HomeMy WebLinkAbout2015-02-23-Meeting Agenda
Engineering Services Committee
Meeting
Commission Chamber- 2/23/2015- 1:10 PM
ENGINEERING SERVICES
1. Motion to authorize condemnation to acquire title of a portion
of property for right of way, temporary easement for
construction, and temporary driveway easement (Parcel 041-0-
018-02-0) 3429 Wrightsboro Road.
Attachments
2. Approve award of Bid Item 14-235, Chain Link Fences &
Gates, to Precision Fenceworks, LLC.
Attachments
3. Approve award of purchase order to Cranston Engineering
Group for $47,910.00.
Attachments
4. Motion to approve the implemenation of the Stormwater Fee
Phase II Plan as presented in the February 11, 2015
Augusta Commission Work Session. (Requested by
Commissioner Ben Hasan) (Referred from February 17
Commission meeting)
Attachments
5. Motion to approve the minutes of the Engineering Services
Committee held on February 9, 2015.
Attachments
6. Consider recommendation from Sanitary Sewer Connection
Program Subcommittee. (Referred from February 9
Engineering Services Committee meeting)
Attachments
7. Approve Scrap Tire Collection Amnesty Days and Scrap Tire
Pilot Project.
Attachments
8. Approve and authorize the Engineering Department (AED) to
supplement Systems & Software, Inc. (S&S) existing contract
with Augusta Utilities Department (AUD) in the amount of
$339,500 for implementation of the enQuesta Storm Drainage
Module as part of creating the Stormwater Utility Fee Billing
System. Funding is available through Project SPLOST PHASE
Attachments
www.augustaga.gov
VI as requested by AED.
9. Authorize the Mayor, Clerk of Commission and the Augusta
Law Department to execute the Three Party Agreement
between the Georgia Department of Transportation (GDOT),
Central of Georgia Railroad - Norfolk Southern Corporation,
and Augusta, Georgia on the project to reconstruct the bridge
over Norfolk Southern Railroad as part of the Windsor Spring
Road Phase V improvements from SR 88 in Hephzibah to
Willis Foreman Rd, CPB# 323-04-299823786. Execution of
the Agreement acknowledges that Augusta, Georgia will be
responsible for the maintenance of the bridge crossing after
construction is completed.
Attachments
10. Approve Supplemental Agreement Eighteen, CPB# 323-04-
299823786, with Jacobs Engineering Group Inc. in the amount
of $87,820 to prepare construction plan revision for submission
to GDOT for the redesign of roadway alignment and geometry
to minimize impacts to parcel 9, United States Post Office, on
the project to improve Windsor Spring Road Phase V from SR
88 in Hephzibah to Willis Foreman Rd as requested by AED.
Attachments
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Acquisition of right of way, temporary easement for construction, and temporary driveway easement to
Richmond County, Georgia from Robert William Black
Department:Law
Caption:Motion to authorize condemnation to acquire title of a portion of
property for right of way, temporary easement for construction,
and temporary driveway easement (Parcel 041-0-018-02-0) 3429
Wrightsboro Road.
Background:Despite repeated efforts, the City has been unable to reach an
agreement with the property owner and therefore seeks to acquire
title through condemnation. In order to proceed and avoid further
project delays, it is necessary to condemn a portion of subject
property. The required property consists of 2,037.91 square feet of
right of way, 2,396.95 square feet of temporary easement for
construction, and 2,778.17 square feet of temporary driveway
easement. The appraised value is $34,600.00.
Analysis:Condemnation is necessary in order to acquire the required
property.
Financial Impact:The necessary costs will be covered under the project budget.
Alternatives:Deny condemnation.
Recommendation:Approve condemnation.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING
ACCOUNTS: G/L: 325041120-52.12122 J/L: 209825201-
52.12122
REVIEWED AND APPROVED BY:
Finance.
Law.
Cover Memo
Item # 1
Administrator.
Clerk of Commission
Cover Memo
Item # 1
Attachment number 1 \nPage 1 of 1
Item # 1
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Approve award of Bid Item 14-235, Chain Link Fences & Gates, to Precision Fenceworks, LLC.
Department:Environmental Services
Caption:Approve award of Bid Item 14-235, Chain Link Fences & Gates,
to Precision Fenceworks, LLC.
Background:The Environmental Services Department is responsible for the
maintenance of several closed landfills. The Mack Lane Landfill
was closed in the late 1980’s, and cell A of the Deans Bridge
Road landfill stopped taking waste in the early 1990’s. As part of
the maintenance plan, access is to be limited. Access is currently
controlled by fence and gates. The current fencing installed many
years ago was wooden posts with a 4 foot wire mesh. Due to
various reasons, the fence has deteriorated to the point it needs to
be replaced. There are sections missing, cut, burned, etc.
Analysis:As we replace this fence we will be doing it with a type of fence
better suited for security purposes. It will be replaced by a 6 foot
metal chain link type fence. This will reduce the impact to fire.
Additionally, having the taller fences will add additional security
as it is harder to get over. Finally, we will be adding additional
gates and access to areas which have been difficult to service
previously. In addition to these benefits, we have added some
sections of fence to better support Animal Services. We have
coordinated with Animal Services to add in a couple new sections
of fence to allow a pasture area(s) where larger animals could
graze. Further, we are assisting them by altering their gate
configuration to better allow for two way traffic flow.
Financial Impact:Monies would need to be moved from 541-04-4210/5422510 to
541-04-4210/5414910 in the amount of $111,120.00 which is the
bid price plus 15% contingency.
Alternatives:1. Approve award recommendation of Bid Item 14-235, Chain
Link Fences & Gates, to Precision Fenceworks, LLC. 2. Do not
approve the award.
Recommendation:Approve award of Bid Item 14-235, Chain Link Fences & Gates,
Cover Memo
Item # 2
to Precision Fenceworks, LLC.
Funds are Available
in the Following
Accounts:
Monies would need to be moved from 541-04-4210/5422510 to
541-04-4210/5414910 in the amount of $111,120.00 which is the
bid price plus 15% contingency.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
Invitation To Bid
Sealed bids will be received at this office until Wednesday, December 17, 2014 at 11:00 a.m. for furnishing:
Bid Item 14-235 Chain Link Fences & Gates for Environmental Services
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid.
Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene
Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the
offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706-821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, December
5, 2014 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered.
No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall
include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms
and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid
including, but not limited to, the number of copies needed, the timing of the submission, the required
financial data, and any other requirements designated by the Procurement Department are considered
material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All
requests to waive or modify any such material condition shall be submitted through the Procurement Director
to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia
Commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle November 13, 20, 27, December 4, 2014
Metro Courier November 19, 2014
Revised: 6/24/2014
Attachment number 1 \nPage 1 of 1
Item # 2
Bid Opening
Bid Item #14-235 Chain Link Fences & Gates
for Augusta, Georgia -
Environmental Services Department
Bid Due: Wednesday, December 17, 2014 @ 11:00 a.m.
VENDORS
Precision Fenceworks LLC
925 Danielsville Rd
Athens, GA 30601
Attachment B YES
E-Verify #767956
SAVE Form YES
Bid
Price $96,618.75
Total Number Specifications Mailed Out: 9
Total Number Specifications Download (Demandstar): 4
Total Electronic Notifications (Demandstar): 41
Mandatory Pre-proposal / Telephone Conference: NOT APPLICABLE
Total packages submitted: 1
Total Noncompliant: 0
Page 1 of 1
Attachment number 2 \nPage 1 of 1
Item # 2
Attachment number 3 \nPage 1 of 1
Item # 2
Attachment number 4 \nPage 1 of 3
Item # 2
Attachment number 4 \nPage 2 of 3
Item # 2
Attachment number 4 \nPage 3 of 3
Item # 2
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Augusta Canal 2014-2015 FECR plan updates
Department:Utilities
Caption:Approve award of purchase order to Cranston Engineering Group
for $47,910.00.
Background:The Federal Energy Regulatory Commission (FERC) requires that
Augusta Utilities create plans for emergency actions and public
safety along the Augusta Canal. As part of an ongoing process,
Cranston Engineering has developed these plans for Augusta.
These plans must be updated annually. This contract will be to
update these plans through 2015 and include hosting meetings for
plan holders and emergency responders.
Analysis:Cranston Engineering has agreed to provide the services necessary
to ensure compliance with Augusta Utilities Department's FERC
license application for the Augusta Canal.
Financial Impact:$47,910.00 is available in account 507043410-
5212115/80320115-5212115
Alternatives:Reject award of the purchase order.
Recommendation:We recommend award of the purchase order to Cranston
Engineering to complete the required updates to the necessary
plans.
Funds are Available
in the Following
Accounts:
$47,910.00 is available in account 507043410-
5212115/80320115-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Cover Memo
Item # 3
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 3
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Implemenation Stormwater Fee
Department:
Caption:Motion to approve the implemenation of the Stormwater Fee
Phase II Plan as presented in the February 11, 2015
Augusta Commission Work Session. (Requested by
Commissioner Ben Hasan) (Referred from February 17
Commission meeting)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 4
Attachment number 1 \nPage 1 of 30
Item # 4
Attachment number 1 \nPage 2 of 30
Item # 4
Attachment number 1 \nPage 3 of 30
Item # 4
Attachment number 1 \nPage 4 of 30
Item # 4
Attachment number 1 \nPage 5 of 30
Item # 4
Attachment number 1 \nPage 6 of 30
Item # 4
Attachment number 1 \nPage 7 of 30
Item # 4
Attachment number 1 \nPage 8 of 30
Item # 4
Attachment number 1 \nPage 9 of 30
Item # 4
Attachment number 1 \nPage 10 of 30
Item # 4
Attachment number 1 \nPage 11 of 30
Item # 4
Attachment number 1 \nPage 12 of 30
Item # 4
Attachment number 1 \nPage 13 of 30
Item # 4
Attachment number 1 \nPage 14 of 30
Item # 4
Attachment number 1 \nPage 15 of 30
Item # 4
Attachment number 1 \nPage 16 of 30
Item # 4
Attachment number 1 \nPage 17 of 30
Item # 4
Attachment number 1 \nPage 18 of 30
Item # 4
Attachment number 1 \nPage 19 of 30
Item # 4
Attachment number 1 \nPage 20 of 30
Item # 4
Attachment number 1 \nPage 21 of 30
Item # 4
Attachment number 1 \nPage 22 of 30
Item # 4
Attachment number 1 \nPage 23 of 30
Item # 4
Attachment number 1 \nPage 24 of 30
Item # 4
Attachment number 1 \nPage 25 of 30
Item # 4
Attachment number 1 \nPage 26 of 30
Item # 4
Attachment number 1 \nPage 27 of 30
Item # 4
Attachment number 1 \nPage 28 of 30
Item # 4
Attachment number 1 \nPage 29 of 30
Item # 4
Attachment number 1 \nPage 30 of 30
Item # 4
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Minutes
Department:Clerk of Commission
Caption:Motion to approve the minutes of the Engineering Services
Committee held on February 9, 2015.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 5
Attachment number 1 \nPage 1 of 4
Item # 5
Attachment number 1 \nPage 2 of 4
Item # 5
Attachment number 1 \nPage 3 of 4
Item # 5
Attachment number 1 \nPage 4 of 4
Item # 5
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Sanitary Sewer Connection Program
Department:Utilities
Caption:Consider recommendation from Sanitary Sewer Connection
Program Subcommittee. (Referred from February 9 Engineering
Services Committee meeting)
Background:The Sanitary Sewer Connection Program was initially proposed as
a voluntary connection assistance program, whereby Augusta
Utilities would contract with plumbers to connect customers to the
sanitary sewer system. Customers would partially reimburse the
connection cost via a $50 per month surcharge for two years, for a
total reimbursement of $1200. At that time, we estimated that the
average cost to re-plumb a residence would be $2,000. There was
interest in developing a more comprehensive sewer connection
program and making it mandatory for customers within 100 feet
of an available sewer. Consequently, a subcommittee was formed
by Engineering Services Chairman Bill Fennoy to recommend a
program to the Engineering Services Committee and
Commission. The subcommittee is comprised of:
Commissioner Bill Fennoy, Chairman Commissioner
Hap Harris Commissioner Sammie Sias The
subcommittee met on December 22, 2014. Major areas of interest
were customer affordability and reducing the cost of connecting
via packaging blocks of work and competitive bidding. The
subcommittee met again on January 30, 2015 and approved the
program described below.
Analysis:We estimate that we will realize approximately 3500 new sewer
customers through this program. Based on discussions with local
plumbers, we now estimate the average connection cost will range
from $1,000 to $1,500. The subcommittee recommends the
following : • Augusta Utilities will pre-qualify a pool of 4
plumbing contractors which will compete for blocks of work.
