Contracting, Inc. Askew, Kathryn 6612 Six Forks Suite

203

Raleigh, NC 27615 919-847-3701 [email protected] W General Contractor

73213

Unlimited;General Kirk & Pam

Construction Inc

Keranen, Pamela PO Box 340 Sophia, NC 27350 (336)431-0255 [email protected] W General Trades/Sub

Contractor

Lacayo Concrete

Flatwork, Inc

Lacayo, Ernest 246 River Trace Drive Rougemont, NC 27572 336-364-2252 [email protected] HA

Magnolia Construction

LLC

Cook, Monnette 514 S. Stratford Road Winston-Salem, NC 27103 336-724-7202 [email protected] D General Contractor

46428 None;General

Trades/Sub Martinez Company Brown, Keith 342 Fleming Drive Durham, NC 27712 (919)724-2611 [email protected] HA General Contractor

68806

Unlimited;General Martinez Construction

NC LLC

Perez Martinez,

Ismael

1052 Heather ln Wake Forest, NC 27587 919-600-1723 [email protected] HA General Trades/Sub

Contractor

Mayes Landscaping &

Concrete Inc.

Mayes, Ricky PO Box 984 Winston Salem, NC 27102 336-682-3845 [email protected] B General Contractor

62266

Limited;General McClure and

Associates Constru

McClure, Lesle 6201 Remington Lake

Dr.

Raleigh, NC 27616 919-878-8006 [email protected] W General Contractor

42632 Unlimited

MCNOC, Inc. McCoy, Mathew 2664 Timber Dr STE

345

Garner, NC 27529 919-772-6159 [email protected] B Electrical Contractor

;General Contractor

None;General Minority Trade

Services

Lopez, Solamon 1710 hamlin road Durham, NC 27704 919-201-7683 [email protected] HA Architectural Service

;General Trades/Sub

Contractor Muter Construction

LLC

Muter, Beth 100 N. Arendell Ave. Zebulon, NC 27597 919-404-8330 [email protected] W General Contractor

73095 None;General

Trades/Sub Nall Construction Co Nall, Elizabeth PO Box 103 Gibsonville, NC 27249 336-707-9735 [email protected] W General Contractor

73967 Limited

nc hardscape inc. urena, juan 3912 battleground ave

suite 112- 151

greensboro, NC 27410 336-455-2034 [email protected] HA General Trades/Sub

Contractor

Nehemiah Builders,

Inc

EVANS, DONALD 1305 EAST

MILLBROOK ROAD

RALEIGH, NC 27609 (919)877-0505 [email protected] B General Contractor

55902

Unlimited;General Nesmith Construction,

LLC

McNeal, Maurice 1212 Portland Street Greensboro, NC 27403 336-202-1385 [email protected] B General Contractor

72826 Unlimited

New Shine Concrete Felisberto, Rigelma 4223 Glen Summit Ct Apex, NC 27539 919-772-5127 [email protected] HA General Trades/Sub

Contractor 96637

O.U.Chavis

Contracting Corp.

Chavis, Odysseus P.O. Box 36199 Greensboro, NC 27406 (336)378-0072 [email protected] B General Contractor

47772

Unlimited;General PCM Construction,

Inc.

Pena, Juan 133 Bluff Street Jonesville, NC 28642 (336)527-4536 [email protected] HA General Trades/Sub

Contractor

PGA Construction Inc Reeser, Kelli 9 Crosswinds Estates

Dr.

Pittsboro, NC 27312 919-610-1260 [email protected] W General Contractor

67249 Limited

Praylor Construction

Company

Praylor, Michael 4005 Pond Valley

Court

Mc Leansville, NC 27301 336-471-8987 [email protected] B General Contractor

64702 Limited

PRO-TECH

CONSTRUCTION INC

Wilkerson, Linda 7429 ACC Blvd, Suite

109

Raleigh, NC 27617-8401 919-848-9035 [email protected] W General Contractor

28732

Limited;General Pull Construction

Company, Inc

Frazelle, Kenneth PO Box 16725 Greensboro, NC 27416 336-274-6813 [email protected] B General Contractor

34046 Intermediate

QST,Inc Fleming, Warren 157 Hickory Street North Cooleemee, NC 20874 301-916-4522 [email protected] B

R&W Construction of

NC Inc.

Robinson, Charlotte 132 S Main Street Warrenton, NC 27589 910-860-8898 [email protected] B Architectural Service

;Engineering Service

RBS Grading &

Excavating, INC.

Jones, Richard 4206 Holder Rd. Durham, NC 27703 919-596-5669 [email protected] AI General Contractor

38638

Unlimited;General Reach Construction

Group, LLC

Martin, Brandon 7501 Falls of the

Neuse Rd

Raleigh, NC 27615 919-842-4380 [email protected] B General Contractor

73359

Unlimited;General Reddrick Masonry Reddrick, Rueben 701 Felicia Street Durham, NC 27704 919-477-8297 [email protected] B General Trades/Sub

Contractor

RFI Construction LLC Burrows, Rupert 1451 S. Elm Eugene

St.

Greensboro, NC 27406 336-510-0441 [email protected] B General Contractor

None;General

Trades/Sub Roadrunner Concrete

LLC

Vasquez, Ossiris 5223 LLOYD HILL LN GRAHAM, NC 27253 336-675-6238 [email protected] HA General Trades/Sub

Contractor

Royals Contracting,

Inc.

Royals, Pat PO Box 91359 Raleigh, NC 27675 919-847-3811 [email protected] W General Contractor

59612 Unlimited

S and J of Raleigh Spears, Shawn 3235 Mclean Chapel

Church RD

bunnlevel, NC 28323 (919)669-9462 [email protected] B General Contractor

55247

Limited;General

SAL

CONSTRUCTION CO.

Shah, Dinesh 1517 Old Apex Rd. Cary, NC 27513 919-460-1817 [email protected] AA Engineering Service

;General Contractor

24633 UnlimitedSelect Concrete

Construction LLC

Irwin, Mary 346 Elizabeth Brady

Rd

Hillsborough, NC 27278 919-459-7235 [email protected] W General Trades/Sub

Contractor

Sinclair Contracting,

LLC

Lennon, Walter Post Office Box 1495 Wake Forest, NC 27588 919-522-8285 [email protected] B General Contractor

72293 Limited

Skyrock Construction

LLC

Manso, Nana 1000 Old Milburnie Rd

Suite A

Raleigh, NC 27604 919-266-2446 [email protected] B General Contractor

68111

Limited;General SLM Construction

Company Inc.

McLeod, Sandra 513 White Smith Road Pittsboro, NC 27312 (919)663-0968 [email protected] W General Trades/Sub

Contractor

Smart Contracting,

Inc.

Hampton, Joe 1516 Miriam Ave Garner, NC 27529 919-633-6409 [email protected] B General Contractor

None;General

Trades/Sub SRS Inc. Edwards, Monte PO Box 38771 Greensboro, NC 27438 336-580-9000 [email protected] B General Contractor

64370 None

Steve & Sons

Construction

Esteves, Manny 1529 Sophia Ridge

Drive

Fuquay Varina, NC 27526 919-625-8242 [email protected] HA

Stoney Creek

Construction Inc.

DeBord, Dorian 6510 Brookstone

Drive

Whitsett, NC 27377 336-639-6082 [email protected] W General Contractor

69303

Limited;General STRUCTURE

BUILDING

COMPANY, INC.

Farrar, Jonathan PO Box 13503 Durham, NC 27709 919-730-6821 [email protected] B General Contractor

47994

Unlimited;General SUMMA GENERAL

CONTRACTORS, LLC

VERGARA,

ALFONSO

108 PRESTON PINES

DR

CARY, NC 27513 (919)215-8068 [email protected] HA Engineering Service

;General Contractor

64373 LimitedSunrise Repair and

Construction, Inc.

Estrera, Rolando P.O. Box 1616 Jamestown, NC 27282 336-307-5592 [email protected] AA General Contractor

74637 Limited

SVG Concrete

Services Inc.

VERASTEGUI,

SERGIO

PO BOX 4308 CARY, NC 27519 (919)567-0044 [email protected] HA General Trades/Sub

Contractor

T & M Construction

Group LLC

Mapp, Terome 1100 Lake Front Dr.

apt. J

Raleigh, NC 27613 336-404-8640 [email protected] B General Contractor

51912 Limited

Triangle Concrete and

Contracting, Inc.

Kuley, Barbara 7002 Scarlet Lane Garner, NC 27529 (919)662-0406 [email protected] W General Trades/Sub

Contractor

tsimmonsbackhoecon

crete

simmons, theodore 7507 doggett rd brownsummitt, NC 27214 (336)382-1167 [email protected] B

W. E. GARRISON CO Garrison, Colleen 5820 Fayetteville

Road

Raleigh, NC 27603 919-772-4144 [email protected] W General Contractor

None;General

Trades/Sub WHITLEY

CONTRACTING INC

WHITLEY, BRANDY 5735 BROGDEN RD SMITHFIELD, NC 27577 919-524-1703 [email protected] W General Contractor

71585 Limited

SIGNAGE

AKS Gifts &

Promotionals LLC

Lindsay, Andrew 4465 Kimball Lane Winston Salem, NC 27105 336-744-9542 [email protected] B

AMERICAN SAFETY

PRODUCTS

Arrington Jr., Warren

H.

3200 Glen Royal Rd Raleigh, NC 27617 919-571-7822 [email protected] B

AOA Signs Inc. Kay, Joy 206 EAST HEMLOCK

ST.

YADKINVILLE, NC 27055 336-679-3344 [email protected] W

Atlantic Resources

Inc.

Barefoot, Brian 1515 S Bright Leaf

Blvd

SMITHFIELD, NC 27577 919-938-3201 [email protected] W

Bear Co. & Signs &

Lighting, I

VanDerGoot, Rebecca 2618-A Battleground

Avenue #276

Greensboro, NC 27408 336-854-1023 [email protected] W

Brandilly Marketing &

Creative

Washington, Kemah 615 W. Hargett Street Raleigh, NC 27603 919-278-7896 [email protected] B

Corum Signs, Inc. Corum, Beverly 104 Tandy Court Jamestown, NC 27282 336-886-2212 [email protected] W

Fastsigns Riddle, Angela 1305 N. Main St. High Point, NC 27262 336-887-2923 [email protected] W

Hargett Supply, Inc. Hargett, Kathy 6845 Spencer Dixon

Rd.

Greensboro, NC 27455 336-580-2606 [email protected] W

Innovative Signs &

Graphics, LLC

Pierce, Doug 1145A St Mark's

Chruch Road

Burlington, NC 27215 336-538-1825 [email protected] W

Mebane Distributing

Company LLC

Denton, Meg 1508 Cedar Pointe

Drive

Mebane, NC 27302 336-263-8337 [email protected] W

Nature Graphics Beazley, Lea 207 Horseshoe Bend

Road

Littleton, NC 27850 704-880-8026 [email protected] W

Precision Signs Inc. Peach, Laurie 6601 Hillsborough

Street

Raleigh, NC 27606 919-615-0979 [email protected] W

Rodney's Custom Cut

Sign Co.

Dalpe, Tayler 600 Irving Parkway Holly Springs, NC 27540 919-362-9669 [email protected] W

S J DIGITAL

SERVICES , LLC

OROSCO, SOPHIA 2110 A CHESHIRE

WAY

Greensboro, NC 27405 336-852-7141 [email protected] HA

Signs Now Lewis, Cat 2424 Atlantic Ave. Raleigh, NC 27604 919-546-0006 [email protected] W

Stay Alert Safety

Services

Babcock, Melissa 272 Clayton Forest

Road

Kernersville, NC 27284 336-993-2828 [email protected] W

Steed's Service

Company, Inc.