Work will be packaged such that the lowest possible cost to
Augusta is achieved. Criteria by which plumbing companies are
pre-qualified will include available resources, ability to complete
the work in a timely fashion and familiarity with Augusta Utilities
standards and procedures. • Utilities would budget $1,000,000 per
year ($750,000 for 2015) to accomplish this work. This would
Cover Memo
Item # 6
provide for approximately 650 new connections per year, with the
entire program being completed in approximately 5 years. • Areas
would be prioritized first by health and environmental criteria and
then by length of time sewer has been available. • Augusta
Utilities, in conjunction with the contractors, would document
existing conditions at each property to ensure that each is properly
restored. This will also protect the contractor and Augusta from
fraudulent claims. • Customers (or property owners) will pay $504
toward the cost of connection. Each customer would also pay
normal sewer charges. • An assessment of each area will be made
to determine whether a customer is an owner or a tenant.
Customers who own their property could pay the $504 as a
supplement to the sewer bill over a 36 month period (additional
$14 per month). Owners of rental property would be allowed 90
days to make their payment. • The Utilities Director or his
designee(s) will assess cases of extreme financial hardship and
have the latitude to adjust payment schedules.
Financial Impact:Assuming an average sewer bill of $40 per month, we will realize
approximately $2000 in new revenue over a 3 year period for each
customer connected under this program. This represents a
favorable return on our investment while protecting our water
resources and improving quality of life in the impacted areas.
Budget impact: $1,000,000 per year; $750,000 in 2015
Alternatives:The Commission could elect not to implement the program.
Recommendation:We recommend approval of the Sanitary Sewer Connection
Program as presented.
Funds are Available
in the Following
Accounts:
Funds available in 507043490-5425410 88887777-5425410
REVIEWED AND APPROVED BY:
Cover Memo
Item # 6
D
A
VIS
R
D
3RD ST
W
A
L
TON-W
A
Y
E
X
T
CLAUSSENRD
EAST-BOUNDARY
ST
OLD
MCDUFFIE
RD
BERTRAM
RD
DRUID PARK
AVE
M
O
L
L
Y
P
O
N
D
R
D
BROTHERSVILLE
RD
FURYSFERRYRD
GOSHEN RD
MIMSRD
OLD
TOBACCO
RD
BRANSFORD
RD
ROBINSON AVE
CENTER-WESTPKWY
S
I
B
L
EYRD
ROSIERRD
G
O
L
D
E
N
C
A
M
P
R
D
TELFAIRST
PHINIZY R D
13TH
ST
REYNOLDS ST
NOR
T
H
L
E
G
R
D
HEARDAVE
W
H
E
E
L
E
S
SRD
B
ERCKMANSRD
D I X O NAIRLINE R D
OLDSAVANNAHRD
J
A
C
K
S
O
N
R
D
MILLEDGERD
KISSINGBOWERRD
P L E A S A NTHOMERD
DAM
A
S
CUSRD
S
TEVENSCRE
E
K
R
D
M A R TIN L U T H E R K I N G B L V D
A
U
G
U
S
T
A
-W
E
S
T
P
K
W
Y
R A D E N T B L V D
O
LIVERD
WASHINGTO
N
R
D
W H E E L E R RD
WALTONWAY
AVE
W RIGHTSBORORD WRIGHTSBORO RD
SK I N N E R M IL L R D
BO
Y
S
C
O
U
T
RD
BROADST
LANEY-WALKER BLVD
CENTRAL AVE
MILLEDGEVILLE RD
LUMPKIN RD
WINDSORSPRINGRD
W I N D S O R S P R I N G R D
TOBACCORD
WIND
S
O
R
S
P
R
I
N
G
RD
M C D A D E FARM R D
W
I
L
L
I
S
FOREMANRD
BENNOCKMIL
L
R
D
O
L
D
W
A
Y
N
E
S
B
O
R
O
R
D
HEPHZIB
A
H
-
M
C
B
E
A
N
R
DS
T
O
R
Y
M
I
L
L
RD
F
U
L
C
H
E
R
R
D
K E Y S V I L L E R D
B
A
T
H
-
E
D
I
E
R
D
FARMERS BRIDGE RD
W RI G H TSBORO RD
M
EADO
W
BROOK
DR
BART
O
N
C
H
A
P
E
L
R
D
J
I
MMY
DYES
S
P
K
W
Y
WHEELERRD
RIV
E
R
WAT
C
H
P
K
W
Y
15THST
BROADSTGREENEST
JAMES BROWN
BLVD
5THST7THST
GORDON HWY
GORDON HWY
O
L
I
V
E
RD
15THST
WALTON WAY
B O B B Y J O NESEXPWY
BOBB Y J O N E S E X P W Y
BOBBY
JO
NES
EXP
W
Y
B
OBBY
JONES
EXP
W
Y
G O R D O N HWY
G O R D O N H W Y MILLEDG E V I L L E R D
RICHMOND
HILL
RD
PEACHORCHARD
RD
HIGHLANDAVE
HIGHLAND
D E A N S B R I D G E R D
D EANSBRID G E R D
TOBACCO RD
TOBACCO R D
M A R V I N G R I F F I N R D
M
I
K
E
PADGETT
H
WY
M
I
K
E
P
A
D
G
E
T
T
H
W
Y
M
I
K
E
P
ADGE
TT
HWY
MIKE
PA
D
G
ETT
H
W
Y
P
E
A
C
H
O
R
C
H
A
RD
R
D
PEACHORCHARDRD
OLDWAYNESBORO
RD
D
O
U
G
B
A
R
N
A
R
D
P
K
W
Y
DOUGBARNARDPKWY
I-2 0
I-2 0
I -2 0
G A H W Y 8 8
GAHWY88
WILLISFOREMAN RD
B R O W N RD
BROWN RD
OLDLOUISVILLERD
FORT GORDON
HEPHZIBAHBLYTHE
Water Only Customers < 100' from Sewer
Attachment number 1 \nPage 1 of 1
Item # 6
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Scrap Tire Collection Amnesty Days and Pilot Project
Department:Environmental Services
Caption:Approve Scrap Tire Collection Amnesty Days and Scrap Tire
Pilot Project.
Background:Illegal dumping of scrap tires has long been an issue in Augusta.
Under the former Solid Waste collections contracts, the collection
of tires at each residence was a service provided by the various
contractors. This was a very inefficient and time-consuming
service. When the current solid waste and recyclables collection
contract was prepared for bid, tire collection was not included. It
would have raised the cost of the contract and therefore raised the
cost of service to the citizen. Instead ESD decided to implement
monthly scrap tire collection events where tires can be turned in
free of charge, as long as the customer is Richmond County
resident and has less that five tires per trip. These events have
been successful, with an average of 7.6 tons of tires collected in
2014 and sent for recycling each month.
Analysis:Although the scrap tire colletion events have been successful,
there are still a good number of tires being illegally dumped or set
out at the road for collection. As a result, ESD is proposing a two-
prong approach. Tire amnesty days, and a pilot program where
residents are compensated for each tire they bring for recycling.
The amnesty days would be held on Saturday March 14 and
Saturday March 21, 2015 at the Augusta landfill and also at a
second designated location(s). With proof of Richmond County
residency, the customer may bring as many tires as they can carry,
and do so free of charge. Tire companies, processors, and retailers
would be excluded from this event. The tire compensation pilot
program would run for one calendar quarter, and would provide
the following: Richmond County residents may drop off up to five
tires per event (there would be 3 events, one per month), and that
resident would receive compensation in the amount of $2.00 per
full tire. No tire companies, processors, or retailers would be able
to dispose of tires at the events. Further, any tires collected will be
recycled and not sold to used tire shops. In order to implement the
pilot program described above, ESD would have to increase the
event advertising, possibly add additional staffing per event, and
Cover Memo
Item # 7
make additional locations available. The landfill would be a good
alternate location for tire drop-off since it is already open, staffed,
and has a tire collection location available.
Financial Impact:The overall financial impact is not known at this time. By offering
the two days of tire amnesty, hopefully will significantly reduce
the amount of money paid out in the tire compensation pilot
program.
Alternatives:1. Approve scrap tire amnesty days and the pilot program 2. Do
not approve
Recommendation:Approve scrap tire amnesty days and the pilot program
Funds are Available
in the Following
Accounts:
541-04-4210/5222199
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 7
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Stormwater Utility Fee Billing System Implementation
Department:Abie L. Ladson, Director
Caption:Approve and authorize the Engineering Department (AED) to
supplement Systems & Software, Inc. (S&S) existing contract
with Augusta Utilities Department (AUD) in the amount of
$339,500 for implementation of the enQuesta Storm Drainage
Module as part of creating the Stormwater Utility Fee Billing
System. Funding is available through Project SPLOST PHASE VI
as requested by AED.
Background:The Stormwater Utility Fee Implementation Project is a project
that is approved and funded through SPLOST VI. On October 15,
2013 Augusta Commission approved the necessary steps to
implement the Stormwater Utility Program for the City of
Augusta (consolidated government). AMEC, Inc. is developing
the program documents and rate structure; which is nearing
completion. The next needed step is the creation of a utility fee
billing system. AED with the consultation of AMEC, evaluated
various stormwater fee billing systems and it was determined that
the most practical option is utilizing AUD’s existing fee billing
system.
Analysis:AUD is presently under contract with S&S for billing to its
customers using the S&S enQuesta billing platform. It is cost
effective and time saving to implement the same services..
Financial Impact:Funds are available in the amount of $339,500 SPLOST VI
account number 328-041110 5212115/211828002-5212115.
Alternatives:1) Approve Caption. 2) Do not approve and identify alternate
ways to complete the Stormwater Utility fee billing system
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following 328-041110 5212115/211828002-5212115 Cover Memo
Item # 8
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 1 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
Augusta Water Utilities
Augusta, GA
Storm Drainage Management
Statement of Work
October 21, 2014
Attachment number 1 \nPage 1 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 2 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
Document Control
Distribution
Copy
No.
Name Location
1 S&S Internal
2
3
4
5
6
7
Attachment number 1 \nPage 2 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 3 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
Table of Contents
INTRODUCTION .................................................................................................................. 4
Background ............................................................................................................... 4
Objectives ................................................................................................................. 4
High Level Project Activities ...................................................................................... 5
Proposed High Level Timeframe ............................................................................... 9
ASSUMPTIONS ................................................................................................................. 10
Scope ...................................................................................................................... 10
Out of Scope ........................................................................................................... 13
Server Hardware ..................................................................................................... 14
APPENDIX - ATTACHMENT A – INTERFACE LIST .......................................................... 15
DETAILED PRICING .......................................................................................................... 16
PAYMENT SCHEDULE ...................................................................................................... 17
Payment Schedule .................................................................................................. 17
ACCEPTANCE ................................................................................................................... 18
Acceptance - Augusta ................................................................................................... 18
Attachment number 1 \nPage 3 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 4 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
INTRODUCTION
Background
The Augusta Water Utilities (Augusta) and Systems & Software, Inc. (S&S) have agreed to engage
in the implementation of the enQuesta Storm Drainage Management Module.
From this point forward, Augusta Water Utilities shall be referred to as ‘the Customer’ and Systems
& Software shall be referred to as ‘S&S’.
Objectives
• Implement the standard, most current version of the enQuesta Storm Drainage
Management Module.
• Migrate all appropriate data currently billed in Water (application 3) to Storm Drainage
Management (application 8).
• Install S&S’ enQuesta Storm Drainage Management module at the Customer so that the
Customer may bill and collect separate Storm Drainage Management fees using the existing
utility bill, or via a separate Storm Drainage bill if required.
• Provide for a data conversion, into enQuesta, that identifies incoming “new” premises and
will create the properties within enQuesta so that new “Storm” accounts may be setup to
appropriately bill for Storm Drainage Management. This data conversion will additionally
create the new Storm Account as well as a Storm Item record.
• Provide integration with the GIS system to be the system of record for the Premise address.
GIS will be the owner of the premise address and the interface will be required to populate
the required premise record information to be mapped accordingly. The impervious square
feet if used to calculate the bill must be provided to populate enQuesta. .
• Train the user’s group at the Customer in the running of the new enQuesta Storm Drainage
Management Application
• Strive to reduce project risk by leveraging S&S resources’ existing knowledge of the
Customer’s environment to minimize the overall Customer resource time commitment
typically required for a successful implementation.
• Strive to establish project team continuity by maintaining a consistent core group of
Customer and S&S members.
• Utilize S&S’ implementation methodology to meet project expectations by clearly defining
roles and responsibilities and enabling open, consistent project communication.
• Benefit from pre-existing integration with other S&S enQuesta modules including
Cashiering, Collections, Reporting, WebConnect, Service Orders, Letter Generation,
Customer Service & Call Tracking and General Ledger interface.
Attachment number 1 \nPage 4 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 5 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
High Level Project Activities
The following describes the high level project activities, services and scope of the Customer
enQuesta Storm Drainage Management implementation.
A. Project Management – S&S’ project management methodology incorporates a structured
project implementation process that defines the required steps to successfully and
efficiently implement the enQuesta Storm Drainage Management Module. S&S’ project
management methodology ensures that a standard progression of research, information
exchange, and actions for the joint Customer and S&S team is executed over the course of
the project. Together, the Customer’s and S&S’ Project Team represent the project
implementation team. S&S’ Project Manager and the Customer’s Project Manager will work
closely to ensure that project dates and activities are reasonable, that the necessary
resources from each side are scheduled and that internal communication, within the
respective organizations, is clear.
For S&S tasks, the S&S Project Manager is responsible for the overall execution of the
formal Project Plan and for adhering to the Communication Plan. The Communication Plan
details the frequency of joint Project Team meetings and status reports as well as specifies
the Change Management and Issue Resolution processes. The Project Plan and
Communication Plan will serve as the roadmaps that outline the required steps to
successfully and efficiently implement the enQuesta Storm Drainage Management Module
and communicate effectively throughout the project.
For the Customer’s Storm Drainage Management Module implementation, S&S anticipates a
project duration of 7 months (following Contract Signing, the time of Project Initiation, to
production enQuesta use) with a Project Manager allocated at 25% effort for the duration of
the project.
B. Data Conversion – The data conversion process consists of a set of activities grouped into
three primary segments:
• Data Conversion Assessment – Inventory & Analysis
• Data Conversion Mapping Design, Conversion Planning and Unit Testing
• Data Conversion System Testing, Production Execution and Validation
Attachment number 1 \nPage 5 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 6 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
The Assessment segment entails identifying new and modified tables and data attributes
between the Customer’s enQuesta billing environment and enQuesta Storm Drainage
Management billing environment. Data mapping and verification, as well as the preparation
and testing of conversion routines are accomplished during the Design and Conversion
Planning segment. During the Testing and Execution phase, data is moved from the
enQuesta production environment to the enQuesta Training environment. The conversion
process is executed in two parts: Pre Go-Live and Go-Live. Pre Go-Live activities provide
for an environment that enables Testing, including Parallel Billing, and Training. Go-Live
activities involve performing the final data conversions required to port data from enQuesta
Billing module to Storm Drainage Management module.
S&S will migrate existing enQuesta data in an as is state. No plan or effort has been
scoped or included for special requests to parse, transform or provide Customer specific
data conversion services. No plan or effort has been scoped or included to physically
archive any current enQuesta data.
S&S has included three Pre Go-Live Conversions. The Pre Go-Live Conversions include the
initial conversion to load to enQuesta Test/Train, one refresh, and one conversion to
support Simulation. One Go-Live conversion is included.
Current attributes from existing water customers will be converted from Water Billing
(Application 3) to Storm Drainage (Application 8).
C. Conversion Tables – The following tables will be converted from the Customer’s existing
water accounts, as-is to create the necessary Storm Drainage Management components.
Systems & Software’s standard conversion would convert the following tables:
Table to be Converted Primary Owner Notes
Application Premise
(Service) Record Systems & Software
Customer Master
Record Systems & Software
Flat Rate Item Billing
Record Systems & Software
Impervious Area Customer If impervious area is to be used as a rate
determinant, a source for that data will be required.
Billing Customer Systems & Software The billing customer for drainage will be the same
entity that is receiving the water bill.
Premise Address Systems & Software
D. Product Configuration – The following tables will require configuration for the enQuesta
Storm Drainage Management Module.
S&S will load the standard product configuration tables for the functional areas and
items below.
The Customer will be responsible for any customization (via a form accessed from
enQuesta) of the product configuration tables beyond S&S enQuesta Standard
product configuration.
Attachment number 1 \nPage 6 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 7 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
Table to be Configured Primary Owner Notes
All Item Related Tables The Customer Assumes such things as active codes, diary
notepad types, etc.
All Rate Tables The Customer The Customer will configure all rates.
All Accounting Tables (Chart of
Accounts) The Customer The Customer will configure the chart of
accounts for Storm Drainage.
Service Related Tables The Customer
Billing Cycle Tables The Customer
New Sites The Customer
Service Orders The Customer Statement of work includes up to ten (10) new
Service Orders
Security The Customer
E. Implementation & Testing – The Implementation and Testing activities involve analyzing,
implementing and verifying the appropriate enQuesta system configuration in a Training /
Test environment preceding the deployment to Production. The activities encompass those
new or modified enQuesta business procedures specific to the Storm Drainage Module and
as defined in this SOW.
During this phase, enQuesta Storm Drainage Management Module will be installed into a
Training / Testing environment on the Customer’s server. This environment will serve as
the environment in which Application Testing, Data Conversion, Testing and end-user
Training are to be conducted. The Customer maintains primary responsibility for testing
enQuesta Storm Drainage Management functionality once deployed to the Train / Test
environment. Test plans are to be fully executed prior to Simulation.
Implementation and testing includes up to 2 people on-site for one week for Business
Process Review effort.
F. Training & Documentation – A successful implementation cannot be achieved without the
Customer’s experienced enQuesta users being trained on the capabilities of enQuesta Storm
Drainage Management Module. S&S has planned for a budgeted one (1) week total
Training effort for the enQuesta Storm Drainage Management implementation. This effort
includes training plan development and course scheduling, training material development,
and training delivery activities. The planning and development activities will take place
remotely.
Training Plan and Scheduling: S&S will develop a Training Plan. The purpose of the Training
Plan is to detail the manner that educational services will be delivered by S&S to the
Customer, including a summary of the training program, schedule, and S&S deliverables,
classroom setup requirements, and participant attendance expectations. Training will be
delivered in an instructor delivered training setting, with hands-on exercises.
Documentation: S&S will deliver, in electronic PDF form, enQuesta Storm Drainage
Management training materials.
Training Delivery: S&S’ training program includes one (1) process oriented class. The
process oriented class will be delivered in one day session and shall not exceed 15
Attachment number 1 \nPage 7 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 8 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
participants. Participants must be existing users of the enQuesta application, and must have
a working knowledge of enQuesta’s Billing and Work Order processes.
G. Simulation – To reduce project risk, validate customer readiness and ensure that the actual
Go-Live weekend is as seamless as possible a Simulation will take place prior to the Go-Live
weekend. This event will simulate the actual Go-Live by providing a dry-run of the Go-Live
activities. The Customer will then lead, project manage and execute key process testing to
validate customer readiness and ensure proper system configuration. The Customer is
responsible for testing all business processes, including interfaces, during Simulation. S&S
will participate by aiding in the Project Management and responding to and resolving issues.
S&S will support the Simulation activity remotely from Vermont. Please see Attachment C –
Sample Simulation for a typical Simulation plan.
H. Go-Live and Go-Live Support – S&S strives to make the actual cutover, or Go-Live a non-
event. Strong project planning and execution should lead to a smooth, productive cutover
with minimal disruption. S&S and the Customer will jointly develop and execute the
cutover plan which will include the final data conversion, and the turning on of the
configured enQuesta Storm Drainage Management module in the production environment.
S&S staff will be on-site over the Go-Live weekend, as well as during the initial business
days after cutover to aid in any issue resolution and to offer mentoring and assistance. This
effort includes 3-4 S&S staff on-site for 2 weeks.
Upon completion of the cutover, when the customer is live on enQuesta Storm Drainage
Module, S&S will provide production-critical, support services from S&S’ facility in Vermont.
The objective is to achieve Systems Acceptance (described below). Outstanding issues and
remaining project deliverables are documented and prioritized. Periodic status reviews, via
phone or video conference, are held between the Customer and S&S project teams to
address outstanding project items.
I. System Acceptance - System Acceptance shall refer to the date on which a module or group
of interrelated modules of the software licensed herein is operating in a production
environment without Level 1 issues as defined below. If Customer fails to notify S&S of
such Level 1 issue within 30 days of Go Live of the module or group of interrelated
modules, System Acceptance shall be deemed to have occurred.
o Level 1 (Showstopper): This is a severe problem that prohibits critical
processing from continuing and there is no reasonable work around. As an
example, bills will not print.
o Level 2 (High): There is a serious problem with the system but there is a work
around available that can be used on a temporary basis. As an example, work
order closing has an error but a temporary work around has been defined
where a CSR will manually look at each record after the closing.
o Level 3 (Medium): There is a problem with the system but a viable long-term
work around exists and no significant productivity impact to the customer
exists.
o Level 4 (Low): There is a cosmetic problem that does not impact operations in
any way. As an example, there is a misspelling on a report or form.
Attachment number 1 \nPage 8 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 9 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
Proposed High Level Timeframe
To meet the project objectives, the following approach to implementation and delivery will be used.
This planned seven month timeline is subject to change as detailed project planning occurs. Please
note, this duration is typical and expected for an implementation of this nature.
Activity Timeframe
Contract Signing Month 1
Project Kickoff
Business Process Analysis for Storm Drainage Management
Workflow
Initial data extract, in the “final” data format, for initial
data conversion
Delivery of Storm Drainage Management functionality to
Customer Test / Training Environment
The Customer completes initial setup in enQuesta
Production
Delivery of Storm Drainage Management functionality to
Customer Test / Training Environment
Final data extract, in the “final” data format, for data
conversion
Final setup for Storm Drainage Management, in production,
in preparation for Go-Live
The Customer completes Testing of functional deliverables
Simulation of Storm Drainage functionality
Go-Live Delivery of Storm Drainage functionality to
Production Environment
Attachment number 1 \nPage 9 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 10 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
ASSUMPTIONS
Scope
• The Storm Drainage Management Module will be installed by activating Application 8 in
enQuesta™ version v4.1
• The Storm Drainage Management Module will be implemented on the v4.1 enQuesta
environment.
• The Customer will use the standard enQuesta Storm Drainage module without modifications
to the software.
• The Customer will support this implementation using existing enQuesta production reports
or create their own ad-hoc reports.
• Attributes such as Impervious Square Footage and Acreage will be utilized as part of the
calculation in the Storm Billing process.
• The following information is necessary to convert, configure and provide interface design
details that will ultimately become the AUD enQuesta Storm Drainage Management Module.
enQuesta Storm Drainage Data Mapping
There will be a 2 day onsite data mapping trip to document the fields used to create application 8
and populate the GIS interface discussed below.
This trip will include GIS, Augusta Water, and S&S resources.
A joint document will be finalized from this on-site prior to the first conversion.
enQuesta Storm Drainage WebConnect Changes
Provide application 8 Drainage to AUD WebConnect
enQuesta Storm Drainage Management Configuration:
Premise Address Table:
The Assumption is that nothing will need to be added as a differentiator to this table. It’s
not application specific, and the attributes shouldn’t need to change from the current
format.
Possible exception: Drainage only accounts that don’t have an existing premise in the
enQuesta environment today.
Application Premise Table:
The business critical attributes here follow with a brief description of their significance.
Service Area – Work order assignment, scheduling and reporting.
Tax District – Work order assignment, scheduling and sales revenue reporting.
Cycle – Billing, work order sorting and reporting.
Route – Billing, work order sorting and reporting.
Book – Billing work order sorting and reporting.
Rates/Class – These are temporary defaults and can be mapped in conversion.
Customer Tables:
Customer Master Account Table
Attachment number 1 \nPage 10 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 11 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
The business critical attributes here follow with a brief description of their significance. This
list is intended for illustrative purposes and may not all inclusive.
CIS Number – Mailing information, social security number and telephone
information.
Premise Number – Physical location and attributes noted above.
Active Code – Billing, work order generation and reporting.
Status Code – Reporting.
Penalty Code – Penalty yes/no, penalty type/rate and GL number assigned to
charges.
Tax Code – Taxable or non-taxable.
Tax Type – Type of tax and reporting.
A/R Code – GL account number to which accounts receivable is directed.
Bank Code – GL account number to which cash is directed.
The values in the Water Application (application 3) will be duplicated and migrated to the
Drainage Application (application 8) to create the customer account master.
Billable square feet – Used for billing if impervious square feet or some other area based
factor is necessary to calculate bills. It will be important to identify the source for the
information, and how S&S retrieve it for conversion. The assumption is S&S will obtain this
information through an interface with the GIS system.
Rate Table:
Below are two manners in which Storm Drainage will be billed in enQuesta. S&S will need
to know the number of rates and type of rates to be used for conversion mapping from the
water rate to create the corresponding drainage rate in enQuesta.
Flat rate which bills at $XXX per unit assessed.
General Ledger Chart of Accounts:
The following general ledger accounts will be setup for Storm Drainage Management Billing:
Sales Revenue (drainage billing)
Write-off
Non-Sufficient Funds Charge
Penalty Revenue
Miscellaneous Charge Revenue
Checking Account (Payment Processing)
Accounts Receivable
enQuesta Storm Drainage Management Interfaces:
The following interface is in scope:
Interface Notes
GIS Interface GIS API Syncing Address and pulling in drainage only
premises
Attachment number 1 \nPage 11 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 12 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
enQuesta Storm Drainage Management Conversion:
Add Drainage Master, Application Premise, Items
1st Part of Conversion - Build all current accounts required to be bill drainage
Data mapping onsite, develop conversion
2nd to build Drainage only accounts CIS record Mailing address Drainage master Aprem and
Item.
enQuesta Storm Drainage Management Professional Services:
There will be substantial preparatory work to the Storm Drainage Management Module
required prior to beginning conversion and interface activities. A representation of system
tables requiring configuration follow - these must be established before conversion mapping
can begin.