Steed, Dale 109 Pineywood Street Thomasville, NC 27360-3434 336-475-0745 [email protected] D

TES ENGRAVING &

SIGNS INC

WILLIAMS, JR.,

BENNIE

620 Motor Rd Winston Salem, NC 27105 336-723-5816 [email protected] B

the trac company Rawley, Madeline 2320 Spruce Shadows

Lane

raleigh, NC 27614 336-309-4249 [email protected] B

TraSam Industries Snipes, Tracy PO Box 103 Whitsett, NC 27377 336-512-0536 [email protected] B

PAINT

STRIPPINGCALLIS

CONTRACTORS,

INC.

Callis, Jesse 1306 Broad Street Durham, NC 27705-3533 919-416-6191 [email protected] B General Contractor

59167 None;General

Trades/Sub Construction

Concepts and Design

Inc.

McClain, Clifford 1922 S. Martin Luther

King Jr. Dr

Winston Salem, NC 27107 336-488-7112 [email protected] B Architectural Service

;Engineering Service

;General Contractor Creative Design and

Construction,Inc.

Gupton, Samie PO Box 306 Tobaccoville, NC 27050 (336)983-7048 [email protected] W Architectural Service

;Engineering Service

;General Contractor DayeCo Construction

LLC

Daye, Thomas 4100 Five Oaks Drive

#20

Durham, NC 27707 919-724-8111 [email protected] B General Contractor

None;General

Trades/Sub Nehemiah Builders,

Inc

EVANS, DONALD 1305 EAST

MILLBROOK ROAD

RALEIGH, NC 27609 (919)877-0505 [email protected] B General Contractor

55902

Unlimited;General Praylor Construction

Company

Praylor, Michael 4005 Pond Valley

Court

Mc Leansville, NC 27301 336-471-8987 [email protected] B General Contractor

64702 Limited

LMJ Pavement

Marking,LLC

Calton, Kristin 76 oak Fern lane Willow Spring, NC 27592 910-322-6749 [email protected] W

T & M Construction

Group LLC

Mapp, Terome 1100 Lake Front Dr.

apt. J

Raleigh, NC 27613 336-404-8640 [email protected] B General Contractor

51912 Limited

The Smith Group-

CLWLLC

Smith, Darius 3825 Clara Lane Winston Salem, NC 27105 336-347-9847 [email protected] B Engineering Service

;General Contractor

Unlimited;General ASPHALT

Asphalt Services on

Demand, Inc.

Daniels, Amber 959 Short Journey Rd. Smithfield, NC 27577 919-209-0020 [email protected] W

YADKIN VALLEY

PAVING, INC.

Ferguson, Gina 121 Cloverleaf Drive Winston Salem, NC 27103 336-765-7900 [email protected] W

MASONRY

A & M Ventures, Inc. Haq, Waheed PO Box 30801 Raleigh, NC 27622-0801 919-510-0223 [email protected] AA General Contractor

34951 Unlimited

Active Construction

Services LLC

stevons, shante 631 United Drive

Suite# 100-B

DURHAM, NC 27713 (919)206-4440 [email protected] B General Trades/Sub

Contractor

ASG Construction

Services, LLC

Stewart, Svetlana P. O. Box 112 Brown Summit, NC 27214 336-458-6764 [email protected] W

Atlantic Building

Group, Inc.

Pereira, Joao 2664 Timber Drive Garner, NC 27529 (919)662-3001 [email protected] HA General Contractor

63525 None;General

Trades/Sub Boone Masonry, Inc. Boone, Lori 2430 S NC 87 Graham, NC 27253 336-228-0615 [email protected] W General Trades/Sub

Contractor

Brodie

Contractors,Inc.

Brodie, Calvin 3901 Computer Dr. Raleigh, NC 27609 (919)782-2482 [email protected] B General Contractor

30671

Unlimited;General Bryant Industrial

Contractors

Ziegler, Pat 902 Church Street Morrisville, NC 27560 919-467-2492 [email protected] W General Contractor

18046 Intermediate

CRQ MASONRY INC. QUINTERO, CARLOS P.O. BOX 40814 RALEIGH, NC 27629 919-553-8261 [email protected] HA General Trades/Sub

Contractor

Carolina Construction

Works Inc

Evans, Ronald 1305 E. Millbrook Rd Raleigh, NC 27609 919-427-1403 [email protected] B

Cleve Wagstaff Stone

Masonry LLC

Wagstaff, Cleve 309 Wagstaff Road Roxboro, NC 27574 (336)599-6080 [email protected] W General Contractor

23847

Limited;General Cortez LLC Heck, Marinette 3426 Balfour East Durham, NC 27713 919-248-4444 [email protected] B General Contractor

None;General

Trades/Sub CRQ MASONRY INC. QUINTERO, CARLOS P.O. BOX 40814 RALEIGH, NC 27629 919-553-8261 [email protected] HA General Trades/Sub

Contractor

davidson construction Small, tony 208 gibson lane Clayton, NC 27520 (919)550-3485 [email protected] B General Contractor

63308 Limited

DreamBuilt

Construction, Inc.

Thurmond, Carolyn 105 Seldom Farm

Lane

Advance, NC 27006-8775 336-940-3852 [email protected] W General Contractor

75480 Unlimited

Eddie Land, Inc. Land, Nancy P. O. Box 334 Browns Summit, NC 27214 (336)656-1270 [email protected] W General Trades/Sub

Contractor

ETC Contractors, LLC Esteves, Liz 3829 Opportunity

Lane

Raleigh, NC 27603 (919)772-4114 [email protected] HA General Trades/Sub

Contractor

Evans Construction

Services

Evans, William 120 Kingston Ct. Clayton, NC 27527 919-333-6494 [email protected] B General Contractor

71973 Limited

Franco Masonry

Concrete INC

Romero, Franco 4700 Forestville rd Raleigh, NC 27616 919-255-0331 [email protected] HA General Trades/Sub

Contractor

Fred Adams Paving

Co., Inc.

Adams, Fred P.O. Box 227 Morrisville, NC 27560 919-468-9101 [email protected] W General Trades/Sub

Contractor

Gilgeours

Construction

Corporation

Gilgeours, Lisa 2500 E. Bessemer

Ave Ste A

Greensboro, NC 27405 336-558-6572 [email protected] B General Trades/Sub

Contractor

Holt Brothers

Construction LLC

Gilmore, Patrice 421 Fayetteville Street Raleigh, NC 27601 919-787-1981 [email protected] B General Contractor

71120 Unlimited

Home Improvements

Orellana, INC

Orellana, Angel A. 602 Pleasant Drive Durham, NC 27703 919-280-1982 [email protected] HA General Contractor

None

Horus Construction of

NC, Inc.

Robins, Sonya 11550 Common Oaks

Drive

Raleigh, NC 27401 (877)898-6879 [email protected] B General Contractor

2705 132156A None

Horus Construction of

NC, Inc.

Scott, Marcus 11550 Common Oaks

Dr

Raleigh, NC 27614 336-339-3939 [email protected] B General Contractor

68185 None

Incline Construction,

Inc.

Pope, Robert 2503 East Pettigrew

Street

Durham, NC 27703 919-598-8006 [email protected] W General Contractor

55896 Intermediate

JCG & Associates

LLC

Greene, John 612 Martin St Greensboro, NC 27406 336-763-7951 [email protected] B General Contractor

67490 Limited

JCG & Associates

LLC

Greene, john 612 Martin St. Greensboro, NC 27406 336-763-7951 [email protected] B General Contractor

67490

Limited;General Joe Sutton Company Sutton, Joseph 711 Martin Street Greensboro, NC 27406 336-215-0244 [email protected] B General Trades/Sub

Contractor

Johnson & Johnson

Masonry

Johnson, Cathey 412 Berryman St. Greensboro, NC 27405 (336)288-8813 [email protected] B General Trades/Sub

Contractor

Johnson & Johnson

Masonry

Johnson, NJ 412 Berryman St. Greensboro, NC 27405 (336)288-8813 [email protected] B General Trades/Sub

Contractor

Jordan's Mill

Construction Inc

Shea, Brittany 3977 Jordans Mill Ct High Point, NC 27265 336-687-2879 [email protected] W General Contractor

None

K & R Building

Solution

Desmore, Kevin P.O. Box 1148 Chapel Hill, NC 27514 919-869-7353 [email protected] B General Contractor

Limited

KEA Contracting, Inc. Askew, Kathryn 6612 Six Forks Suite

203

Raleigh, NC 27615 919-847-3701 [email protected] W General Contractor

73213

Unlimited;General LL Masonry Inc Romero, Lorena PO Box 11902 Winston Salem, NC 27116 (336)744-0263 [email protected] HA General Trades/Sub

Contractor

Magnolia Construction

LLC

Cook, Monnette 514 S. Stratford Road Winston-Salem, NC 27103 336-724-7202 [email protected] D General Contractor

46428 None;General

Trades/Sub Martins Masonry Inc Martin, Wayne 4401 Grubbs Rd. Walkertown, NC 27051 336-595-8882 [email protected] B General Trades/Sub

Contractor

MASONRY

MANAGEMENT, INC.

TROUTMAN, KATHY P. O. Box 1573 LEXINGTON, NC 27293 336-238-1049 [email protected] W

McClure and

Associates Constru

McClure, Lesle 6201 Remington Lake

Dr.

Raleigh, NC 27616 919-878-8006 [email protected] W General Contractor

42632 Unlimited

Minority Trade

Services

Lopez, Solamon 1710 hamlin road Durham, NC 27704 919-201-7683 [email protected] HA Architectural Service

;General Trades/Sub

Contractor Muter Construction

LLC

Muter, Beth 100 N. Arendell Ave. Zebulon, NC 27597 919-404-8330 [email protected] W General Contractor

73095 None;General

Trades/Sub nc hardscape inc. urena, juan 3912 battleground ave

suite 112- 151

greensboro, NC 27410 336-455-2034 [email protected] HA General Trades/Sub

Contractor

Nehemiah Builders,

Inc

EVANS, DONALD 1305 EAST

MILLBROOK ROAD

RALEIGH, NC 27609 (919)877-0505 [email protected] B General Contractor

55902

Unlimited;General Nesmith Construction,

LLC

McNeal, Maurice 1212 Portland Street Greensboro, NC 27403 336-202-1385 [email protected] B General Contractor

72826 Unlimited

O.U.Chavis

Contracting Corp.

Chavis, Odysseus P.O. Box 36199 Greensboro, NC 27406 (336)378-0072 [email protected] B General Contractor

47772

Unlimited;General Rambo Masonry Gomez, Jose 417 Burke Street Kernersville, NC 27284 336-345-4445 [email protected] HA General Trades/Sub

Contractor

Reddrick Masonry Reddrick, Rueben 701 Felicia Street Durham, NC 27704 919-477-8297 [email protected] B General Trades/Sub

Contractor

RFI Construction LLC Burrows, Rupert 1451 S. Elm Eugene

St.

Greensboro, NC 27406 336-510-0441 [email protected] B General Contractor

None;General

Trades/Sub S and J of Raleigh Spears, Shawn 3235 Mclean Chapel

Church RD

bunnlevel, NC 28323 (919)669-9462 [email protected] B General Contractor

55247

Limited;General SAL

CONSTRUCTION CO.

Shah, Dinesh 1517 Old Apex Rd. Cary, NC 27513 919-460-1817 [email protected] AA Engineering Service

;General Contractor

24633 UnlimitedSGS Contracting, LLC Gattis II, Jonathan 4407 Hopson Road Morrisville, NC 27560 919-391-8515 [email protected] B General Contractor

74326 Limited

Smart Contracting,

Inc.

Hampton, Joe 1516 Miriam Ave Garner, NC 27529 919-633-6409 [email protected] B General Contractor

None;General

Trades/Sub Splendid Services dodson, kenneth P.O. Box 1134 Greensboro, NC 27402 (336)991-2509 [email protected] B General Trades/Sub

Contractor

Steve & Sons

Construction

Esteves, Manny 1529 Sophia Ridge

Drive

Fuquay Varina, NC 27526 919-625-8242 [email protected] HA

Stoney Creek

Construction Inc.

DeBord, Dorian 6510 Brookstone

Drive

Whitsett, NC 27377 336-639-6082 [email protected] W General Contractor

69303

Limited;General STRUCTURE

BUILDING

COMPANY, INC.