Rate Tables/Rate Design
Accounting Codes (ACD Codes)
Active Codes
Billing Routes and Cycles
Cash Priority Tables
Multiple Rate Tables
Tax Tables
Tax Districts
Service Classes
Item Codes
Billing Codes
Permissions
Work Order Types
Note Pad (Diary) Types
enQuesta Storm Drainage Management Bill Print:
This statement of work assumes that the Customer will be adding Storm Drainage charges to the existing
Water/Sewer bill format. S&S will add no more than 3 lines to the current bill print format to accommodate
Storm Drainage billing. If additional changes are requested to the bill print format this will require a change
order for additional services.
Attachment number 1 \nPage 12 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 13 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
Out of Scope
Currently, the following tasks, services and functionality are defined to be out of Scope. S&S looks
forward to discussing whether and how these items may be included within the scope of the
enQuesta Storm Drainage Management implementation.
• Business rules, processes, or rates/rate structures not supported within the existing enQuesta
Storm Drainage Module are out of scope.
• Any training of new or inexperienced enQuesta end users. It is expected that all of the
Customer individuals that attend training will have prior enQuesta experience.
• Any upgrades to current production hardware unless explicitly stated within this Statement of
Work. Any 3rd party integration analysis unless explicitly stated within this Statement of
Work.
• Delivery of any other newly licensed enQuesta software modules beyond those specified in
this Statement of Work.
• Any new or modified interfaces unless explicitly stated within this Statement of Work.
• Any changes in existing business processes unless explicitly stated within this Statement of
Work.
• Any changes to the Customer’s credit and collection procedures. The existing enQuesta
Credit and Collections processes will provide for the management of Customer accounts and
receivables as it currently does with Water and Sewer.
• Any changes to the Customer’s cash receipting procedures. Storm Drainage Management
fees may be collected and received in a similar fashion to all other current fees.
• The billing of Storm Drainage Management will be displayed with the addition of 3lines
presented on the utility bill. Any further changes to the bill presentation are out of scope. If
the Customer determines that they want additional changes to the bill print format or a
separate Storm Drainage Only bill print altogether, this would be subject to an additional
charge.
• The delivery of “new” reporting requirements specifically associated with Storm Drainage.
Attachment number 1 \nPage 13 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 14 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
Server Hardware
The project will be completed on the v4.1 hardware. Additional space may be required on this
server.
Attachment number 1 \nPage 14 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 15 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
APPENDIX - ATTACHMENT A – INTERFACE LIST
S&S will address the following Interfaces as described below:
Interface Scope
GIS GIS API Syncing Address and pulling in drainage
only premises
Attachment number 1 \nPage 15 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 16 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
DETAILED PRICING
enQuesta Storm Drainage Price Annual
Maintenance
enQuesta Storm Drainage
Management Module software
license
$125,000
$25,000
Services Price Annual
Maintenance
Services Including: Project
Management, Business Process
Analysis, Implementation,
Configuration, Testing, Training,
Simulation, Go-Live and Post-Go
Live Support
$87,500
n/a
Data Conversion – includes on-site
trip for mapping
$98,000
n/a
GIS Interface
$38,500
n/a
WebConnect
$10,500
n/a
Total
$339,500
$25,000
Travel Estimated, 10 trips at $2000
$20,000
Attachment number 1 \nPage 16 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 17 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
PAYMENT SCHEDULE
Payment Schedule
Deliverable Payment Amount Date
Contract Signing $84,875.00 December
Completion of Onsite Datamapping $67,900.00 December
Installation of enQuesta tables in
conjunction with Upgrade Simulation $84,875.00 March
first conversion of AUD Draianage
accounts in Test/Train Post Upgrade $67,900.00 May
Storm Drainage Go-Live conversions
ready to Bill with effective rate dates of
June 1,2015
$33,950.00 June
TOTAL (excluding Travel) $339,500.00
Travel (estimated) $20,000.00
Attachment number 1 \nPage 17 of 18
Item # 8
Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work
Page 18 of 18 10/21/2014
Proprietary and Confidential to Systems & Software, Inc.
ACCEPTANCE
Acceptance - Augusta
Accepted by:
Title:
Date:
Purchase Order #:
Attachment number 1 \nPage 18 of 18
Item # 8
Augusta-Richmond County, Georgia
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase VI 500,000$
1,885,799$
339,500
2,725,299$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
CHANGE NUMBER TWO
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for
execution. For information reference this request, contact Engineering at ext 5070. Thanks
CPB#328-041110-211828002
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
STORMWATER UTILITY Program
Special 1% Sales Tax, Phase VI
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia
that the following Capital Project Budget is hereby adopted:
Section 1: This project is authorized to CPB#328-041110-211828002 to supplement Systems & Software, Inc (S&S)
existing contract with Augusta Utilities (AUD) in the amount of $339,500 for implementation of the
enQuesta Storm Drainage Module as part of creating Stormwater Utility Fee billing system. Funding
Special 1% Sales Tax, Phase VI
is available through Project SPLOST VI project account.
1 of 2 2.10.2015
Attachment number 2 \nPage 1 of 2
Item # 8
Augusta-Richmond County, Georgia CPB#328-041110-211828002
CAPITAL PROJECT BUDGET
STORMWATER UTILITY Program
CPB AMOUNT ADDITION NEW
SOURCE OF FUNDS CPB REQUEST CPB
SPLOST, PHASE VI
328-041110-211828002 ($2,385,799) ($339,500) ($2,725,299)
TOTAL SOURCES: ($2,385,799) ($339,500) ($2,725,299)
USE OF FUNDS
ENGINEERING
328-041110-5212115-211828002 $2,385,799 $339,500 $2,725,299
TOTAL USES:$2,385,799 $2,725,299
2 of 2 2.10.2015
Attachment number 2 \nPage 2 of 2
Item # 8
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Windsor Spring Road Phase V – 3 Party Agreement
Department:Abie L. Ladson, Director
Caption:Authorize the Mayor, Clerk of Commission and the Augusta Law
Department to execute the Three Party Agreement between the
Georgia Department of Transportation (GDOT), Central of
Georgia Railroad - Norfolk Southern Corporation, and Augusta,
Georgia on the project to reconstruct the bridge over Norfolk
Southern Railroad as part of the Windsor Spring Road Phase V
improvements from SR 88 in Hephzibah to Willis Foreman Rd,
CPB# 323-04-299823786. Execution of the Agreement
acknowledges that Augusta, Georgia will be responsible for the
maintenance of the bridge crossing after construction is
completed.
Background:On April 6, 1999 the Augusta, Georgia Commission approved for
Augusta, Georgia to enter into an agreement with GDOT to
accept responsibility for the project preliminary engineering, right
of way acquisition and relocation of utilities on the Windsor
Spring Road Phase V project. The project will widen and
reconstruct Windsor Spring Road to 4 lanes with a 19’ raised
median from SR 88 in Hephzibah to Willis Foreman Road and
replace the bridge over Norfolk Southern Railroad. R/W activities
and final design activities are nearing completion. The current
let date is April 17, 2015 and the construction funding for the
bridge will be provided by GDOT. The current estimated cost is
$1,935,640.
Analysis:The improvements to Windsor Spring Road from SR 88 in
Hephzibah to Willis Foreman Road include the replacement of the
existing bridge and construction of a new bridge over Norfolk
Southern Railroad. The construction of the new bridge will be
done by the GDOT Contractor that is awarded the bid on this
project.
Financial Impact:Augusta, Georgia is already maintaining the existing bridge so
there will be no additional financial impact. Upon completion of
the construction, the future cost to maintain the new bridge should
be reduced compared to the cost to maintain the existing bridge.Cover Memo
Item # 9
Alternatives:1: Authorize the Mayor, Clerk of Commission and the Augusta
Law Department to execute the 3 Party Agreement between the
Georgia Department of Transportation (GDOT), Central of
Georgia Railroad - Norfolk Southern Corporation, and Augusta,
Georgia on the project to reconstruct the bridge over Norfolk
Southern Railroad as part of the Windsor Spring Road Phase V
improvements from SR 88 in Hephzibah to Willis Foreman Rd,
CPB# 323-04-299823786. Execution of the Agreement
acknowledges that Augusta, Georgia will be responsible for the
maintenance of the bridge crossing after construction is
completed. ALTERNATIVE 2: 2. Not Applicable
Recommendation:Approve alternative #1
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 9
AGREEMENT
1
GDOT Contract ID No.: CSOOURRX150399
Project: BHSLB-1105-00(005), Richmond County
PI No.: 245325-
RR File #: 117-28970 (BR0061781)
THIS AGREEMENT, made and entered into ____________________, by and between,
DEPARTMENT OF TRANSPORTATION, an agency of the State of Georgia, hereinafter styled
the DEPARTMENT, party of the first part; and
CENTRAL OF GEORGIA RAILROAD COMPANY, a Corporation, chartered in the State of
Georgia, hereinafter styled the RAILROAD, party of the second part.
AUGUSTA, GEORGIA, a consolidated political subdivision of the State of Georgia, hereinafter
styled the CITY, party of the third part.
WITNESSETH that:
WHEREAS, the DEPARTMENT proposes under the above written project number to widen and
reconstruct Windsor Spring Road from SR 88 to Willis Foreman Road, in the City of Hephzibah,
Richmond County, Georgia; and
WHEREAS, work will be required within the right of way of Central of Georgia including the
reconstruction of the Windsor Spring Road Bridge over the Central of Georgia Railroad at
Railroad Milepost GF-236.70 and Railroad Crossing ID Number 734145P; and
WHEREAS, said construction will require the RAILROAD to perform preliminary and
construction engineering, and accounting/billing which the RAILROAD is willing to perform in
accordance with the estimate attached hereto; and
WHEREAS, the RAILROAD and the CITY are in agreement with the DEPARTMENT’S
project and plans; and
WHEREAS, the new overpass bridge will be owned and maintained by the CITY; and
WHEREAS, the RAILROAD is willing to grant the DEPARTMENT temporary easement(s) for
this work as provided for herein as necessary for roadway construction and maintenance of grade
separation structures in accordance with O.C.GA. 32-6-196; and
WHEREAS, acquisition of RAILROAD property required for roadway right-of-way and
easements is being handled separate from this agreement; and
NOW THEREFORE, the PARTIES HERETO, each in consideration of the premises above and
of the covenants of the other as hereinafter expressed and contained, do hereby contract and
agree each with the other as follows:
Account No. - Class: 733307-309
Department ID: 4840470001 Program No.: 4180601
Attachment number 1 \nPage 1 of 33
Item # 9
AGREEMENT
2
1) It is specifically understood that the project number shown above is for the
DEPARTMENT’s identification purposes only and may be subject to change by the
DEPARTMENT. In the event it becomes necessary for the DEPARTMENT to assign a
different project number, the DEPARTMENT will notify the RAILROAD and the CITY of
the new project designation. Such change in project designation shall have no effect
whatsoever on any other terms of this agreement.
2) It is agreed that the regulatory provisions of Part 140, Subpart I, and Part 646, Subpart B, of
Title 23, Highways, of the Code of Federal Regulations, current edition, (hereinafter
referred to as CFR) shall govern the work and procedures covered by this agreement and
are by reference incorporated herein.
a) It is agreed that in accord with Title 23 of the CFR, Chapter I, Subchapter G, Part 646,
Subpart B, Section 646.210 the work proposed under this Agreement shall not benefit the
RAILROAD and that the RAILROAD shall not participate in any of the cost of making
surveys, preparing plans, acquiring materials and performing the work covered under this
Agreement.
b) The RAILROAD shall furnish the necessary materials and perform the work on an actual
cost basis. All materials which are required to complete the work will be purchased
direct by the RAILROAD or furnished from RAILROAD stock in accordance with Part
140, Subpart I, of CFR. Any portion of the work contemplated under this agreement may
be let to contract by the RAILROAD through competitive bidding or the RAILROAD
may use the services of a contractor which works for the RAILROAD on a routine basis
under a written continuing contract subject to the terms and conditions of the aforesaid
CFR, and with prior review and approval by the DEPARTMENT, all in accord with the
detailed estimate attached. Before the RAILROAD initiates accomplishment of any work
by these means, the RAILROAD shall first contact the DEPARTMENT to determine the
appropriate procedures to follow to provide for compliance. Prior approval by the
DEPARTMENT will not be necessary when work is performed by competitive bidding
when the amount of work does not exceed $10,000 per each individual contractor.
c) RAILROAD shall give DEPARTMENT and Federal Highway Administration, when
applicable, ample opportunity to inspect materials recovered by RAILROAD in
accordance with Part 646, Subpart B, of CFR.
3) RAILROAD to the extent that its present right, title and interest permits or enables it so to
do and without warranty hereby grants to DEPARTMENT and the CITY an easement
across its right-of-way for the purpose of constructing said overpass and approaches
thereto, all as shown on the project plans and in accord with the specifications and special
provisions. Said project plans, specifications and special provisions, which are identified
by the project number shown above, as finally approved by the RAILROAD, the CITY and
DEPARTMENT, are hereby made a part hereof by reference. Said easement and
construction is more particularly described as shown on project plan sheets which are
attached hereto and made a part hereof.