Farrar, Jonathan PO Box 13503 Durham, NC 27709 919-730-6821 [email protected] B General Contractor

47994

Unlimited;General SUMMA GENERAL

CONTRACTORS, LLC

VERGARA,

ALFONSO

108 PRESTON PINES

DR

CARY, NC 27513 (919)215-8068 [email protected] HA Engineering Service

;General Contractor

64373 LimitedSunrise Repair and

Construction, Inc.

Estrera, Rolando P.O. Box 1616 Jamestown, NC 27282 336-307-5592 [email protected] AA General Contractor

74637 Limited

T & M Construction

Group LLC

Mapp, Terome 1100 Lake Front Dr.

apt. J

Raleigh, NC 27613 336-404-8640 [email protected] B General Contractor

51912 Limited

The Masonry Co., Inc. Martinez, Jennifer 279 Shady Knoll Lane Mocksville, NC 27028 336-492-2685 [email protected] HA General Trades/Sub

Contractor

U&L Contractors, LLC Aguilar, Mr. 9660-138 Falls of

Neuse Rd.

Raleigh, NC 27615 919-427-4055 [email protected] HA General Trades/Sub

Contractor

William E. Smith

Masonry Inc.

Smith, Tiffany 1818 Marions Ford

Road

Chapel Hill, NC 27516 (919)321-1814 [email protected] B General Trades/Sub

Contractor

LANDSCAPING

Mayes Landscaping &

Concrete Inc.

Mayes, Ricky PO Box 984 Winston Salem, NC 27102 336-682-3845 [email protected] B General Contractor

62266

Limited;General B and B Triangle

Lawncare

Bond, Andre P.O. Box 25006 Durham, NC 27702 (919)423-1417 [email protected] B

jessie lane's

landscaping & trucking

inc

Friddle, Jessica PO Box 225 Summerfield, NC 27358 336-643-4948 [email protected] W

Hicks Landscape

Contractors

hicks, scott 6204 Robertson Pond

Rd

Wendell, NC 27591 919-366-0115 [email protected] D

Davis Site Services,

LLC

Davis, Allyson PO Box 37364 Raleigh, NC 27627 919-520-1696 [email protected] W General Trades/Sub

Contractor NCLC

#1064 Seal Brothers

Contracting, LLC

Seal, Mari 3618 W. Pine Street Mount Airy, NC 27030 336-786-2263 [email protected] W General Trades/Sub

Contractor

Southern Garden, Inc Lichtenstein, Russell P. O. Box 808, Apex,

NC 27502

Cary, NC 27519 919-362-1050 [email protected] W General Trades/Sub

Contractor Landsca

#CL0740 Southernscapes, Inc Roper, Roy 309 S Rogers Lane Raleigh, NC 27610 919-231-0099 [email protected] AA General Trades/Sub

Contractor Landscape

Contractor # 857 W Landscaping Cheek, Wallace 51 Allen Ln Henderson, NC 27536 252-915-5680 [email protected] B General Trades/Sub

Contractor

Transou and Son

Landscaping

Transou, Sherman 144 Cherryview Lane Winston Salem, NC 27105 336-782-3020 [email protected] B General Contractor

None

Triangle Landscape

supplies of

Mangum, Stacey 6300 Cornwalis Road Garner, NC 27529 919-553-1118 [email protected] W

STEEL

Alexis Steel LLC Lara, Mauro 1117 Corporation

Pkwy Ste 108

Raleigh, NC 27610 919-255-3373 [email protected] HA General Trades/Sub

Contractor

Best & Sons Iron

Erectors Inc

Best, Sheila 5103 Willow Bend

Road

Greensboro, NC 27406 (336)697-3883 [email protected] W General Trades/Sub

Contractor

Branagans Metal

Works LLC

Branagan, Edward 708 John st Clayton, NC 27520 919-210-4616 [email protected] B Engineering Service

;General Contractor

Limited;General C.R.Beaver, Inc. Beaver, Joy 5655 Regents Park

Road

Kernersville, NC 27284 (336)996-8829 [email protected] W

Carolina Guardrail,

LLC

Perkins, Carri PO BOX 879 Colfax, NC 27235 336-707-9971 [email protected] W General Trades/Sub

Contractor

Creative Design and

Construction,Inc.

Gupton, Samie PO Box 306 Tobaccoville, NC 27050 (336)983-7048 [email protected] W Architectural Service

;Engineering Service

;General Contractor Custom SheetMetal

Services, Inc

Lee, Peggy 5109 Neal Road Durham, NC 27705 919-282-1070 [email protected] W

Davidson Steel

Services, LLC

Whicker, Sheryl 11075 Old Highway 52 Winston-Salem, NC 27107 336-775-1234 [email protected] W

Flores Welding, Inc. Belhassen, Marielle 961 Palace Garden

Way

Raleigh, NC 27603 (919)838-1060 [email protected] HA

Freeman & Associates Freeman, Ruben 225 Tryon Rd., Ste.

105

Raleigh, NC 27603 919-779-9330 [email protected] B General Contractor

50040 Unlimited

Goulding Construction

Inc.

Goulding, Rhonda 1909 Hemlock Place Clayton, NC 27520 919-763-9151 [email protected] W General Contractor

56831 Limited

Shellste Metals, Inc. Workman, Michelle PO Box 1212 Apex, NC 27502 (919)367-9422 [email protected] W General Trades/Sub

Contractor

Holt Brothers

Construction LLC

Gilmore, Patrice 421 Fayetteville Street Raleigh, NC 27601 919-787-1981 [email protected] B General Contractor

71120 Unlimited

Junior's Drywall LLC Aguirre, Pedro 4808 Old Faison Road Knightdale, NC 27545 919-866-9292 [email protected] HA General Trades/Sub

Contractor

KCAD of North

Carolina Inc

Cox, Kevin 101 Woolard Way Apex, NC 27502 919-225-4472 [email protected] W

Metal Impressions,

Inc.

Sweeley, Renee PO Box 1425 Pittsboro, NC 27312 919-542-4655 [email protected] W General Contractor

74397 Limited

Phillips Iron Works Mah-Throndson,

Maryanne

4809 Auburn

Knightdale Rd.

Raleigh, NC 27610 919-615-1570 [email protected] W General Trades/Sub

Contractor

Quality & Precision

Fencing/welding

Quarterman, Mitchell 4010 old chapel hill

rd.apt1

Durham, NC 27707 (919)428-4391 [email protected] B General Trades/Sub

Contractor

200001868923 SAL

CONSTRUCTION CO.

Shah, Dinesh 1517 Old Apex Rd. Cary, NC 27513 919-460-1817 [email protected] AA Engineering Service

;General Contractor

24633 UnlimitedSchulz Iron Works,

Inc.

Schulz, Cindy 1620 Wolfpack Lane Raleigh, NC 27609 (919)981-6121 [email protected] W

Shellste Metals, Inc. Workman, Michelle PO Box 1212 Apex, NC 27502 (919)367-9422 [email protected] W General Trades/Sub

Contractor

steel city services McQueen, JD 1129 East Geer Street Durham, NC 27704 (919)698-2407 [email protected] B General Trades/Sub

Contractor

Structural Steel of

Carolina

Parnell, Michael 1720 Vargrave Street Winston Salem, NC 27107 336-354-4159 [email protected] W General Trades/Sub

Contractor

Triangle Insulation

Services,

Vaughan, lisa 903 East Trinity

Avenue, Suite 104

Durham, NC 27704 919-682-4300 [email protected] W General Trades/Sub

Contractor

Webb's Welding &

Services

Webb, Johnny 7636 Sam Hall Rd. Oxford, NC 27565 919-690-0867 [email protected] B General Trades/Sub

Contractor

ZAMARRIPA

BROTHERS

FRAMING, IN

ZAMARRIPA,

ADELFINO

5857 Farmwell Rd Raleigh, NC 27610-9274 919-723-6768 [email protected] HA General Contractor

None;General

Trades/Sub

SURVEYING

Company Name Contact Name Address City, State Zip Phone Email Hub Certification Construction

License/Limitation

A1 Consulting Group,

Inc.

Goel, Vinnie 117 International Drive Morrisville, NC 27560 919-469-4800 [email protected] AA Architectural Service

;Engineering Service

;General Contractor CH ENGINEERING,

PLLC

Chambliss, Maha 3220 Glen Royal Rd Raleigh, NC 27617 (919)788-0224 [email protected] W Engineering Service

CIVIL SITEWORKS

INC.

ALSTON, BRYAN 624B Walker Avenue Greensboro, NC 27401 336-707-7615 [email protected] B Engineering Service

;General Contractor

72867 UnlimitedCooper and

Associates Surveyors,

P.A.

Jewell, Colleen P.O. Box 640 Morrisville, NC 27560 919-469-1760 [email protected] W General Trades/Sub

Contractor C-1461, L-

4501 John Davenport

Engineering

Davenport, John 119 Brookstown Ave. Winston-Salem, NC 27101 336-744-1636 [email protected] B Engineering Service

MA ENGINEERING

CONSULTANTS, INC.

Maniktala, Arvin 598 East Chatham

Street

Cary, NC 27511-6956 919-297-0220 [email protected] AA Engineering Service

SEPI

Engineering&Construc

tion

Macdonell, James 1025 Wade Ave Raleigh, NC 27605 919-747-5833 [email protected] W Engineering Service

;General Contractor

NoneJC Waller & Associates, PCWaller, Juhann 7-L Dundas Circle Greensboro, NC 27407 336-697-2637 [email protected] B

Thorburn Associates

Inc

Thorburn, LEED AP,

CTS, Lisa

2500 Gateway Centre

Blvd.

Morrisville, NC 27560 919-463-9995 [email protected] W Engineering Service

CONCRETE

A & D Enterprises, Inc. Hodges, Angela 2975 Motsinger Road Winston-Salem, NC 27107 336-537-4113 [email protected] W General Contractor

68764

Limited;General A & M Ventures, Inc. Haq, Waheed PO Box 30801 Raleigh, NC 27622-0801 919-510-0223 [email protected] AA General Contractor

34951 Unlimited

A VOGT

CONSTRUCTION

Vogt, Anthony 3819 Raintree Drive Greensboro, NC 27407 336-420-8623 [email protected] B General Trades/Sub

Contractor 73557

A&S Concrete

Construction, LLC

Stewart, Paula 6050 Branch Dr Kernersville, NC 27284 336-889-2738 [email protected] W General Trades/Sub

Contractor

Absolute Construction

Group LLC

Alim-Burgos, Furqan 1942 Sterling Hill Dr. Fuquay Varina, NC 27526 919-610-0109 [email protected] HA General Contractor

73036 Limited

ABTAK OF DURHAM

INC

BROWN, ELI 11 LOGGING TRAIL DURHAM,, NC 27707 (919)259-0091 [email protected] B General Contractor

71930 None;General

Trades/Sub acosta construction

and concrete

godwin, steve 2028 Ballston place knightdale, NC 27545 704-493-2593 [email protected] HA General Trades/Sub

Contractor

Allis Concrete

Construction,LLC

Allis, Rebecca 2070 Farmington Rd. Mocksville, NC 27028 (336)940-2468 [email protected] W General Trades/Sub

Contractor

American Cornerstone

Construction, Inc.

Brothers, Lisa 1088 Tommys Lake

Rd.

Winston Salem, NC 27105 336-922-0500 [email protected] W General Trades/Sub

Contractor

Amidon, Inc. Amidon, Angela 3319 Heritage Trade

Drive

Wake Forest, NC 27587 919-435-5355 [email protected] AA General Contractor

60664

Unlimited;General Andrew General

Contractor

Company,Inc

Chavez, Maria F 206 Hampton Lee Ct Cary, NC 27513 904-887-5622 [email protected] HA General Trades/Sub

Contractor

Angeles Construction,

Inc.