Attachment number 1 \nPage 2 of 33
Item # 9
AGREEMENT
3
a) Such easement hereby granted is limited to the use for highway purposes of space
required for approaches to said bridge(s) and for columns, foundations and other parts of
the bridge(s) and is limited vertically by a horizontal surface 20 feet above the roadway
surface of said bridge and approaches, together with the use of additional space for
aforesaid purpose and for access to the highway facilities for maintenance purposes, it
being understood that the easement shall not restrict the RAILROAD from utilizing the
air space under said bridge(s) for railroad operations and for wire lines or other facilities
which will not encroach on the reasonable requirements for maintaining the highway
facilities. All other rights are reserved unto the RAILROAD.
b) The CITY in its maintenance of the highway facilities, agrees to obtain permission from
the RAILROAD before undertaking any work which may interfere with or be a real or
potential hazard to the passage of trains or other railroad operations. In case of an
emergency, the CITY will notify the RAILROAD prior to undertaking emergency work.
The CITY will work with the RAILROAD to avoid interference with railroad operations
or potential hazard environment.
c) RAILROAD agrees to notify the DEPARTMENT and the CITY prior to undertaking the
use of air space over the easement and prior to starting the construction of any fixed
installation, other than its customary signal and communication facilities, within 8 feet of
the underside of said bridge(s) or within 15 feet of said easement, it being understood that
such use will afford reasonable protection and safety to the highway facilities and
highway traffic and will not unreasonably interfere with lighting, ventilation and
maintenance of the highway facilities by the DEPARTMENT and the CITY. The
RAILROAD will provide a copy of work plan along with notification to the
DEPARTMENT and the CITY. The DEPARTMENT or the CITY shall review the work
plan upon receipt and notify RAILROAD in a timely manner any concerns they have
with the proposed work plan.
4) DEPARTMENT will construct and the CITY will maintain said overpass bridge(s) together
with approaches thereto in accordance with the plans, specifications and special provisions
which are identified by the project number shown above, approved by all parties, and made
a part of this agreement by reference. DEPARTMENT further agrees that said work shall
be done and performed in accordance with the reasonable requirements of RAILROAD in
such manner as to prevent interruption of, interference with, or danger or delay to railroad
operations.
5) The RAILROAD, with its regular construction or maintenance forces and personnel and at
its standard schedule of wages and working hours and working in accordance with the
terms of its agreements with such employees, will do and perform the work as described in
the detailed estimate dated 12/30/2014 for $79,481.00, prepared in accord with aforesaid
CFR, said estimate being attached hereto and made a part of this agreement. Any work to
be done and performed by the RAILROAD not to be done and performed by the regular
organized forces of the RAILROAD working under current agreements with its employees,
shall be subject to the labor regulations applicable to construction contracts for grade
separation projects. The amount of the detailed cost estimate(s) attached hereto will be
allotted from available funds and written notice given to RAILROAD by DEPARTMENT
Attachment number 1 \nPage 3 of 33
Item # 9
AGREEMENT
4
before RAILROAD is authorized to proceed with the work to be performed by
RAILROAD under this agreement.
6) The DEPARTMENT shall pay monthly bills promptly upon receipt and verification thereof
by the DEPARTMENT. Upon completion of the work the RAILROAD shall submit one
final bill to the DEPARTMENT and the DEPARTMENT shall make a conditional final
payment promptly upon verification of the final bill by the DEPARTMENT. The total
liability of the DEPARTMENT shall not exceed the reimbursable cost of the work as
ascertained by computing the items of cost as set forth in the aforesaid CFR. At any time
within three years after the date of the conditional final payment the DEPARTMENT may
audit the cost records and accounts of the RAILROAD pertaining to this project and will
bill the RAILROAD any amount of any unallowable expenditure made in the conditional
final payment of this contract or, if no unallowable expenditure is found, notify the
RAILROAD of that fact in writing. If the RAILROAD does not pay any such bill within
thirty days of receipt of the bill from the DEPARTMENT, the DEPARTMENT may set-off
the amount of such bill against the amounts owed the RAILROAD on any then-current
agreement between the RAILROAD and the DEPARTMENT. For audit purposes, the
reports, plans, specifications, digital information, field data, notes and cost records and
accounts of the RAILROAD pertaining to this project shall be made available to the
representatives of the DEPARTMENT or the Federal Highway Administration at the
General Office of the RAILROAD during the progress of the work and for a period of not
less than three years from the date conditional final payment has been received by the
RAILROAD.
7) The RAILROAD expressly agrees that the DEPARTMENT may set-off against the net
payments provided for herein an amount equal to that amount which has been identified by
either a State or Federal audit as an unallowable expenditure in any agreement between the
RAILROAD and the DEPARTMENT on which a conditional final payment has been
made.
8) The DEPARTMENT shall not be bound to pay any amount in excess of the reimbursable
portion of the detailed cost estimate attached hereto, nor for any items of work not provided
for in the detailed cost estimate. In the event it is determined that a change in the work to
be performed by the RAILROAD will be required or that an increase in cost anticipated
will be incurred by the RAILROAD, a written change or extra work order approved by the
DEPARTMENT shall be required.
9) The DEPARTMENT shall not be liable for payment of any bill received more than twelve
(12) months after all work under this Agreement is completed unless the RAILROAD and
DEPARTMENT have agreed in advance to an extension of the billing period in
writing. Unless an extension of the billing period has been agreed to the DEPARTMENT
may consider payment made up to one year following completion of the work to be final.
10) The RAILROAD shall provide preliminary and construction engineering including
inspection services as identified and included in the attached estimate. The anticipated
scope of services to be provided in connection with construction engineering by consulting
engineering firms for the RAILROAD is attached hereto and made a part hereof. Prior to
Attachment number 1 \nPage 4 of 33
Item # 9
AGREEMENT
5
contracting for any consultant work not specifically covered by this agreement, the
RAILROAD will submit to the DEPARTMENT for approval the consultant’s proposal
containing, but not limited to, a statement of the scope of consultant services, a list of wage
rates and classifications to be used by the consultant and an itemized statement of costs
estimated to complete the services. Selection and employment of the consultant shall be
governed by requirements and procedures contained in Part 646, Subpart B, of CFR.
11) The DEPARTMENT will require its Contractor to abide by the attached Special Provision
for Protection of Railway Interests which will be included in his contract and, before
commencing said construction on RAILROAD right-of-way or property, to furnish
evidence acceptable to the DEPARTMENT and the RAILROAD that the Contractor has
provided (1) Contractor’s Public Liability and Property Damage Liability Insurance, (2)
Contractor’s Protective Public Liability and Property Damage Liability Insurance and (3)
Railroad Protective Liability Insurance in the amounts specified in the Special Provision
attached hereto and made a part hereof, all in accord with Part 646, Subpart A, of CFR,
current edition, and in a form approved by the DEPARTMENT and the RAILROAD.
12) The DEPARTMENT agrees that it will secure the payment bond required under Section
13-10-1 (b) (2) (A) of the Official Code of Georgia Annotated and that such bond will
cover the work to be done and for the use and protection of all subcontractors and all
persons supplying labor, materials, machinery, and equipment in the prosecution of the
work provided for in the contract. The DEPARTMENT will furnish the RAILROAD a
photocopy of the bond secured for the project. The DEPARTMENT will also furnish the
RAILROAD with the address of all contractors and sureties that may be a party to the
bond and will notify the RAILROAD of any subsequent address changes.
13) It shall be the RAILROAD’S responsibility to plan with the Contractor a schedule of
operations which will clearly set forth at which stage of the contractor’s operations the
RAILROAD will be required to perform its work.
14) In the event it shall be necessary in connection with or incident to the work of said
construction to make any adjustment in facilities of tenants of the RAILROAD, such
adjustments shall be handled by the DEPARTMENT directly with the owner or owners
thereof at no expense to the RAILROAD.
15) It is agreed that the DEPARTMENT will furnish the RAILROAD the name, address and
telephone number of its representative who will be in charge of the work as part of its letter
of authorization to proceed with the work covered under this agreement. The RAILROAD
agrees to give said representative reasonable prior notice of the dates upon which work will
be done in order that work may be properly inspected and documented for audit. Further,
the work covered under this Agreement shall be completed no less than the overall
completion date as indicated in the construction agreement entered into between the
DEPARTMENT and the lowest responsive bidder. The DEPARTMENT will notify the
RAILROAD in writing of this final completion date.
Attachment number 1 \nPage 5 of 33
Item # 9
AGREEMENT
6
16) It is mutually agreed between the parties hereto that this document shall be deemed to have
been executed in Fulton County, Georgia, and that all questions of interpretation and
construction shall be governed by the laws of the State of Georgia.
17) The covenants herein contained shall, except as otherwise provided, accrue to the benefit of
and be binding upon the successors and assigns of the parties hereto.
Attachment number 1 \nPage 6 of 33
Item # 9
AGREEMENT
7
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in four
counterparts, each to be considered as an original by their authorized representative the day and
date herein above written.
WITNESSES AS TO RAILROAD: CENTRAL OF GEORGIA
RAILROAD COMPANY
___________________________ BY: ____________________________________
WITNESS
AS ITS__________________________________
(CORPORATE SEAL)
I attest to the genuineness of the Corporate Seal, and I further attest that the above named officer
is duly authorized to execute this document.
ATTEST:
BY:_____________________________________
**********************************
FEIN _____________________________ AS ITS__________________________________
**********************************
--------------------------------------------------------------------------------------------------------------
RECOMMENDED: ACCEPTED:
DEPARTMENT OF TRANSPORTATION
BY: ____________________________________
STATE UTILITIES ENGINEER COMMISSIONER
Signed, sealed, and delivered this
____________day of _________________
20_________, in the presence of:
Project No.: BHSLB-1105-00(005) (OFFICIAL SEAL OF THE DEPARTMENT)
COUNTY: Richmond
PI No.: 245325-
Date: January 9, 2015, MGC
I attest that the seal imprinted herein is the Official Seal of the Department.
BY: __________________________________
TREASURER
OFFICIAL CUSTODIAN OF THE SEAL
Attachment number 1 \nPage 7 of 33
Item # 9
AGREEMENT
8
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in four
counterparts, each to be considered as an original by their authorized representative the day and
date herein above written.
WITNESSES AS TO CITY: CITY OF AUGUSTA
___________________________ BY: ____________________________________
WITNESS Honorable Hardie Davis, Jr., Mayor
___________________________
Print Name and Title
FEIN: ______________________
Signed on behalf of the CITY pursuant to Resolution dated _________________________.
Approved as to Form: ATTEST:
_____________________ BY: __________________________________
LAW DEPARTMENT CLERK OF COMMISSION
_____________________ ___________________________________
Print Name Print Name
This _________________ day of _______________, 20___.
--------------------------------------------------------------------------------------------------------------
Attachment number 1 \nPage 8 of 33
Item # 9
AGREEMENT
9
RESOLUTION
STATE OF GEORGIA
CITY OF AUGUSTA
BE IT RESOLVED by the Mayor and City of Augusta Commission, and it is hereby
resolved, that the foregoing attached Agreement, relative to Project BHSLB-1105-00(005), P.I.
245325-, to widen and reconstruct Windsor Spring Road, in the City of Hephzibah, Richmond
County, Georgia, and that Honorable Hardie Davis, Jr., Mayor, and Lena J. Bonner, as Clerk of
Commission, be and they are, thereby authorized and directed to execute the same for and in
behalf of said by the Mayor and City of Augusta Commission.
Passed and adopted this the _____________ day of __________________, 20___.
ATTEST:
BY: ___________________________ BY: ______________________________
CLERK OF COMMISSION MAYOR
STATE OF GEORGIA,
CITY OF AUGUSTA
I, Lena J. Bonner, as Clerk of Commission, do hereby certify that I am custodian of the
books and records of the same, and that the above and foregoing copy of the original is now on
file in my office, and was passed by the Mayor and City of Augusta Commission.
WITNESS my hand and official signature, this the ___ day of ____________, 20___.
BY: __________________________________
CLERK OF COMMISSION
Attachment number 1 \nPage 9 of 33
Item # 9
AGREEMENT
10
GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT
Contracting Entity: Central of Georgia Railroad
Address: 1200 Peachtree Street, N.E. Box 142, Atlanta, GA 30309
Contract No. and Name: CSOOURRX150399, (BR0061781) Agreement to reconstruct the Windsor
Spring Road bridge at Railroad Milepost GF-236.70 and Railroad Crossing ID
Number 734145P.
By executing this affidavit, the undersigned person or entity verifies its compliance with O.C.G.A. § 13-
10-91, stating affirmatively that the individual, firm, or entity which is contracting with the Georgia
Department of Transportation has registered with, is authorized to participate in, and is participating in
the federal work authorization program commonly known as E-Verify, or any subsequent replacement
program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91.
The undersigned person or entity further agrees that it will continue to use the federal work authorization
program throughout the contract period, and it will contract for the physical performance of services in
satisfaction of such contract only with subcontractors who present an affidavit to the undersigned with the
information required by O.C.GA. § 13-10-91(b).
The undersigned person or entity further agrees to maintain records of such compliance and provide a
copy of each such verification to the Georgia Department of Transportation within five (5) business days
after any subcontractor is retained to perform such service.