Angeles, Marco 3001 Carbonton Rd Sanford, NC 27330 (919)842-2130 [email protected] HA General Trades/Sub

Contractor

ARW Concrete Burns, Wendy 120 Salem Towne Ct Apex, NC 27502 919-267-5124 [email protected] W General Trades/Sub

Contractor

Ascent Construction

Solutions, LLC

Hasan, Tonya 2615 Burgandy Street Winston-Salem, NC 27107 336-771-9852 [email protected] B General Trades/Sub

Contractor

ASJ Wilson

Construction

Wilson, Josephus 415 Pisgah Church

RD

Greensboro, NC 27455 336-272-7722 [email protected] B General Contractor

65796 Limited

Atlantic Building

Group, Inc.

Pereira, Joao 2664 Timber Drive Garner, NC 27529 (919)662-3001 [email protected] HA General Contractor

63525 None;General

Trades/Sub Atlantic Resources

Inc.

Barefoot, Brian 1515 S Bright Leaf

Blvd

SMITHFIELD, NC 27577 919-938-3201 [email protected] W

Aurora Renovations

and Developments,

LLC

Lopez, Oscar D. 8474 Stafford Mill Rd Oak Ridge, NC 27310 336-708-4486 [email protected] HA General Contractor

None;General

Trades/Sub BCG Construction

LLC

Rice, Gregory 6287 little Creek

Church Rd

Clayton, NC 27520 256-655-6263 [email protected] B Architectural Service

;Engineering Service

;General Trades/Sub Briegan Construction

Services Inc

Tiffany, Eileen 8000 Dirt Road Apex, NC 27539 919-661-0901 [email protected] W General Trades/Sub

Contractor

browecon Brown, Jillane 451 OAK TREE

DRIVE

SELMA, NC 27576 919-415-1616 [email protected] W General Contractor

Unlimited

Bryant Industrial

Contractors

Ziegler, Pat 902 Church Street Morrisville, NC 27560 919-467-2492 [email protected] W General Contractor

18046 Intermediate

Burton's Services,

LLC

Burton, Stephanie PO Box 321 Mocksville, NC 27028 (336)575-9254 [email protected] W

C&J Construction of

Charlotte, LLC

Smith, Jimmy 3601 Play Gate Lane Durham, NC 27703 919-697-9762 [email protected] B General Trades/Sub

Contractor

C.R.Beaver, Inc. Beaver, Joy 5655 Regents Park

Road

Kernersville, NC 27284 (336)996-8829 [email protected] W

C2 Contractors, LLC Lamberth, Cornelious 405 Banner Avenue GREENSBORO, NC 27401 (336)379-8806 [email protected] B Electrical Contractor

;General Contractor

64914 Cadet Construction

Company

Dillahunt, Jr, Jimmy 6300 Chapel Hill Road Raleigh, NC 27607 919-758-8161 [email protected] B General Contractor

73807

Unlimited;General CALLIS

CONTRACTORS,

INC.

Callis, Jesse 1306 Broad Street Durham, NC 27705-3533 919-416-6191 [email protected] B General Contractor

59167 None;General

Trades/Sub Carolina Construction

Works Inc

Evans, Ronald 1305 E. Millbrook Rd Raleigh, NC 27609 919-427-1403 [email protected] B

Central Concrete of

N.C., Inc.

Sousa, Rui 4700 Trademark Drive Raleigh, NC 27610 919-467-5547 [email protected] HA General Trades/Sub

Contractor

Certified Concrete

Construction, Inc.

Sousa, Johnny 8700 Fleet Service Dr Raleigh, NC 27617 919-781-5575 [email protected] HA General Trades/Sub

Contractor

CIC Construction

Group USA, LLC

Sucre, Gilberto 5540 Centerview

Drive

Raleigh, NC 27606 919-297-2957 [email protected] HA General Contractor

77100 Unlimited

Cinda Corporation Cobb, Virgil 1922 MARTIN

LUTHER KING

JR.DR.

WINSTON SALEM,

NC

27107 704-746-7474 [email protected] B

CIVIL SITEWORKS

INC.

ALSTON, BRYAN 624B Walker Avenue Greensboro, NC 27401 336-707-7615 [email protected] B Engineering Service

;General Contractor

72867 UnlimitedClement Construction

Corporation

Clement Sr., Phillip 3735 Beeson Dairy

Rd.

Winston Salem, NC 27105 (336)661-2488 [email protected] B General Trades/Sub

Contractor 67844

Concrete Solutions by

Jimmy Hickman and

Hickman, James PO box 65 doral dr tobaccoville, NC 27050 336-782-1968 [email protected] B General Trades/Sub

Contractor

Construction

Concepts and Design

Inc.

McClain, Clifford 1922 S. Martin Luther

King Jr. Dr

Winston Salem, NC 27107 336-488-7112 [email protected] B Architectural Service

;Engineering Service

;General Contractor Cortez LLC Heck, Marinette 3426 Balfour East Durham, NC 27713 919-248-4444 [email protected] B General Contractor

None;General

Trades/Sub Cruz Brothers

Concrete,Inc.

Cruz, Maria 1572 Payne Road Lot

#75

Graham, NC 27253 (336)376-0787 [email protected] HA General Trades/Sub

Contractor

Cruz Concrete

Experts NC, LLC.

Moreno, Julie 8524 Six Forks Road Raleigh, NC 27615 919-803-3730 [email protected] HA General Trades/Sub

Contractor

Crystal Blu Pressure

Washing LLC

ford, tyrone 1113 taos trail RALEIGH, NC 27603 919-438-6690 [email protected] B

davidson construction Small, tony 208 gibson lane Clayton, NC 27520 (919)550-3485 [email protected] B General Contractor

63308 Limited

DayeCo Construction

LLC

Daye, Thomas 4100 Five Oaks Drive

#20

Durham, NC 27707 919-724-8111 [email protected] B General Contractor

None;General

Trades/Sub Double R Concrete

Finishing

Williams, Randy L. 6917 Windover Drive Durham, NC 27712 (919)477-3009 [email protected] B

DreamBuilt

Construction, Inc.

Thurmond, Carolyn 105 Seldom Farm

Lane

Advance, NC 27006-8775 336-940-3852 [email protected] W General Contractor

75480 Unlimited

DWG Property

Services Co LLC

Simms, Lisa 400 W. Main Street Durham, NC 27701 919-794-5948 [email protected] B General Trades/Sub

Contractor

Estrello Construction

Group, LLC

Estrello, Miguel 56 Needham Lane Clayton, NC 27527 919-802-2761 [email protected] HA General Contractor

79308

Limited;General Evans Construction

Services

Evans, William 120 Kingston Ct. Clayton, NC 27527 919-333-6494 [email protected] B General Contractor

71973 Limited

FEMCO Construction

LLC

Burkart, Lindsay 7302 Cessna Drive Greensboro, NC 27409 (336)669-1352 [email protected] W General Contractor

70215 Unlimited

Forsyth Ready Mix,

Inc.

Speer, Annie PO Box 95 Rural Hall, NC 27045 336-969-0446 [email protected] W

Franco Masonry

Concrete INC

Romero, Franco 4700 Forestville rd Raleigh, NC 27616 919-255-0331 [email protected] HA General Trades/Sub

Contractor

Giant Development,

Inc

Crabtree, Johanna 509 Pylon Dr Raleigh, NC 27606 919-521-0594 [email protected] W

Gilgeours

Construction

Corporation

Gilgeours, Lisa 2500 E. Bessemer

Ave Ste A

Greensboro, NC 27405 336-558-6572 [email protected] B General Trades/Sub

Contractor

Golden City

Construction, Inc.

Munn, Quintin 410 South Driver St Durham, NC 27703 919-358-3604 [email protected] AA General Contractor

77534 Limited

Goliath Construction,

LLC

Fonville, Eric 14460 Falls of Neuse

Rd

Raleigh, NC 27614 919-896-9909 [email protected] B General Contractor

70521

Limited;General Goulding Construction

Inc.

goulding, rhonda PO BOX 136 Clayton, NC 27528 (919)763-9151 [email protected] W General Contractor

56831 Limited

Harris Concrete and

Construction, Inc

harris, sean 1931 allyson ave greensboro, NC 27405 (336)362-3178 [email protected] B General Trades/Sub

Contractor

Hinton Concrete, LLC Hinton, Walter 2430

Baileyscrossroad Rd

Coats, NC 27521 919-868-2962 [email protected] B General Trades/Sub

Contractor

Holt Brothers

Construction LLC

Gilmore, Patrice 421 Fayetteville Street Raleigh, NC 27601 919-787-1981 [email protected] B General Contractor

71120 Unlimited

Honducom Concrete,

Inc.

Suazo, Ramon P.O. Box 14968 Raleigh, NC 27620 (919)662-0388 [email protected] HA General Trades/Sub

Contractor

Horus Construction of

NC, Inc.

Scott, Marcus 11550 Common Oaks

Dr

Raleigh, NC 27614 336-339-3939 [email protected] B General Contractor

68185 None

Incline Construction,

Inc.

Pope, Robert 2503 East Pettigrew

Street

Durham, NC 27703 919-598-8006 [email protected] W General Contractor

55896 Intermediate

IQ Contracting, LLC Nunez, Robert P. O. Box 6069 Raleigh, NC 27628 (919)832-5111 [email protected] HA General Contractor

60795

Limited;General J. S. Mention

Construction, LLC

Mention, Jamal 1451 South Elm-

Eugene Street

Greensboro, NC 27406 336-373-1911 [email protected] B General Contractor

70689 None

JC Concrete

Construction, LLC

Corona, Josue P.O. Box 613 Pinnacle, NC 27043 336-699-6270 [email protected] HA General Trades/Sub

Contractor

JCG & Associates

LLC

Greene, John 612 Martin St Greensboro, NC 27406 336-763-7951 [email protected] B General Contractor

67490 Limited

JDB Contracting, LLC West, Michele 6109 Bramlette Court Fuquay Varina, NC 27526 919-455-5749 [email protected] W

Jordan's Mill

Construction Inc

Shea, Brittany 3977 Jordans Mill Ct High Point, NC 27265 336-687-2879 [email protected] W General Contractor

None

KEA Contracting, Inc. Askew, Kathryn 6612 Six Forks Suite

203

Raleigh, NC 27615 919-847-3701 [email protected] W General Contractor

73213

Unlimited;General Kirk & Pam

Construction Inc

Keranen, Pamela PO Box 340 Sophia, NC 27350 (336)431-0255 [email protected] W General Trades/Sub

Contractor

Lacayo Concrete

Flatwork, Inc

Lacayo, Ernest 246 River Trace Drive Rougemont, NC 27572 336-364-2252 [email protected] HA

Magnolia Construction

LLC

Cook, Monnette 514 S. Stratford Road Winston-Salem, NC 27103 336-724-7202 [email protected] D General Contractor

46428 None;General

Trades/Sub Martinez Company Brown, Keith 342 Fleming Drive Durham, NC 27712 (919)724-2611 [email protected] HA General Contractor

68806

Unlimited;General Martinez Construction

NC LLC

Perez Martinez,

Ismael

1052 Heather ln Wake Forest, NC 27587 919-600-1723 [email protected] HA General Trades/Sub

Contractor

Mayes Landscaping &

Concrete Inc.

Mayes, Ricky PO Box 984 Winston Salem, NC 27102 336-682-3845 [email protected] B General Contractor

62266

Limited;General McClure and

Associates Constru

McClure, Lesle 6201 Remington Lake

Dr.

Raleigh, NC 27616 919-878-8006 [email protected] W General Contractor

42632 Unlimited

MCNOC, Inc. McCoy, Mathew 2664 Timber Dr STE

345

Garner, NC 27529 919-772-6159 [email protected] B Electrical Contractor

;General Contractor

None;General Minority Trade

Services

Lopez, Solamon 1710 hamlin road Durham, NC 27704 919-201-7683 [email protected] HA Architectural Service

;General Trades/Sub

Contractor Muter Construction

LLC

Muter, Beth 100 N. Arendell Ave. Zebulon, NC 27597 919-404-8330 [email protected] W General Contractor

73095 None;General

Trades/Sub Nall Construction Co Nall, Elizabeth PO Box 103 Gibsonville, NC 27249 336-707-9735 [email protected] W General Contractor

73967 Limited

nc hardscape inc. urena, juan 3912 battleground ave

suite 112- 151

greensboro, NC 27410 336-455-2034 [email protected] HA General Trades/Sub

Contractor

Nehemiah Builders,

Inc

EVANS, DONALD 1305 EAST

MILLBROOK ROAD

RALEIGH, NC 27609 (919)877-0505 [email protected] B General Contractor

55902

Unlimited;General Nesmith Construction,

LLC

McNeal, Maurice 1212 Portland Street Greensboro, NC 27403 336-202-1385 [email protected] B General Contractor

72826 Unlimited

New Shine Concrete Felisberto, Rigelma 4223 Glen Summit Ct Apex, NC 27539 919-772-5127 [email protected] HA General Trades/Sub

Contractor 96637

O.U.Chavis

Contracting Corp.

Chavis, Odysseus P.O. Box 36199 Greensboro, NC 27406 (336)378-0072 [email protected] B General Contractor

47772

Unlimited;General PCM Construction,

Inc.

Pena, Juan 133 Bluff Street Jonesville, NC 28642 (336)527-4536 [email protected] HA General Trades/Sub

Contractor

PGA Construction Inc Reeser, Kelli 9 Crosswinds Estates

Dr.

Pittsboro, NC 27312 919-610-1260 [email protected] W General Contractor

67249 Limited

Praylor Construction

Company

Praylor, Michael 4005 Pond Valley

Court

Mc Leansville, NC 27301 336-471-8987 [email protected] B General Contractor

64702 Limited

PRO-TECH

CONSTRUCTION INC

Wilkerson, Linda 7429 ACC Blvd, Suite

109

Raleigh, NC 27617-8401 919-848-9035 [email protected] W General Contractor

28732

Limited;General Pull Construction

Company, Inc

Frazelle, Kenneth PO Box 16725 Greensboro, NC 27416 336-274-6813 [email protected] B General Contractor

34046 Intermediate

QST,Inc Fleming, Warren 157 Hickory Street North Cooleemee, NC 20874 301-916-4522 [email protected] B

R&W Construction of

NC Inc.

Robinson, Charlotte 132 S Main Street Warrenton, NC 27589 910-860-8898 [email protected] B Architectural Service

;Engineering Service

RBS Grading &

Excavating, INC.

Jones, Richard 4206 Holder Rd. Durham, NC 27703 919-596-5669 [email protected] AI General Contractor

38638

Unlimited;General Reach Construction

Group, LLC

Martin, Brandon 7501 Falls of the

Neuse Rd

Raleigh, NC 27615 919-842-4380 [email protected] B General Contractor

73359

Unlimited;General Reddrick Masonry Reddrick, Rueben 701 Felicia Street Durham, NC 27704 919-477-8297 [email protected] B General Trades/Sub

Contractor

RFI Construction LLC Burrows, Rupert 1451 S. Elm Eugene

St.

Greensboro, NC 27406 336-510-0441 [email protected] B General Contractor

None;General

Trades/Sub Roadrunner Concrete

LLC

Vasquez, Ossiris 5223 LLOYD HILL LN GRAHAM, NC 27253 336-675-6238 [email protected] HA General Trades/Sub

Contractor

Royals Contracting,

Inc.

Royals, Pat PO Box 91359 Raleigh, NC 27675 919-847-3811 [email protected] W General Contractor

59612 Unlimited

S and J of Raleigh Spears, Shawn 3235 Mclean Chapel

Church RD

bunnlevel, NC 28323 (919)669-9462 [email protected] B General Contractor

55247

Limited;General

SAL

CONSTRUCTION CO.

Shah, Dinesh 1517 Old Apex Rd. Cary, NC 27513 919-460-1817 [email protected] AA Engineering Service

;General Contractor

24633 UnlimitedSelect Concrete

Construction LLC

Irwin, Mary 346 Elizabeth Brady

Rd

Hillsborough, NC 27278 919-459-7235 [email protected] W General Trades/Sub

Contractor

Sinclair Contracting,

LLC

Lennon, Walter Post Office Box 1495 Wake Forest, NC 27588 919-522-8285 [email protected] B General Contractor

72293 Limited

Skyrock Construction

LLC

Manso, Nana 1000 Old Milburnie Rd

Suite A

Raleigh, NC 27604 919-266-2446 [email protected] B General Contractor

68111

Limited;General SLM Construction

Company Inc.

McLeod, Sandra 513 White Smith Road Pittsboro, NC 27312 (919)663-0968 [email protected] W General Trades/Sub

Contractor

Smart Contracting,

Inc.

Hampton, Joe 1516 Miriam Ave Garner, NC 27529 919-633-6409 [email protected] B General Contractor

None;General

Trades/Sub SRS Inc. Edwards, Monte PO Box 38771 Greensboro, NC 27438 336-580-9000 [email protected] B General Contractor

64370 None

Steve & Sons

Construction

Esteves, Manny 1529 Sophia Ridge

Drive

Fuquay Varina, NC 27526 919-625-8242 [email protected] HA

Stoney Creek

Construction Inc.

DeBord, Dorian 6510 Brookstone

Drive

Whitsett, NC 27377 336-639-6082 [email protected] W General Contractor

69303

Limited;General STRUCTURE

BUILDING

COMPANY, INC.

Farrar, Jonathan PO Box 13503 Durham, NC 27709 919-730-6821 [email protected] B General Contractor

47994

Unlimited;General SUMMA GENERAL

CONTRACTORS, LLC

VERGARA,

ALFONSO

108 PRESTON PINES

DR

CARY, NC 27513 (919)215-8068 [email protected] HA Engineering Service

;General Contractor

64373 LimitedSunrise Repair and

Construction, Inc.

Estrera, Rolando P.O. Box 1616 Jamestown, NC 27282 336-307-5592 [email protected] AA General Contractor

74637 Limited

SVG Concrete

Services Inc.

VERASTEGUI,

SERGIO

PO BOX 4308 CARY, NC 27519 (919)567-0044 [email protected] HA General Trades/Sub

Contractor

T & M Construction

Group LLC

Mapp, Terome 1100 Lake Front Dr.

apt. J

Raleigh, NC 27613 336-404-8640 [email protected] B General Contractor

51912 Limited

Triangle Concrete and

Contracting, Inc.

Kuley, Barbara 7002 Scarlet Lane Garner, NC 27529 (919)662-0406 [email protected] W General Trades/Sub

Contractor

tsimmonsbackhoecon

crete

simmons, theodore 7507 doggett rd brownsummitt, NC 27214 (336)382-1167 [email protected] B

W. E. GARRISON CO Garrison, Colleen 5820 Fayetteville

Road

Raleigh, NC 27603 919-772-4144 [email protected] W General Contractor

None;General

Trades/Sub WHITLEY

CONTRACTING INC

WHITLEY, BRANDY 5735 BROGDEN RD SMITHFIELD, NC 27577 919-524-1703 [email protected] W General Contractor

71585 Limited

SIGNAGE

AKS Gifts &

Promotionals LLC

Lindsay, Andrew 4465 Kimball Lane Winston Salem, NC 27105 336-744-9542 [email protected] B

AMERICAN SAFETY

PRODUCTS

Arrington Jr., Warren

H.

3200 Glen Royal Rd Raleigh, NC 27617 919-571-7822 [email protected] B

AOA Signs Inc. Kay, Joy 206 EAST HEMLOCK

ST.

YADKINVILLE, NC 27055 336-679-3344 [email protected] W

Atlantic Resources

Inc.

Barefoot, Brian 1515 S Bright Leaf

Blvd

SMITHFIELD, NC 27577 919-938-3201 [email protected] W

Bear Co. & Signs &

Lighting, I

VanDerGoot, Rebecca 2618-A Battleground

Avenue #276

Greensboro, NC 27408 336-854-1023 [email protected] W

Brandilly Marketing &

Creative

Washington, Kemah 615 W. Hargett Street Raleigh, NC 27603 919-278-7896 [email protected] B

Corum Signs, Inc. Corum, Beverly 104 Tandy Court Jamestown, NC 27282 336-886-2212 [email protected] W

Fastsigns Riddle, Angela 1305 N. Main St. High Point, NC 27262 336-887-2923 [email protected] W

Hargett Supply, Inc. Hargett, Kathy 6845 Spencer Dixon

Rd.

Greensboro, NC 27455 336-580-2606 [email protected] W

Innovative Signs &

Graphics, LLC

Pierce, Doug 1145A St Mark's

Chruch Road

Burlington, NC 27215 336-538-1825 [email protected] W

Mebane Distributing

Company LLC

Denton, Meg 1508 Cedar Pointe

Drive

Mebane, NC 27302 336-263-8337 [email protected] W

Nature Graphics Beazley, Lea 207 Horseshoe Bend

Road

Littleton, NC 27850 704-880-8026 [email protected] W

Precision Signs Inc. Peach, Laurie 6601 Hillsborough

Street

Raleigh, NC 27606 919-615-0979 [email protected] W

Rodney's Custom Cut

Sign Co.

Dalpe, Tayler 600 Irving Parkway Holly Springs, NC 27540 919-362-9669 [email protected] W

S J DIGITAL

SERVICES , LLC

OROSCO, SOPHIA 2110 A CHESHIRE

WAY

Greensboro, NC 27405 336-852-7141 [email protected] HA

Signs Now Lewis, Cat 2424 Atlantic Ave. Raleigh, NC 27604 919-546-0006 [email protected] W

Stay Alert Safety

Services

Babcock, Melissa 272 Clayton Forest

Road

Kernersville, NC 27284 336-993-2828 [email protected] W

Steed's Service

Company, Inc.

Steed, Dale 109 Pineywood Street Thomasville, NC 27360-3434 336-475-0745 [email protected] D

TES ENGRAVING &

SIGNS INC

WILLIAMS, JR.,

BENNIE

620 Motor Rd Winston Salem, NC 27105 336-723-5816 [email protected] B

the trac company Rawley, Madeline 2320 Spruce Shadows

Lane

raleigh, NC 27614 336-309-4249 [email protected] B

TraSam Industries Snipes, Tracy PO Box 103 Whitsett, NC 27377 336-512-0536 [email protected] B

PAINT

STRIPPINGCALLIS

CONTRACTORS,

INC.

Callis, Jesse 1306 Broad Street Durham, NC 27705-3533 919-416-6191 [email protected] B General Contractor

59167 None;General

Trades/Sub Construction

Concepts and Design

Inc.

McClain, Clifford 1922 S. Martin Luther

King Jr. Dr

Winston Salem, NC 27107 336-488-7112 [email protected] B Architectural Service

;Engineering Service

;General Contractor Creative Design and

Construction,Inc.

Gupton, Samie PO Box 306 Tobaccoville, NC 27050 (336)983-7048 [email protected] W Architectural Service

;Engineering Service

;General Contractor DayeCo Construction

LLC

Daye, Thomas 4100 Five Oaks Drive

#20

Durham, NC 27707 919-724-8111 [email protected] B General Contractor

None;General

Trades/Sub Nehemiah Builders,

Inc

EVANS, DONALD 1305 EAST

MILLBROOK ROAD

RALEIGH, NC 27609 (919)877-0505 [email protected] B General Contractor

55902

Unlimited;General Praylor Construction

Company

Praylor, Michael 4005 Pond Valley

Court

Mc Leansville, NC 27301 336-471-8987 [email protected] B General Contractor

64702 Limited

LMJ Pavement

Marking,LLC

Calton, Kristin 76 oak Fern lane Willow Spring, NC 27592 910-322-6749 [email protected] W

T & M Construction

Group LLC

Mapp, Terome 1100 Lake Front Dr.

apt. J

Raleigh, NC 27613 336-404-8640 [email protected] B General Contractor

51912 Limited

The Smith Group-

CLWLLC

Smith, Darius 3825 Clara Lane Winston Salem, NC 27105 336-347-9847 [email protected] B Engineering Service

;General Contractor

Unlimited;General ASPHALT

Asphalt Services on

Demand, Inc.