_______________________________________
E-Verify / Company Identification Number
_______________________________________
Signature of Authorized Officer or Agent
_______________________________________
Date of Authorization
_______________________________________
Printed Name of Authorized Officer or Agent
_______________________________________
Title of Authorized Officer or Agent
_______________________________________
Date
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
_____ DAY OF ______________________, 201_
________________________________________ [NOTARY SEAL]
Notary Public
My Commission Expires: ___________________ Revised 12/01/2011
Attachment number 1 \nPage 10 of 33
Item # 9
AGREEMENT
11
GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT
Contracting Entity: CITY OF AUGUSTA
Address: 535 Telfair Street - Room 200A, Augusta, Georgia 30911
Contract No. and Name: CSOOURRX150399, (BR0061781), Agreement to reconstruct the Windsor
Spring Road bridge at Railroad Milepost GF-236.70 and Railroad Crossing
ID Number 734145P.
By executing this affidavit, the undersigned person or entity verifies its compliance with O.C.G.A. § 13-
10-91, stating affirmatively that the individual, firm, or entity which is contracting with the Georgia
Department of Transportation has registered with, is authorized to participate in, and is participating in
the federal work authorization program commonly known as E-Verify, or any subsequent replacement
program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91.
The undersigned person or entity further agrees that it will continue to use the federal work authorization
program throughout the contract period, and it will contract for the physical performance of services in
satisfaction of such contract only with subcontractors who present an affidavit to the undersigned with the
information required by O.C.GA. § 13-10-91(b).
The undersigned person or entity further agrees to maintain records of such compliance and provide a
copy of each such verification to the Georgia Department of Transportation within five (5) business days
after any subcontractor is retained to perform such service.
E-Verify / Company Identification Number
_______________________________________
Signature of Authorized Officer or Agent
Date of Authorization
_______________________________________
Printed Name of Authorized Officer or Agent
_______________________________________
Title of Authorized Officer or Agent
_______________________________________
Date
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
_____ DAY OF ______________________, 201_
________________________________________ [NOTARY SEAL]
Notary Public
My Commission Expires: ___________________
Attachment number 1 \nPage 11 of 33
Item # 9
FORCE ACCOUNT ESTIMATE
Work to be Performed By: Norfolk Southern Railway Company
For the Account of: The Georgia Department of Transportation
Project Description:
Location: Hephzibah, Richmond Counth, GA
Project No.: 245320, 245325
Milepost: GF-236.64
File:
Date:
SUMMARY
ITEM A - Preliminary Engineering 14,000
ITEM B - Construction Engineering 61,286
ITEM C - Accounting 4,194
ITEM D - Flagging Services 0
ITEM E - Communications Changes 0
ITEM F - Signal & Electrical Changes 0
ITEM G - Track Work 0
ITEM H - T-Cubed 0
GRAND TOTAL 79,481$
ITEM A - Preliminary Engineering
* Previously Executed Preliminary Engineering Agreement with the GDOT. Estimate Shown Below is
Supplemental Fee for Contract Engineer.
(Review plans and special provisions,
prepare estimates, etc.)
Labor: 0 Hours @ $60 / hour= 0
Labor Additives:0
Travel Expenses:0
Services by Contract Engineer - : 14,000
NET TOTAL - ITEM A 14,000$
117-28970, BR0061781
December 30, 2014
Proposed O.H. Bridge Replacement for Windsor Spring Rd.
Attachment number 1 \nPage 12 of 33
Item # 9
ITEM B - Construction Engineering
(Coordinate Railway construction activities,
review contractor submittals, etc.)
Labor: 40 Hours @ $60 / hour= 2,400
Labor Additives:1,886
Travel Expenses:0
Services by Contract Engineer: 57,000
NET TOTAL - ITEM B 61,286$
ITEM C - Administration
Agreement Construction, Review and/or Handling: 2,000
Accounting Hours (Labor): 40 Hours @ $30 / hour= 1,200
Accounting Additives:994
NET TOTAL - ITEM C 4,194$
ITEM D - Flagging Services
(During construction on, over,
under, or adjacent to the track.)
Labor: RR cost to be paid by GDOT contractor
0 days @ 360.00 per day= 0
(based on working 0 hours/day)
Labor Additive:0
Travel Expenses, Meals & Lodging:
0 days @ $100/day= 0
Rental Vehicle 0 months @ $950/month= 0
NET TOTAL - ITEM D -$
ITEM E - Communications Changes
Material:0
Labor:0
Purchase Services:0
Subsistence:0
Additive:0
NET TOTAL - ITEM E -$
Attachment number 1 \nPage 13 of 33
Item # 9
ITEM F - Signal & Electrical Changes
Material:0
Labor:0
Purchase Services:0
Other:0
NET TOTAL - ITEM F -$
ITEM G - Track Work
Material: (see attached summary) 0
Labor: (see attached summary) 0
Additive: (see attached summary) 0
Purchase Services: (see attached summary) 0
NET TOTAL - ITEM G -$
ITEM H - T-CUBED
Lump Sum -$
NOTES
1. For all groups of CONTRACT employees, the composite labor
surcharge rate used in this estimate (including insurance)
is 185.81%. Self Insurance - Public Liability Property
Damage is estimated at 16.00%. Work will be billed at
actual current audited rate in effect at the time the
services are performed.
2. For all groups of NON-CONTRACT employees, the composite
labor surcharge rate used in this estimate (including
insurance is 78.59%. Self Insurance - Public Liability
Property Damage is estimated at 16.00%. Work will be
billed at actual current audited rate in effect at the
time the services are performed.
3. All applicable salvage items due the Department will be
made available to it at the jobsite for its disposal.
4. The Force Account Estimate is valid for one (1) year
after the date of the estimate (12/30/2014). If the work is
not performed within this time frame the Railway may
revise the estimate to (1) include work not previously
indicated as necessary and (2) reflect changes in cost
to perform the force account work.
Attachment number 1 \nPage 14 of 33
Item # 9
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
5
o
f
3
3
It
e
m
#
9
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
6
o
f
3
3
It
e
m
#
9
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
7
o
f
3
3
It
e
m
#
9
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
8
o
f
3
3
It
e
m
#
9
Date: January 9, 2015
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
Project: BHSLB-1105-00(005), Richmond County
PI No.: 245325-
The propose of this project is to widen and reconstruct Windsor Spring Road, in the City
of Hephzibah, Richmond County, Georgia. The work will require construction activities
within the right of way of Central of Georgia Railroad Company to reconstruct the bridge
at Railroad Milepost GF-236.70 and Railroad Crossing ID Number 734145P. The
average train movement through this area is approximately one train each way per day at
typical speeds of 10 mph. There are no passenger trains at this location.
1. AUTHORITY OF RAILROAD ENGINEER AND HIGHWAY ENGINEER:
The authorized representative of the Railroad, hereinafter referred to as Railroad
Engineer, shall have final authority in all matters affecting the safe maintenance of
Railroad traffic and facilities including the adequacy of the foundations and structures
supporting the railroad tracks and the necessity for flagging during construction.
The authorized representative of the Chief Engineer, hereinafter referred to as the
Highway Engineer, shall have authority over all other matters as prescribed herein
and in the Department’s Standard Specifications, current edition, as may be revised
for this project.
2. NOTICE OF STARTING WORK:
A. The Contractor shall not commence any work on Railroad rights-of-way until it
has complied with the following conditions:
(1) Given the Railroad written notice, with copy to the Department, at the
addresses shown below and to the Highway Engineer who has been
designated to be in charge of the work, at least 10 working days in advance of
the date he proposes to begin work on Railroad rights-of-way. If flagging is
required, it may take up to 30 days to obtain flagging from the Railroad and
no work shall be undertaken until flagging is present at the job site.
Notice to: Copy to:
Chief Engineer Bridges and Structures State Utilities Engineer
Norfolk Southern Corporation Georgia Department of Transportation
1200 Peachtree St., N.E., Box 142 One Georgia Center 10th Floor
Atlanta, Georgia 30309 600 West Peachtree Street NW
(404) 529-1251 Atlanta, Georgia 30308
Attachment number 1 \nPage 19 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
2
(2) Obtained written authorization from the Railroad to begin work on Railroad
right-of-way. Such authorization may include an outline of specific and
general conditions with which he must comply.
(3) Obtained written authorization from the Railroad Protective Liability
Insurance coverage as required by paragraph 12 herein. It should be noted that
Railroad Company does not accept notation of Railroad Protective Insurance
on a Certificate of Liability Insurance or for Binders as Railroad Company
must have the full original countersigned policy. Further, please note that
mere receipt of the policy is not the only issue, but review for compliance.
Due to the number of projects system wide, it typically takes a minimum of 45
days for Railroad Company to review.
(4) Furnished a schedule for all work within the Railroad rights-of-way as
required by paragraph 7 B (1) herein.
B. The Railroad’s written authorization to proceed with the work shall include the
names, addresses, and telephone numbers of the Railroad’s representatives who
are to be notified as hereinafter required. Where more than one representative is
designated, area of responsibility of each representative shall be specified.
3. INTERFERENCE WITH RAILROAD OPERATIONS AND PROPERTY:
A. The Contractor shall so arrange and conduct its work to avoid interference with
Railroad operations, including train, signal, and communication services, or
damage to the facilities or property of the Railroad or tenants on the right-of-way
of the Railroad. Whenever work is liable to affect such operations, safety,
facilities, or property, the method of doing such work shall first be submitted to
the Railroad Engineer for review and approval, but such approval shall not relieve
the Contractor from liability. Any work to be performed by the Contractor which
requires flagging and inspection by the Railroad shall be deferred by the
Contractor until the flagging and inspection required by the Railroad is available
at the job site.
B. Whenever work within Railroad rights-of-way is of such a nature that impediment
to Railroad operations such as use of runaround or detour tracks or necessity for
reduced speed is unavoidable, the Contractor shall schedule and conduct its
operations so that such impediment is reduced to the absolute minimum.
C. Should conditions arising from, or in connection with the work, require that
immediate and unusual provisions be made to protect operations, facilities, and
property of the Railroad, the Contractor shall make such provisions. If in the
judgement of the Railroad Engineer, or in his absence, the Highway Engineer,
such provision is insufficient, either may require or make such provisions as he
deems necessary. In any event, such unusual provisions shall be at the
Contractor’s expense and without cost to the Railroad or the Department.
Attachment number 1 \nPage 20 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
3
4. TRACK CLEARANCES
A. The minimum track clearances to be maintained by the Contractor during
construction are shown on the Project Plans. However, before undertaking any
work within Railroad right-of-way, or before placing any obstruction over any
track, the Contractor shall:
1. Notify the Railroad’s representative at least 72 hours in advance of the
work.
2. Receive assurance from the Railroad’s representative that arrangements
have been made for flagging service as may be necessary.
3. Receive permission from the Railroad’s representative to proceed with the
work.
4. Ascertain that the Department Engineer has received copies of notice to
the Railroad and of the Railroad’s response thereto.
5. CONSTRUCTION PROCEDURES:
A. General:
Construction work and operations by the Contractor on Railroad rights-of-way, or
property, shall be:
1. Subject to the inspection and approval of the Railroad.
2. In accord with the Railroad’s written outline of specific conditions.
3. In accord with the Railroad’s general rules, regulations, and requirements
including those relating to safety, fall protection, and personal protective
equipment.
4. In accord with this special provision.
B. Temporary Excavation:
The subgrade of an operated track shall be maintained with edge of berm at least
10 feet from centerline of track and not more than 24 inches below top of rail.
The Contractor will not be required to make existing section meet this
specification if the existing section is substandard, in which case the existing
section will be maintained.
C. Excavation for Structures:
The Contractor will be required to take special precaution and care in connection
with excavating and shoring pits, for construction of bridges, walls, footings,
drainage pipes, or structures, under or adjacent to tracks, and any other structures
or construction, including the driving of piles or sheeting, adjacent to tracks to
Attachment number 1 \nPage 21 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
4
provide adequate lateral and vertical support for the tracks and the loads which
they carry, without disturbance of track alignment and surface, and to avoid
obstructing track clearances with working equipment, tools or other material. The
procedure for doing such work, including need of and plans for excavation and
shoring, shall first be approved by the Railroad Engineer, but such approval shall
not relieve the Contractor from liability. Before submission of plans to the
Railroad Engineer for approval, such plans shall first be reviewed by the
Department’s Office of Bridge and Structural Design. Shoring plans submitted
must be prepared, signed and sealed by a Registered Professional Engineer in the
state of Georgia.
D. Demolition, Erection, Hoisting:
(1) Railroad tracks and other railroad property must be protected from damage
during the procedure.
(2) The contractor is required to submit a plan showing the location of cranes,
horizontally and vertically, operating radii, with delivery or disposal locations
shown. The location of all tracks and other railroad facilities as well as all
obstructions such as wire lines, poles, adjacent structures, etc. must be shown.
(3) Crane rating sheets showing cranes to be adequate for 150% of the actual
weight of the pick. A complete set of crane charts, including crane,
counterweight, and boom nomenclature is to be submitted.