Daniels, Amber 959 Short Journey Rd. Smithfield, NC 27577 919-209-0020 [email protected] W

YADKIN VALLEY

PAVING, INC.

Ferguson, Gina 121 Cloverleaf Drive Winston Salem, NC 27103 336-765-7900 [email protected] W

MASONRY

A & M Ventures, Inc. Haq, Waheed PO Box 30801 Raleigh, NC 27622-0801 919-510-0223 [email protected] AA General Contractor

34951 Unlimited

Active Construction

Services LLC

stevons, shante 631 United Drive

Suite# 100-B

DURHAM, NC 27713 (919)206-4440 [email protected] B General Trades/Sub

Contractor

ASG Construction

Services, LLC

Stewart, Svetlana P. O. Box 112 Brown Summit, NC 27214 336-458-6764 [email protected] W

Atlantic Building

Group, Inc.

Pereira, Joao 2664 Timber Drive Garner, NC 27529 (919)662-3001 [email protected] HA General Contractor

63525 None;General

Trades/Sub Boone Masonry, Inc. Boone, Lori 2430 S NC 87 Graham, NC 27253 336-228-0615 [email protected] W General Trades/Sub

Contractor

Brodie

Contractors,Inc.

Brodie, Calvin 3901 Computer Dr. Raleigh, NC 27609 (919)782-2482 [email protected] B General Contractor

30671

Unlimited;General Bryant Industrial

Contractors

Ziegler, Pat 902 Church Street Morrisville, NC 27560 919-467-2492 [email protected] W General Contractor

18046 Intermediate

CRQ MASONRY INC. QUINTERO, CARLOS P.O. BOX 40814 RALEIGH, NC 27629 919-553-8261 [email protected] HA General Trades/Sub

Contractor

Carolina Construction

Works Inc

Evans, Ronald 1305 E. Millbrook Rd Raleigh, NC 27609 919-427-1403 [email protected] B

Cleve Wagstaff Stone

Masonry LLC

Wagstaff, Cleve 309 Wagstaff Road Roxboro, NC 27574 (336)599-6080 [email protected] W General Contractor

23847

Limited;General Cortez LLC Heck, Marinette 3426 Balfour East Durham, NC 27713 919-248-4444 [email protected] B General Contractor

None;General

Trades/Sub CRQ MASONRY INC. QUINTERO, CARLOS P.O. BOX 40814 RALEIGH, NC 27629 919-553-8261 [email protected] HA General Trades/Sub

Contractor

davidson construction Small, tony 208 gibson lane Clayton, NC 27520 (919)550-3485 [email protected] B General Contractor

63308 Limited

DreamBuilt

Construction, Inc.

Thurmond, Carolyn 105 Seldom Farm

Lane

Advance, NC 27006-8775 336-940-3852 [email protected] W General Contractor

75480 Unlimited

Eddie Land, Inc. Land, Nancy P. O. Box 334 Browns Summit, NC 27214 (336)656-1270 [email protected] W General Trades/Sub

Contractor

ETC Contractors, LLC Esteves, Liz 3829 Opportunity

Lane

Raleigh, NC 27603 (919)772-4114 [email protected] HA General Trades/Sub

Contractor

Evans Construction

Services

Evans, William 120 Kingston Ct. Clayton, NC 27527 919-333-6494 [email protected] B General Contractor

71973 Limited

Franco Masonry

Concrete INC

Romero, Franco 4700 Forestville rd Raleigh, NC 27616 919-255-0331 [email protected] HA General Trades/Sub

Contractor

Fred Adams Paving

Co., Inc.

Adams, Fred P.O. Box 227 Morrisville, NC 27560 919-468-9101 [email protected] W General Trades/Sub

Contractor

Gilgeours

Construction

Corporation

Gilgeours, Lisa 2500 E. Bessemer

Ave Ste A

Greensboro, NC 27405 336-558-6572 [email protected] B General Trades/Sub

Contractor

Holt Brothers

Construction LLC

Gilmore, Patrice 421 Fayetteville Street Raleigh, NC 27601 919-787-1981 [email protected] B General Contractor

71120 Unlimited

Home Improvements

Orellana, INC

Orellana, Angel A. 602 Pleasant Drive Durham, NC 27703 919-280-1982 [email protected] HA General Contractor

None

Horus Construction of

NC, Inc.

Robins, Sonya 11550 Common Oaks

Drive

Raleigh, NC 27401 (877)898-6879 [email protected] B General Contractor

2705 132156A None

Horus Construction of

NC, Inc.

Scott, Marcus 11550 Common Oaks

Dr

Raleigh, NC 27614 336-339-3939 [email protected] B General Contractor

68185 None

Incline Construction,

Inc.

Pope, Robert 2503 East Pettigrew

Street

Durham, NC 27703 919-598-8006 [email protected] W General Contractor

55896 Intermediate

JCG & Associates

LLC

Greene, John 612 Martin St Greensboro, NC 27406 336-763-7951 [email protected] B General Contractor

67490 Limited

JCG & Associates

LLC

Greene, john 612 Martin St. Greensboro, NC 27406 336-763-7951 [email protected] B General Contractor

67490

Limited;General Joe Sutton Company Sutton, Joseph 711 Martin Street Greensboro, NC 27406 336-215-0244 [email protected] B General Trades/Sub

Contractor

Johnson & Johnson

Masonry

Johnson, Cathey 412 Berryman St. Greensboro, NC 27405 (336)288-8813 [email protected] B General Trades/Sub

Contractor

Johnson & Johnson

Masonry

Johnson, NJ 412 Berryman St. Greensboro, NC 27405 (336)288-8813 [email protected] B General Trades/Sub

Contractor

Jordan's Mill

Construction Inc

Shea, Brittany 3977 Jordans Mill Ct High Point, NC 27265 336-687-2879 [email protected] W General Contractor

None

K & R Building

Solution

Desmore, Kevin P.O. Box 1148 Chapel Hill, NC 27514 919-869-7353 [email protected] B General Contractor

Limited

KEA Contracting, Inc. Askew, Kathryn 6612 Six Forks Suite

203

Raleigh, NC 27615 919-847-3701 [email protected] W General Contractor

73213

Unlimited;General LL Masonry Inc Romero, Lorena PO Box 11902 Winston Salem, NC 27116 (336)744-0263 [email protected] HA General Trades/Sub

Contractor

Magnolia Construction

LLC

Cook, Monnette 514 S. Stratford Road Winston-Salem, NC 27103 336-724-7202 [email protected] D General Contractor

46428 None;General

Trades/Sub Martins Masonry Inc Martin, Wayne 4401 Grubbs Rd. Walkertown, NC 27051 336-595-8882 [email protected] B General Trades/Sub

Contractor

MASONRY

MANAGEMENT, INC.

TROUTMAN, KATHY P. O. Box 1573 LEXINGTON, NC 27293 336-238-1049 [email protected] W

McClure and

Associates Constru

McClure, Lesle 6201 Remington Lake

Dr.

Raleigh, NC 27616 919-878-8006 [email protected] W General Contractor

42632 Unlimited

Minority Trade

Services

Lopez, Solamon 1710 hamlin road Durham, NC 27704 919-201-7683 [email protected] HA Architectural Service

;General Trades/Sub

Contractor Muter Construction

LLC

Muter, Beth 100 N. Arendell Ave. Zebulon, NC 27597 919-404-8330 [email protected] W General Contractor

73095 None;General

Trades/Sub nc hardscape inc. urena, juan 3912 battleground ave

suite 112- 151

greensboro, NC 27410 336-455-2034 [email protected] HA General Trades/Sub

Contractor

Nehemiah Builders,

Inc

EVANS, DONALD 1305 EAST

MILLBROOK ROAD

RALEIGH, NC 27609 (919)877-0505 [email protected] B General Contractor

55902

Unlimited;General Nesmith Construction,

LLC

McNeal, Maurice 1212 Portland Street Greensboro, NC 27403 336-202-1385 [email protected] B General Contractor

72826 Unlimited

O.U.Chavis

Contracting Corp.

Chavis, Odysseus P.O. Box 36199 Greensboro, NC 27406 (336)378-0072 [email protected] B General Contractor

47772

Unlimited;General Rambo Masonry Gomez, Jose 417 Burke Street Kernersville, NC 27284 336-345-4445 [email protected] HA General Trades/Sub

Contractor

Reddrick Masonry Reddrick, Rueben 701 Felicia Street Durham, NC 27704 919-477-8297 [email protected] B General Trades/Sub

Contractor

RFI Construction LLC Burrows, Rupert 1451 S. Elm Eugene

St.

Greensboro, NC 27406 336-510-0441 [email protected] B General Contractor

None;General

Trades/Sub S and J of Raleigh Spears, Shawn 3235 Mclean Chapel

Church RD

bunnlevel, NC 28323 (919)669-9462 [email protected] B General Contractor

55247

Limited;General SAL

CONSTRUCTION CO.

Shah, Dinesh 1517 Old Apex Rd. Cary, NC 27513 919-460-1817 [email protected] AA Engineering Service

;General Contractor

24633 UnlimitedSGS Contracting, LLC Gattis II, Jonathan 4407 Hopson Road Morrisville, NC 27560 919-391-8515 [email protected] B General Contractor

74326 Limited

Smart Contracting,

Inc.

Hampton, Joe 1516 Miriam Ave Garner, NC 27529 919-633-6409 [email protected] B General Contractor

None;General

Trades/Sub Splendid Services dodson, kenneth P.O. Box 1134 Greensboro, NC 27402 (336)991-2509 [email protected] B General Trades/Sub

Contractor

Steve & Sons

Construction

Esteves, Manny 1529 Sophia Ridge

Drive

Fuquay Varina, NC 27526 919-625-8242 [email protected] HA

Stoney Creek

Construction Inc.

DeBord, Dorian 6510 Brookstone

Drive

Whitsett, NC 27377 336-639-6082 [email protected] W General Contractor

69303

Limited;General STRUCTURE

BUILDING

COMPANY, INC.

Farrar, Jonathan PO Box 13503 Durham, NC 27709 919-730-6821 [email protected] B General Contractor

47994

Unlimited;General SUMMA GENERAL

CONTRACTORS, LLC

VERGARA,

ALFONSO

108 PRESTON PINES

DR

CARY, NC 27513 (919)215-8068 [email protected] HA Engineering Service

;General Contractor

64373 LimitedSunrise Repair and

Construction, Inc.

Estrera, Rolando P.O. Box 1616 Jamestown, NC 27282 336-307-5592 [email protected] AA General Contractor

74637 Limited

T & M Construction

Group LLC

Mapp, Terome 1100 Lake Front Dr.

apt. J

Raleigh, NC 27613 336-404-8640 [email protected] B General Contractor

51912 Limited

The Masonry Co., Inc. Martinez, Jennifer 279 Shady Knoll Lane Mocksville, NC 27028 336-492-2685 [email protected] HA General Trades/Sub

Contractor

U&L Contractors, LLC Aguilar, Mr. 9660-138 Falls of

Neuse Rd.

Raleigh, NC 27615 919-427-4055 [email protected] HA General Trades/Sub

Contractor

William E. Smith

Masonry Inc.

Smith, Tiffany 1818 Marions Ford

Road

Chapel Hill, NC 27516 (919)321-1814 [email protected] B General Trades/Sub

Contractor

LANDSCAPING

Mayes Landscaping &

Concrete Inc.