(4) Plans and computations showing the weight of the pick must be submitted.
Calculations shall be made from plans of the existing and/or proposed
structure showing complete and sufficient details with supporting data for the
demolition or erection of the structure. If plans do not exist, lifting weights
must be calculated from field measurements. The field measurements are to
be made under supervision of the Registered Professional Engineer
submitting the procedure and calculations.
(5) A data sheet must be submitted listing the types, size, and arrangements of all
rigging and connection equipment.
(6) A complete procedure is to be submitted, including the order of lifts, time
required for each lift, and any repositioning or re-hitching of the crane or
cranes.
(7) All erection or demolition plans, procedures, data sheets, etc. submitted must
be prepared, signed and sealed by a Registered Professional Engineer in the
state of Georgia.
(8) The Railroad’s representative must be present at the site during the entire
demolition and erection procedure period.
Attachment number 1 \nPage 22 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
5
(9) All procedures, plans, and calculations shall first be approved by the Highway
Engineer and the Railroad Engineer, but such approval does not relieve the
Contractor from liability.
E. Blasting:
(1) The Contractor shall obtain advance approval from the Railroad Engineer and
the Highway Engineer for use of explosives on or adjacent to Railroad
property. The request for permission to use explosives shall include a detailed
blasting plan. If permission for use of explosives is granted, the Contractor
will be required to comply with the following:
(a) Blasting shall be done with light charges under the direct supervision of
a responsible officer or employee of the Contractor and a licensed
blaster.
(b) Electric detonating fuses shall not be used because of the possibility of
premature explosions resulting from operation of two-way train radios.
(c) No blasting shall be done without the presence of an authorized
representative of the Railroad. At least 72 hours advance notice to the
person designated in the Railroad’s notice of authorization to proceed
(see paragraph 2B above) will be required to arrange for the presence
of an authorized Railroad representative and such flagging the Railroad
may require.
(d) Have at the job site adequate equipment, labor and materials and allow
sufficient time to clean up debris resulting from the blasting without
delay to trains. Correction of any track misalignment or other damage
to Railroad property resulting from the blasting shall be done as
directed by the Railroad’s authorized representative at the Contractor’s
expense. If its actions result in delay of trains, the Contractor shall bear
the entire cost thereof.
(e) Storage of explosives on Railroad property will not be permitted.
(f) Furnish satisfactory evidence of XCU (explosion-collapse-underground
damage) insurance coverage.
(2) The Railroad representative will:
(a) Determine the approximate location of trains and advise the Contractor
the approximate amount of time available for the blasting operation
and clean-up.
(b) Have the authority to order discontinuance of blasting if, in its opinion,
blasting is too hazardous or is not in accord with this special provision.
(3) Other Requirements:
Attachment number 1 \nPage 23 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
6
Each Railroad has its own requirements for blasting which may include
provisions in addition to the above. It is the contractor’s responsibility to
contact the Railroad before performing any blasting and determine and
comply with these requirements. The Contractor shall handle all matters
relating to blasting with the Railroad and pay for all costs involved.
F. Maintenance and Repair of Railroad Facilities:
(1) The Contractor will maintain all ditches and drainage structures free of silt or
other obstructions which may result from its operations and provide and
maintain any erosion control measures as required by Highway Project plans
and contract documents. The Contractor will promptly repair eroded areas
within Railroad rights-of-way.
(2) The Contractor will also repair, or cause to be repaired, any other damage to
the property or facilities of the Railroad or its tenants.
(3) All such maintenance and repair of damages due to the Contractor’s
operations shall be done at the Contractor’s expense.
G. Storage of Materials and Equipment:
Materials and equipment shall not be stored where they will interfere with
Railroad operations, nor on the rights-of-way of the Railroad without first having
obtained permission from the Railroad Engineer, and such permission will be with
the understanding that the Railroad will not be liable for damage to such material
and equipment from any cause and that the Railroad Engineer may move or
require the Contractor to move, at the Contractor’s expense, such material and
equipment. All grading or construction machinery that is left parked unattended
near the track or on the Railroad rights-of-way shall be effectively immobilized so
that it cannot be moved by unauthorized persons. Safety guidelines are given in
paragraph 11 herein.
H. Cleanup:
Upon completion of the work, the Contractor shall remove from within the limits
of the Railroad rights-of-way, all machinery, equipment, surplus materials,
falsework, temporary erosion measures, rubbish or temporary buildings of the
Contractor, and leave said rights-of-way in a neat condition satisfactory to the
Chief Engineer of the Railroad or his authorized representative.
6. DAMAGES:
A. The Contractor shall assume all liability for any and all damages to its work,
employees, servants, equipment and materials caused by Railroad traffic.
Attachment number 1 \nPage 24 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
7
B. Any cost incurred by the Railroad for repairing damages to its property or to
property of its tenants, caused by or resulting from the operations of the
Contractor, shall be paid directly to the Railroad by the Contractor.
7. FLAGGING SERVICES:
A. When Required
Under the terms of the agreement between the Department and the Railroad, the
Railroad has sole authority to determine the need for flagging required to protect
its operations and facilities. In general, the requirements for flagging will be
whenever the Contractor’s personnel or equipment are, or are likely to be,
working on the Railroad’s right-of-way, or within distances as may be specified
by Railroad’s authorized representative, or across, over, adjacent to, or under a
track, or when such work has disturbed or is likely to disturb a railroad structure
or the railroad roadbed or surface and alignment of any track to such extent that
the movement of trains must be controlled by flagging. These requirements
include situations where a crane, or other piece of equipment, is located such that
its boom, or extremity, could move and pass within 20 feet of the centerline of a
track or within a distance as may otherwise be specified by Railroad’s authorized
representative. Safety guidelines are given in paragraph 11 herein. Normally the
Railroad will assign one flagman to a project, based on an 8 hour workday
and 40 hour workweek, but in some cases more than one may be necessary.
B. Scheduling and Notification
(1) Not later than the time that approval is initially requested to begin work on
Railroad right-of-way, Contractor shall furnish to the Railroad and the
Department a schedule for all work required to complete the portion of the
project within Railroad right-of-way.
(2) The Contractor will be required to give the Railroad representative at least 10
working days of advance notice of intent to begin work within Railroad right-
of-way in accordance with paragraph 2.A.(1) of this special provision. Once
begun, when such work is then suspended at any time, or for any reason, the
Contractor will be required to give the Railroad representative at least 3
working days of advance notice before resuming work on Railroad right-of-
way. Such notices shall include sufficient details of the proposed work to
enable the Railroad representative to determine if flagging will be required. If
such notice is in writing, the contractor shall furnish the Highway Engineer a
copy; if notice is given verbally it shall be confirmed in writing with copy to
the Highway Engineer. If flagging is required, no work shall be undertaken
until the flagman is, or flagmen are, present at the job site. It may take up to
30 days to obtain flagging initially from the Railroad. When flagging begins,
the flagman is usually assigned by the Railroad to work at the project site on a
continual basis until no longer needed and cannot be called for on a spot basis.
If flagging becomes unnecessary and is suspended, it may take up to 30 days
to again obtain flagging from the Railroad. Due to Railroad practices, in
Attachment number 1 \nPage 25 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
8
some cases it may be necessary to give 5 days notice before flagging service
may be discontinued and payment stopped.
(3) If, after the flagman is assigned to the project site, unusual circumstances or
conditions arise which require the flagman’s presence elsewhere, then the
Contractor shall delay work on Railroad right-of-way until such time as the
flagman is again available. Any additional costs resulting from such delays
shall be done by the Contractor and not the Department or Railroad.
C. Payment
(1) The Contractor will be responsible for paying the Railroad directly for
any and all costs of flagging which may be required to accomplish the
construction. The Contractor shall not delegate this responsibility to any
subcontractor or any other party. The Department will not reimburse the
Railroad for any costs of the flagging which is required by the Contractor’s
work. The cost of flagging service is approximately $125.00 per hour or
$1000.00 per day based on an 8-hour work day and 40-hour work week. This
cost includes the base pay for the flagman, overhead, and generally includes
travel expenses, meals, lodging, equipment, etc. The charge to the Contractor
by the Railroad will be the actual cost based on the rate of pay for the
Railroad’s employees who are available for flagging service at the time the
service is required. Work by a flagman in excess of 8 hours per day and 40
hours per week may result in overtime pay at 1 ½ time the appropriate rate.
Also, certain unusual conditions may arise which may result in overtime pay
at 2 times the appropriate rate. Railroad work involved in preparing and
handling bills may also be charged to the Contractor. Charges to the
Contractor by the Railroad shall be in accordance with Federal-Aid Highway
billing procedures and requirements as contained in applicable provisions of
Part 140, Subpart I, and Part 646, Subpart B, of Title 23, Highways, of the
Code of Federal Regulations, current edition, and shall further be on the same
basis as the Department would be billed by the Railroad if the Department
was paying for the charges.
(2) The contractor will be billed for flagging services on a periodic basis directly
by the Railroad. The Contractor will promptly pay such bills within 30 days
after each bill is rendered. Should the Contractor fail to pay the Railroad
within 60 days after any bill is rendered, the Department may pay directly to
the railroad any amounts due and deduct the amount of such payments from
any funds due the contractor. This provision does not affect the obligation of
the Contractor under his bond or the rights of the Railroad or the Department
under the bond.
D. Verification
(1) The Contractor will review and sign the Railroad flagman’s semi-monthly
time sheet, or other similar documentation, attesting that the flagman was
present during the time recorded. The Railroad’s flagman may also enter
flagging time electronically via the Railroad’s electronic billing system. Any
Attachment number 1 \nPage 26 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
9
complaints concerning flagging must be resolved in a timely manner. If need
for flagging is questioned, please contact Railroad’s System Engineer of
Public Improvements. All verbal complaints will be confirmed in writing by
the contractor within 5 working days with a copy to the Department Engineer.
Address all written correspondence to:
Notice to: Copy to:
Chief Engineer Bridges and Structures State Utilities Engineer
Norfolk Southern Corporation Georgia Department of Transportation
1200 Peachtree St., N.E., Box 142 One Georgia Center 10th Floor
Atlanta, Georgia 30309 600 West Peachtree Street NW
(404) 529-1251 Atlanta, Georgia 30308
(2) The Railroad flagman assigned to the project will be responsible for notifying
the Highway Engineer upon arrival at the job site on the first day (or as soon
thereafter as possible) that flagging services begin and on the last day that he
performs such services for each separate period that services are provided.
The Highway Engineer will document such notification in the project records.
When requested, the Highway Engineer will also sign the flagman’s time
sheets showing daily time spent at the project site.
8. TRANSPORTING MATERIALS AND EQUIPMENT ACROSS TRACKS:
A. Where the plans show or imply that materials of any nature must be
hauled across a Railroad, unless the plans clearly show that the Department has
included arrangements for such haul in its agreement with the Railroad, the
Contractor will be required to make all necessary arrangements with the
Railroad regarding means of transporting such materials across the railroad.
The Contractor will be required to bear all costs incidental to such crossings
whether services are performed by his own forces or by Railroad personnel.
B. No crossing may be established for use of the contractor for transporting
materials or equipment across the tracks of the Railroad Company unless
specific authority for its installation, maintenance, necessary watching and
flagging thereof and removal, until a temporary private crossing agreement has
been executed between the Contractor and Railroad. The approval process for
an agreement, normally takes 90 days.
9. WORK FOR THE BENEFIT OF THE CONTRACTOR:
A. All temporary or permanent changes in wire lines or other facilities which are
considered necessary to the project are shown on the plans; included in the
force account agreement between the Department and the Railroad; or will be
covered by appropriate revisions to same which will be initiated and approved
by the Department and the Railroad.
B. Should the Contractor desire any changes in addition to the above, then it shall
make separate arrangements with the Railroad for same to be accomplished,
including any required flagging service, at the Contractor’s expense.
Attachment number 1 \nPage 27 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
10
10. COOPERATION AND DELAYS
A. It shall be the Contractor’s responsibility to arrange a schedule with the
Railroad for accomplishing stage construction involving work by the Railroad
or tenants of the Railroad. In arranging the schedule the contractor shall
ascertain, from the Railroad, the lead time required for assembling crews and
materials and shall make due allowance therefore.
B. No charge or claims of the Contractor against either the Department or the
Railroad will be allowed for hindrance or delay on account of railway traffic,
any work performed or to be performed by the Railroad, or other delay
incident to or necessary for safe maintenance of railway traffic and facilities,
or for any delays due to compliance with this special provision.
11. SAFETY GUIDELINES:
A. Guidelines for Personnel on Railroad Right-of-Way
(1) All persons shall wear hard hats. Appropriate eye and hearing protection
must be used. Working in shorts is prohibited. Shirts must cover
shoulders, back and abdomen. Working in tennis or jogging shoes,
sandals, boots with high heels, cowboy and other slip-on type boots is
prohibited. Hard-sole, lace-up footwear, zippered boots or boots cinched
up with straps which fit snugly about the ankle are adequate. Safety boots
are strongly recommended. It is required that reflective vests be worn.