Mayes, Ricky PO Box 984 Winston Salem, NC 27102 336-682-3845 [email protected] B General Contractor

62266

Limited;General B and B Triangle

Lawncare

Bond, Andre P.O. Box 25006 Durham, NC 27702 (919)423-1417 [email protected] B

jessie lane's

landscaping & trucking

inc

Friddle, Jessica PO Box 225 Summerfield, NC 27358 336-643-4948 [email protected] W

Hicks Landscape

Contractors

hicks, scott 6204 Robertson Pond

Rd

Wendell, NC 27591 919-366-0115 [email protected] D

Davis Site Services,

LLC

Davis, Allyson PO Box 37364 Raleigh, NC 27627 919-520-1696 [email protected] W General Trades/Sub

Contractor NCLC

#1064 Seal Brothers

Contracting, LLC

Seal, Mari 3618 W. Pine Street Mount Airy, NC 27030 336-786-2263 [email protected] W General Trades/Sub

Contractor

Southern Garden, Inc Lichtenstein, Russell P. O. Box 808, Apex,

NC 27502

Cary, NC 27519 919-362-1050 [email protected] W General Trades/Sub

Contractor Landsca

#CL0740 Southernscapes, Inc Roper, Roy 309 S Rogers Lane Raleigh, NC 27610 919-231-0099 [email protected] AA General Trades/Sub

Contractor Landscape

Contractor # 857 W Landscaping Cheek, Wallace 51 Allen Ln Henderson, NC 27536 252-915-5680 [email protected] B General Trades/Sub

Contractor

Transou and Son

Landscaping

Transou, Sherman 144 Cherryview Lane Winston Salem, NC 27105 336-782-3020 [email protected] B General Contractor

None

Triangle Landscape

supplies of

Mangum, Stacey 6300 Cornwalis Road Garner, NC 27529 919-553-1118 [email protected] W

STEEL

Alexis Steel LLC Lara, Mauro 1117 Corporation

Pkwy Ste 108

Raleigh, NC 27610 919-255-3373 [email protected] HA General Trades/Sub

Contractor

Best & Sons Iron

Erectors Inc

Best, Sheila 5103 Willow Bend

Road

Greensboro, NC 27406 (336)697-3883 [email protected] W General Trades/Sub

Contractor

Branagans Metal

Works LLC

Branagan, Edward 708 John st Clayton, NC 27520 919-210-4616 [email protected] B Engineering Service

;General Contractor

Limited;General C.R.Beaver, Inc. Beaver, Joy 5655 Regents Park

Road

Kernersville, NC 27284 (336)996-8829 [email protected] W

Carolina Guardrail,

LLC

Perkins, Carri PO BOX 879 Colfax, NC 27235 336-707-9971 [email protected] W General Trades/Sub

Contractor

Creative Design and

Construction,Inc.

Gupton, Samie PO Box 306 Tobaccoville, NC 27050 (336)983-7048 [email protected] W Architectural Service

;Engineering Service

;General Contractor Custom SheetMetal

Services, Inc

Lee, Peggy 5109 Neal Road Durham, NC 27705 919-282-1070 [email protected] W

Davidson Steel

Services, LLC

Whicker, Sheryl 11075 Old Highway 52 Winston-Salem, NC 27107 336-775-1234 [email protected] W

Flores Welding, Inc. Belhassen, Marielle 961 Palace Garden

Way

Raleigh, NC 27603 (919)838-1060 [email protected] HA

Freeman & Associates Freeman, Ruben 225 Tryon Rd., Ste.

105

Raleigh, NC 27603 919-779-9330 [email protected] B General Contractor

50040 Unlimited

Goulding Construction

Inc.

Goulding, Rhonda 1909 Hemlock Place Clayton, NC 27520 919-763-9151 [email protected] W General Contractor

56831 Limited

Shellste Metals, Inc. Workman, Michelle PO Box 1212 Apex, NC 27502 (919)367-9422 [email protected] W General Trades/Sub

Contractor

Holt Brothers

Construction LLC

Gilmore, Patrice 421 Fayetteville Street Raleigh, NC 27601 919-787-1981 [email protected] B General Contractor

71120 Unlimited

Junior's Drywall LLC Aguirre, Pedro 4808 Old Faison Road Knightdale, NC 27545 919-866-9292 [email protected] HA General Trades/Sub

Contractor

KCAD of North

Carolina Inc

Cox, Kevin 101 Woolard Way Apex, NC 27502 919-225-4472 [email protected] W

Metal Impressions,

Inc.

Sweeley, Renee PO Box 1425 Pittsboro, NC 27312 919-542-4655 [email protected] W General Contractor

74397 Limited

Phillips Iron Works Mah-Throndson,

Maryanne

4809 Auburn

Knightdale Rd.

Raleigh, NC 27610 919-615-1570 [email protected] W General Trades/Sub

Contractor

Quality & Precision

Fencing/welding

Quarterman, Mitchell 4010 old chapel hill

rd.apt1

Durham, NC 27707 (919)428-4391 [email protected] B General Trades/Sub

Contractor

200001868923 SAL

CONSTRUCTION CO.

Shah, Dinesh 1517 Old Apex Rd. Cary, NC 27513 919-460-1817 [email protected] AA Engineering Service

;General Contractor

24633 UnlimitedSchulz Iron Works,

Inc.

Schulz, Cindy 1620 Wolfpack Lane Raleigh, NC 27609 (919)981-6121 [email protected] W

Shellste Metals, Inc. Workman, Michelle PO Box 1212 Apex, NC 27502 (919)367-9422 [email protected] W General Trades/Sub

Contractor

steel city services McQueen, JD 1129 East Geer Street Durham, NC 27704 (919)698-2407 [email protected] B General Trades/Sub

Contractor

Structural Steel of

Carolina

Parnell, Michael 1720 Vargrave Street Winston Salem, NC 27107 336-354-4159 [email protected] W General Trades/Sub

Contractor

Triangle Insulation

Services,

Vaughan, lisa 903 East Trinity

Avenue, Suite 104

Durham, NC 27704 919-682-4300 [email protected] W General Trades/Sub

Contractor

Webb's Welding &

Services

Webb, Johnny 7636 Sam Hall Rd. Oxford, NC 27565 919-690-0867 [email protected] B General Trades/Sub

Contractor

ZAMARRIPA

BROTHERS

FRAMING, IN

ZAMARRIPA,

ADELFINO

5857 Farmwell Rd Raleigh, NC 27610-9274 919-723-6768 [email protected] HA General Contractor

None;General

Trades/Sub

APPENDIX C

CERTIFIED UNDERUTILIZED BUSINESS ENTERPRISE

(UBE) REPORTING FORMS

CONTRACT: ST-264

This page intentionally left blank

APPENDIX C

SMRPR 10/01/03

CITY OF DURHAM

SUBCONTRACTOR MONTHLY RECORD OF PAYMENT REPORT

THIS DOCUMENT MUST REFLECT ALL SUBCONTRACTORS & MUST BE SUBMITTED WITH MONTHLY INVOICE FOR PAYMENT

PROJECT NAME: 2018 Street Repairs and Repaving

CONTRACT#: ST-285

DATE FORM SUBMITTED:

WORK PERIOD ENDING:

COMPANY NAME: ADDRESS:

FEDERAL TAX ID#: CONTACT PERSON:

Subcontractor/Vendor ID (Street Address/Zip/Telephone)

Indicate

Ownership

Status

Description Of Work

Total

Sub-

Contract

Amount

Amount

Paid

For The

Period

Total Amount

Paid

To-Date

Percentage

Of

Work

Completed

Scheduled

Start

Date

Scheduled

End

Date

Total M/UBE Subcontracts Awarded/% $ % Total W/UBE Subcontracts Awarded/% $ %

Total M/UBE Dollars Paid-To-Date/% $ % Total W/UBE Dollars Paid-To-Date/% $ %

Total Non-Minority Subcontracts Awarded/% $ % Total Non-W/UBE Subcontracts Awarded/% $ %

Total Non-Minority Dollars Paid-To-Date/% $ % Total Non W/UBE Dollars Paid-To-Date/% $ %

The undersigned certifies that the information recorded above is correct, and that each of the representations set forth above is true. The undersigned further acknowledges that any misrepresentation

hereon may result in termination of contract and/or prosecution under applicable Federal and State laws concerning false statements and false claims.

Company Representative________________________________________ Title: _____________________________ Date: _________________

APPENDIX C

CITY OF DURHAM

Equal Business Opportunity Program

Final Subcontracting Report

THIS FORM MUST BE COMPLETED AND SUBMITTED TO THE PROJECT/CONTRACT ADMINISTRATOR

FOR SUBMITTAL TO THE EO/EA DEPARTMENT WITHIN FIFTEEN (15) DAYS AFTER FINAL INSPECTION

OF CONTRACT WORK.

Company Name: ___________________________________Project Name: ST-285: 2018 Street Repairs and Repaving

Address: _____________________________________________________________________________________________

Federal Tax ID#: ____________________________________ Date Submitted: ___________________________________

Date of Final Inspection: _____________________________ Total Final Contract Price: __________________________

The following subcontractors performed work on the above project:

TYPE OF WORK COMPANY NAME/ADRESS FINAL PRICE

% OF TOTAL

CONTRACT

PRICE

Signature of Company Representative________________________________________________

Title: _______________________________________________________ Date: _______________

Contract Compliance ____Approved ____Denied

Signature: ________________________________

APPENDIX D

NON-COLLUSION AFFIDAVIT FORMS FOR BIDDER

AND SUBCONTRACTOR

CONTRACT: ST-264

This page intentionally left blank

APPENDIX D

NON-COLLUSION AFFIDAVIT OF BIDDER

State of County of

, being first duly sworn, deposes and says that:

1. He is of , the Bidder that has

submitted the attached Bid;

2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent

circumstances respecting such Bid;

3. Such Bid is genuine and is not a collusive or sham Bid;

4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or

parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or

indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the

Contract for which the attached Bid has been submitted or to refrain from Bidding in connection with such

Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or

conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other

Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or

to secure through any collusion, conspiracy connivance or unlawful agreement any advantage against the

(Local Public Agency) or any person interested in the proposed Contract; and

5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,

conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,

owners, employees, or parties in interest, including this affiant.

(Signed)

Title

Subscribed and sworn to before me this

day of ,

Title

My Commission Expires

APPENDIX D

NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR

State of County of

, being first duly sworn, deposes and says that:

1. He is of , hereinafter referred to as

the “Subcontractor”;

2. He is fully informed respecting the preparation and contents of the Subcontractor’s Proposal submitted by

the Subcontractor to , the

Contractor for certain work in connection with the Contract

pertaining to the Project in (City or County

and State);

3. Such Subcontractor’s Proposal is genuine and is not a collusive or sham proposal;

4. Neither the Subcontractor nor any of its officers, partners, owners, agents, representatives, employees or

parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or

indirectly with any other Bidder, firm or person to submit a collusive or sham Proposal in connection with

such Contract or to refrain from submitting a Proposal in connection with such Contract, or has in any

manner, directly or indirectly, sought by unlawful agreement or connivance with any other Bidder, firm or

person to fix the price or prices in said Contractor’s Proposal, or to fix any overhead, profit or cost element of

the price or prices in said Contractor’s Proposal, or to secure through collusion, conspiracy connivance or

unlawful agreement any advantage against the (Local Public Agency) or

any person interested in the proposed Contract; and

5. The price or prices quoted in the Subcontractor’s Proposal are fair and proper and are not tainted by any

collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents,

representatives, owners, employees, or parties in interest, including this affiant.

(Signed)

Title

Subscribed and sworn to before me this

day of ,

Title

My Commission Expires

APPENDIX E

BID BOND FORMS

CONTRACT: ST-264

This page intentionally left blank

APPENDIX E

BID BOND for the City of Durham

Contract name and number or other description of the Contract: ST-285: 2018 Street Repairs and Repaving

Name of Bidder:

Name, address, and telephone number of Surety’s N. C. Resident Agent:

Telephone number of Surety’s home office:

Surety is a corporation organized and existing pursuant to the laws of the State of:

Amount of this bond: check one:

(write or type the amount in words and figures) All numbers in this section are in U. S. dollars.

($ )

five percent of the amount of the proposal

Date of execution of this bond:

Obligee: CITY OF DURHAM, a North Carolina municipal corporation.

* * * * * * * * * * * * * * * * * *

KNOW ALL PERSONS BY THESE PRESENTS, that the Surety executing this bond, which Surety is duly

licensed to act as surety in North Carolina, is held and firmly bound unto the City of Durham, Obligee, in the penal sum

of the amount stated above, for the payment of which sum, well and truly to be made, the Surety binds itself and its

successors and assigns, jointly and severally, by these presents. Whereas the Bidder is herewith submitting a proposal

for the Contract referred to above, and the Bidder desires to file this Bid Bond in lieu of making the cash deposit

pursuant to G.S. 143-129; NOW THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION is such, that if

the Bidder shall be awarded the contract for which the bond is submitted, and shall, within ten days after the award is

made, execute and deliver to the Obligee the contract and give satisfactory surety as required by G.S. 143-129, then

this obligation shall be null and void, otherwise to remain in full force and virtue; and if the Bidder fails or refuses to

so execute and deliver said contract or give said satisfactory surety, the Surety shall upon demand forthwith pay to the

Obligee the full penal sum of this bond. The Surety waives all extensions of time, and notice of extensions of time,

for the opening of proposals and for the modification, award, execution, and delivery of the contract. IN WITNESS

WHEREOF, the Surety has executed this instrument under its seal as of the date of execution indicated above,

pursuant to authority of its governing body.

____________________________________________________________________________

(name of Surety)

_______________________________________________________

(signature of Surety’s attorney in fact)

(Affix Surety’s corporate seal.)

(Instructions to Surety: If you use a raised corporate seal, press hard enough to make it legible)

Bid Bond Page 1 RNW:071301

Todd.Ireland
Rectangle

APPENDIX E

ACKNOWLEDGMENT OF SURETY’S EXECUTION OF BID BOND

State of _______________________ County of ________________________

I, _____________________________________, a notary public in and for said county and state, certify that

________________________________________ personally appeared before me this day and acknowledged that he

or she is Attorney in Fact for

______________________________________________________________________, the Surety named in the

foregoing Bid Bond, in which bond the Obligee is the City of Durham, and that he or she executed said bond, under

the seal of the Surety, on behalf of the Surety.

This the ______ day of ________________________, 20___________.

My commission expires: ___________________________________

________________________ Notary Public

Bid Bond Page 2 RNW:071301

APPENDIX G

PERFORMANCE BOND AND PAYMENT BOND

CONTRACT: ST-264

This page intentionally left blank

APPENDIX G

PERFORMANCE BOND AND PAYMENT BOND

Date of Contract:

Contract Name and Number: ST-285: 2018 Street Repairs and Repaving

Name of Principal (Name of Contractor):

Name of Surety:

Name and Address of Surety's NC Resident Agent:

Contracting Body: CITY OF DURHAM, a North Carolina municipal corporation

Amount of Performance Bond (in words and figures):

dollars ($ )

Amount of Payment Bond: same dollar amount as the dollar amount of Performance Bond.

Date of Execution of these Bonds:

* * * * * * * * * * * * * * * * * * * * * *

KNOW ALL PERSONS BY THESE PRESENTS, that we, the PRINCIPAL AND SURETY

above named, are held and firmly bound unto the above named Contracting Body, hereinafter called

the Contracting Body, in the penal sum of the amount stated above for the payment of which sum

well and truly to be made, we bind ourselves, our heirs, administrators, and successors, jointly and

severally, by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered

into a certain Contract with the Contracting Body, numbered as shown above and hereto attached:

NOW THEREFORE, if the Principal shall well and truly perform and fulfill all the

undertakings, covenants, terms, conditions, and agreements of said Contract during the original term

of said Contract and any extensions thereof that may be granted by the Contracting Body, with or

without notice to the Surety, and during the life of any guaranty required under the Contract, and

Todd.Ireland
Rectangle

APPENDIX G

shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and

agreements of any and all duly authorized modifications of said Contract that may hereafter be

made, notice of which modifications to the Surety being hereby waived, then this obligation to be

void; otherwise to remain in full force and virtue. As used hereinabove, "modifications" shall

include, without limitation, changes (including, without limitation, changes granting extensions of

time) and additions to with respect to the Work, scope of work, and specifications.

* * * * * * * * * * * * * * * * * * * * * *

KNOW ALL PERSONS BY THESE PRESENTS, that we, the PRINCIPAL AND SURETY

above named, are held and firmly bound unto the above named Contracting Body, hereinafter called

the Contracting Body, in the penal sum of the amount stated above for the payment of which sum

well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors,

jointly and severally, by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered

into a certain Contract with the Contracting Body, numbered as shown above and hereto attached:

NOW THEREFORE, if the Principal shall promptly make payment to all persons supplying

labor and material in the prosecution of the Work provided for in said Contract, and any and all duly

authorized modifications of said Contract that may hereafter be made, notice of which modifications

to the Surety being hereby waived, then this obligation to be void; otherwise to remain in full force

and virtue. As used hereinabove, "modifications" shall include, without limitation, changes

(including, without limitation, changes granting extensions of time) and additions to or with respect

to the Work, scope of work, and specifications.

* * * * * * * * * * * * * * * * * * * * * *

The Performance Bond and the Payment Bond are being combined here only for purposes of

convenience in signing and acknowledging, and the obligations of the Principal and of the Surety

are the same as if the bonds were on separate documents. Each bond is in the dollar amount stated

above, and the amounts of these bonds are not combined. The Surety agrees that both of these

bonds are fully binding on it whether or not the Principal executes these bonds. These bonds are

given pursuant to Article 3 of Chapter 44A of the NC General Statutes.

IN WITNESS WHEREOF, the above-bounden parties have executed this instrument (for

both the Performance Bond and the Payment Bond) under their several seals on the date of

execution indicated above, the name and corporate seal of each corporate party being hereto affixed

and these presents duly signed by its undersigned representative, pursuant to authority of its

governing body.

APPENDIX G

(name of Principal)

ATTEST:

By:

Secretary President

(Affix corporate seal)

(name of Surety)

(name of attorney in fact)

(Affix corporate seal)

(Note: If you use a raised corporate seal, press hard enough to make it legible.)

APPENDIX G

ACKNOWLEDGEMENT OF CONTRACTOR'S EXECUTION OF CONTRACT,

PERFORMANCE BOND, AND PAYMENT BOND

State of County of

I, , a notary public for the aforesaid county and state, certify that

personally appeared before me this day, and acknowledged that he or she is

Secretary of , a corporation, and that by authority duly

given and as the act of the corporation, the foregoing (1) Contract with the City of Durham and (2)

Performance Bond and Payment Bond with respect to the Contract, were signed in its name by its

President, whose name is , sealed with its corporate seal,

and attested by him/herself as its said Secretary or Assistant Secretary.

This the day of , .

NOTARY PUBLIC

My commission expires:

ACKNOWLEDGEMENT OF SURETY'S EXECUTION OF

PERFORMANCE BOND, AND PAYMENT BOND

State of County of

I, , a Notary Public for said county and state, certify that

, personally appeared before me this day and acknowledged that he or she is

Attorney in Fact for , the Surety named in the

foregoing Performance Bond and Payment Bond, in both of which bonds the contracting body is the

City of Durham, and that he or she executed said bonds, under the seal of said Surety, on behalf of

said Surety.

This the day of , .

NOTARY PUBLIC

My commission expires:

APPENDIX H

REIMBURSABLE SALES AND USE TAX STATEMENT

FORMS

CONTRACT: ST-264

This page intentionally left blank

APPENDIX H

Reimbursable Sales and Use Tax Statement by Subcontractor

Payment Application No. Estimate No.

Name of Contractor: Name of Subcontractor:

Project Name:

ST-285: 2018 Street Repairs and

Repaving

1. Type of property purchased * 2. Date property purchased 3. Name

of vendor

4. Invoice

number

5. Date of

invoice

6. N. C.

county in which

purchased.**

7. Amount of

State sales and use taxes

paid

8. Amount of

local sales and use taxes

paid

9. Total of

columns 7 & 8

Grand totals of columns 7, 8, & 9 for all pages of this pay application/estimate.

Notes: * If the invoice clearly specifies the property for which tax reimbursement is being requested, you need not list the property on this form.

** In column 6, please list same Counties consecutively & if not purchased in N. C., write Not in N.C.

ADD Extra Pages as needed. Total number of pages, including this page, in this

request:__________ .

Do not include invoices in that page count.

In addition to the pages referred to above, invoices that substantiate this statement are attached.

CERTIFICATION: The undersigned individual certifies (1) he or she is an employee or principal of the Subcontractor that is filing this form with the Contractor so that the

Contractor may request reimbursement for N. C. State and Local sales & Use taxes that the Subcontractor has paid, (2) all of the properties listed above, and on all pages, if

any, added to this page, and designated on the attached invoices, are building materials, supplies, fixtures, and equipment that have become or will become a part of or annexed

to a building or structure that is owned or leased by the City of Durham and is being erected, altered, or repaired for use by the City of Durham in the project named above, (3)

no tax on scaffolding, tools, equipment repair parts, equipment rentals, forms for concrete, or fuel to operate machinery or equipment is included, and (4) all of the information

on this form, and on all pages, if any, added to this page, is true.

Signature of Individual Printed or Typed Name of Individual

Sworn to and subscribed before me, this day of , 20 .

Notary Public:

(Sign & Print)

Todd.Ireland
Rectangle

My Commission Expires: (Seal) 022304RW

APPENDIX H

Reimbursable Sales and Use Tax Statement, Continuation page

1. Type of property purchased * 2. Date

property

purchased

3. Name of vendor 4. Invoice

number

5. Date of

invoice

6. N. C.

county in

which purchased.**

7. Amount of

State sales

and use taxes paid

8. Amount of

local sales

and use taxes paid

9. Total of

columns 7 & 8

Enter totals of columns 7, 8, and 9 ,added to totals from all pages, into page 1. This page is used whether page 1 is signed by the Contractor or the Subcontractor.

APPENDIX J

PDRX

CONTRACT: ST-264

This page intentionally left blank

APPENDIX J

CONTRACT MANAGEMENT SYSTEM - REQUIREMENTS

Software Overview and Computer Requirements

The Contract will make use of the City's proprietary software called PDRX. The Contractor is

required to utilize this software tool as described in this section, and other relevant sections of

the Contract Specifications. PDRX is a system that allows City staff to easily monitor Contract progress and to generate pay records. It will be the Contractor’s responsibility to provide the appropriate computers and any and all

related and necessary peripherals for this use. The computers shall have Windows XP Service

Pack 2, installed as an operating system, along with Windows Internet Explorer Version 7

browser for web access. The PDRX software tool is accessed through the web browser using

Java run-time plug-in technologies. The Java plug-in is automatically downloaded and installed

during initial web browser access to the software. This process requires “Administrative”

privileges on the computer, and the Contractor shall be responsible for this entire process. It is

suggested that the broadband connection speed be approximately 1.5 Mbps to allow for

responsive data transfer to/from the City network. It is suggested that the computer’s operating

system be maintained with updates throughout the Contract duration.

City staff will be available for technical advice. However, the City staff will not operate, install,

or troubleshoot any of the Contractor’s hardware or software issues. The Contractor is solely

responsible for the functionality of their computer systems. The City will accept no liabilities

arising from the Contractor’s use of this software.

Daily Report Work Flow, Review and Approval Process Once all of the software setup in the paragraphs above is complete and the Contractor has been issued a Notice to Proceed for Construction, the daily report work flow process can begin. The Contractor is responsible for logging daily reports in PDRX on the next business day following the work performed. The daily reports will be logged individually in PDRX. The City Inspector shall review the daily report the following business day and either approve it if satisfactory, or route the report back to the Contractor with notes indicating the areas of disagreement. The Contractor and City Inspector shall work together to come to an agreement on the daily report so that is can be approved prior to the payment process described below.

Payment Requisition Process

All payment requisition(s) shall be prepared using the PDRX software. As each payment

requisition is generated, the software will automatically pull-in the quantities from (each of) the

daily reports for the period that the requisition is being prepared for. It is important that the daily

reports are entered correctly and approved on a timely basis to avoid delay in the payment

requisition process. Payment requisitions will not be approved unless they are created using this

process.