(2) No one is allowed within 25 feet of the centerline of track without specific
authorization from the flagman.
(3) All persons working near track while train is passing are to look out for
dragging bands, chains and protruding or shifted cargo.
(4) No one is allowed to cross tracks without specific authorization from
flagman.
(5) All welders and cutting torches working within 25 feet of the track must
stop when train is passing.
(6) No steel tape or chain will be allowed to cross or touch rails without
permission.
B. Guidelines for Equipment on Railroad Right-of-Way
(1) No crane or boom equipment will be allowed to set up to work or park
within boom distance plus 15 feet of the centerline of track without
specific permission from railroad official and flagman.
Attachment number 1 \nPage 28 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
11
(2) No crane or boom equipment will be allowed to foul track or lift a load
over the track without flag protection and track time.
(3) All employees will stay with their machines when crane or boom
equipment is pointed toward track.
(4) All cranes and boom equipment under load will stop work while train is
passing (including pile driving).
(5) Swinging loads must be secured to prevent movement while train is
passing.
(6) No loads will be suspended above a moving train.
(7) No equipment will be allowed within 25 feet of centerline of track without
specific authorization of the flagman.
(8) Trucks, tractors or any equipment will not touch ballast line without
specific permission from railroad official and flagman.
(9) No equipment or load movement within 25 feet or above a standing train
or railroad equipment without specific authorization of flagman.
(10) All operating equipment within 25 feet of track must halt operations when
a train is passing. All other operating equipment may be halted by the
flagman if the flagman views the operation to be dangerous to the passing
train.
(11) All equipment, loads, and cables are prohibited from touching rails.
(12) While clearing and grubbing, no vegetation will be removed from railroad
embankment with heavy equipment without specific permission from the
Railroad Engineer and flagman.
(13) No equipment or materials will be parked or stored on Railroad’s property
unless specific authorization is granted from the Railroad Engineer.
(14) All unattended equipment that is left parked on Railroad property shall be
effectively immobilized so that it cannot be moved by unauthorized
persons.
(15) All cranes and boom equipment will be turned away from track after each
work day or whenever unattended by an operator.
12. INSURANCE:
A. In addition to any other forms of insurance or bonds required under the terms
of the contract and specifications, the Contractor will be required to carry
insurance of the following kinds:
Attachment number 1 \nPage 29 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
12
(1) Contractor’s Public Liability and Property Damage Liability Insurance.
The Contractor shall furnish to the Railroad and copy to the Department
the certificate of insurance in TRIPLICATE as evidence that with respect
to the operations it performs it carries regular Contractor’s Public
Liability Insurance and regular Contractor’s Property Damage Liability
Insurance both providing for limits of not less than $2,000,000.00.
(2) Contractor’s Protective Public Liability and Property Damage Liability
Insurance.
The Contractor shall furnish the Railroad and copy to the Department the
certificate of insurance in TRIPLICATE as evidence that with respect to the
operations performed for it by any subcontractor, it carries in its own behalf
regular Contractor’s Protective Public Liability Insurance and regular
Contractor’s Protective Property Damage Liability Insurance both providing
for limits of not less than $2,000,000.00.
CERTIFICATE HOLDER for (1) and (2) above is as follows:
Central of Georgia Railroad Company
Three Commercial Place
Norfolk, Virginia 23510-2191
(3) Railroad Protective Liability Insurance having a combined single limit of
not less than $2,000,000 each occurrence and $6,000,000 in the aggregate
applying separately to each annual period. If the project involves track
over which passenger trains operate, the insurance limits required are not
less than a combined single limit of $5,000,000 each occurrence and
$10,000,000 in the aggregate applying separately to each annual period.
Said policy shall provide coverage for all loss, damage, or expense arising
from bodily injury and property damage liability, and physical damage to
property attributed to acts or omissions at the job site.
The Standards for this protective insurance shall follow the requirements
of Part 646, Subpart A, of Title 23, Highways, of the Code of Federal
Regulations, current edition.
Railroad protective insurance shall be provided on “ISO-RIMA”
(Insurance Services Office – Railroad Insurance Management
Association) policy form No. CG 00 35 01 96. ISO Amendatory
Endorsement No. CG 28 31 10 93 should also be included if a policy form
number other than the foregoing is used. The equivalent of the foregoing
will also be acceptable.
a. The name insured shall read:
Central of Georgia Railroad Company
Three Commercial Place
Attachment number 1 \nPage 30 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
13
Norfolk, Virginia 23510-2191
ATTN: Risk Management
b. The description of operations must appear on the Declarations,
must match the project description in this agreement, and must
include the appropriate Department project and contract
identification numbers.
c. The job location must appear on the Declarations and must include
the city, state, and appropriate highway name/number. NOTE: Do
not include any references to milepost on the insurance policy.
d. The name and address of the prime contractor must appear on the
Declarations.
e. The name and address of the Department must be identified on the
Declarations as the “Involved Governmental Authority or Other
Contracting Party.”
f. Other endorsements/forms that will be accepted are:
(1) Broad Form Nuclear Exclusion – Form IL 00 21
(2) 30-day Advance Notice of Non-renewal or cancellation
(3) Required State Cancellation Endorsement
(4) Quick Reference or Index Form CL/IL 240
g. Endorsements that are NOT acceptable are:
(1) Any Pollution Exclusion Endorsement except CG 28 31
(2) Any Punitive or Exemplary Damages Exclusion
(3) Known Injury or Damage Exclusion from CG 00 59
(4) Any Common Policy Conditions Form
(5) Any other endorsement/form not specifically authorized in
item number 2.f above.
B. Evidence of insurance as required in A. above shall be furnished to the
address shown below for review and approval by the Railroad and copied to
the Department:
NOTICE TO: COPY NOTICE TO:
Risk Management Department State Utilities Engineer
Norfolk Southern Corporation Georgia Department of Transportation
Three Commercial Place One Georgia Center 10th Floor
Norfolk, Virginia 23510-2191 600 West Peachtree Street NW
Atlanta, Georgia 30308
Attachment number 1 \nPage 31 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
14
The project number, description of the work and designation of the job site to
be shown on all insurance certificates and policies are as follows:
Project: BHSLB-1105-00(005), Richmond County, PI No.: 245325-, The
propose of this project is to widen and reconstruct Windsor Spring Road, in
the City of Hephzibah, Richmond County, Georgia. The work will require
construction activities within the right of way of Central of Georgia Railroad
Company to reconstruct the bridge at Railroad Milepost GF-236.70 and
Railroad Crossing ID Number 734145P. The average train movement through
this area is approximately one train each way per day at typical speeds of 10
mph. There are no passenger trains at this location.
C. If any part of the work is sublet, similar insurance and evidence thereof in the
same amounts as required of the Prime Contractor shall be provided by or in
behalf of the subcontractor to cover his operations. Endorsements to the
Prime Contractor’s policies specifically naming subcontractors and describing
their operations will be acceptable for this purpose.
D. All insurance hereinbefore specified shall be carried until all work required to
be performed under the terms of the contract has been satisfactorily completed
within the limits of the rights-of-way of the Railroad as evidenced by the
formal acceptance by the Department and the Railroad. Insuring companies
may cancel insurance by permission of the Department and Railroad or on
THIRTY (30) days written notice to the Department and Railroad as follows:
Notice to: Copy to:
Risk Management Department State Utilities Engineer
Norfolk Southern Corporation Georgia Department of Transportation
Three Commercial Place One Georgia Center 10th Floor
Norfolk, Virginia 23510-2191 600 West Peachtree Street NW
Atlanta, Georgia 30308
13. FAILURE TO COMPLY:
In the event the Contractor violates or fails to comply with any of the
requirements of this special provision:
(1) The Railroad Engineer may require that the Contractor vacate Railroad
property.
(2) The Highway Engineer may withhold all monies due the Contractor on
monthly statements.
Any such orders shall remain in effect until the Contractor has remedied the
situation to the satisfaction of the Railroad Engineer and the Highway Engineer.
14. PAYMENT FOR COST OF COMPLIANCE:
Attachment number 1 \nPage 32 of 33
Item # 9
SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
15
No separate payment will be made for any cost incurred on account of compliance
with this special provision. All such cost shall be included in prices bid for other
items of the work.
Office of Utilities
Attachment number 1 \nPage 33 of 33
Item # 9
GEORGIA DEPARTMENT OF TRANSPORTATION
One Georgia Center, 600 West Peachtree Street, NW Atlanta, Georgia 30308 Telephone: (404) 631-1000
Keith Golden, P.E., Commissioner
January 9, 2015
Honorable Hardie Davis, Jr., Mayor
Attn: Lena J. Bonner, Clerk of Commission City of Augusta 530 Greene Street, Room 801
Augusta, Georgia 30911
Project: BHSLB-1105-00(005), Richmond County PI No. 245325-
RR File #: 117-28970, BR0061781, Inv. #: 734145P
Hephzibah, Georgia
Bridge Reconstruction over Norfolk Southern/ Central of Georgia Railroad
Dear Chairperson Davis:
Attached is an undated force account agreement, in PDF format, between Central of Georgia Railroad Company – Norfolk Southern Corporation, the City of Augusta and the Department of Transportation supported by an estimate in the amount of $79,481.00 of which the Department
will bear 100 percent. This project is proposing to widen Windsor Spring Road from SR 88 to
Willis Foreman Road in the City of Hephzibah, Richmond County, Georgia. The agreement will
be dated by the Department upon execution on behalf of the Department. The City is being asked to sign the agreement because this project is located on a local road and
the City needs to acknowledge that they will take over the maintenance of the bridge crossing
after the project construction is completed. Please note that due to the passage of House Bill 87
in the 2011 Georgia General Assembly, it is now a requirement for you to complete the Immigration Compliance Affidavit included in the attached agreement. If the agreement meets with your approval, it will be appreciated if you will print 4 copies and handle for execution as
originals on behalf of the City and return all counterparts to this office for further processing. In
connection with the execution of the agreement, please be sure to have a witness to the signature.
You can find a resolution attached, or you use the attached resolution or you can create your own version.
After the agreement is executed by all parties, it will be held by this office until the project has
been awarded to a construction contract. We will then notify you of the award and return an
executed original of the agreement. This project is currently scheduled to be in our April 2015 letting.
Attachment number 2 \nPage 1 of 2
Item # 9
You may contact Jill Franks or Marcela Coll if further information is needed at 404-631-1370/1372 or by mail addressed to Georgia Department of Transportation, Office of Utilities, 600 W. Peachtree St. NW, 10th Floor, Atlanta, Georgia 30308 or by e-mail at jfranks@dot.ga.gov
or mcoll@dot.ga.gov.
Sincerely,
Marcela G. Coll
Railroad Crossing Engineer
For: Jill L. Franks, P.E. State Railroad Liaison Engineer
For: Michael J. Bolden
State Utilities Engineer
MJB:JLF:mgc
Attachments
cc: Albert Shelby, State Program Delivery Engineer
Attn: Krystal Stovall-Dixon, Project Manager
Jamie Lindsey, District 2 Utilities Engineer Ben Rabun, State Bridge Design Engineer
Attachment number 2 \nPage 2 of 2
Item # 9
Engineering Services Committee Meeting
2/23/2015 1:10 PM
Windsor Spring Road Phase V – USPS Redesign – SA 18
Department:Abie L. Ladson, Director
Caption:Approve Supplemental Agreement Eighteen, CPB# 323-04-
299823786, with Jacobs Engineering Group Inc. in the amount of
$87,820 to prepare construction plan revision for submission to
GDOT for the redesign of roadway alignment and geometry to
minimize impacts to parcel 9, United States Post Office, on the
project to improve Windsor Spring Road Phase V from SR 88 in
Hephzibah to Willis Foreman Rd as requested by AED.
Background:This is GDOT managed project. Under intergovernmental
agreement for this project, Augusta is responsible for roadway
design & associated permitting and utility relocation. GDOT is
responsible for roadway construction. The project will widen and
reconstruct Windsor Spring Road to 4 lanes with a 19’ raised
median from SR 88 in Hephzibah to Willis Foreman Road and
replace the bridge over Norfolk Southern Railroad. R/W activities
and final design activities are nearing completion. The current let
date is April 17, 2015 and the construction funding will be
provided by GDOT (Federal, State & TIA funds) at an estimated
cost of $17,385,151.
Analysis:The design in the vicinity of the Post Office requires acquisition of
right-of-way from the United States Postal Services. In June 2014
negotiations began with the Post Office. The Post Office advised
that the plans as currently configured were not acceptable because
of operational and safety concerns. Numerous emails and
conference calls were held with representatives of the Post Office,
GDOT and the Engineering Department and on January 30, 2015
concurrence was received from the Post Office on design
modifications that reduces the impact to their parcel. The redesign
effort affects over 2,000 linear feet of geometry and drainage
design on Windsor Spring Road and the intersections of SR 88
and Cemetery Street. This involves the redesign of drainage
structures, retaining walls on the Post Office parcel and revisions
to the right of way plans, construction plans, utility plans, erosion
control plans, street lighting plans, signing, marking and signal
plans, updating environmental documents, and increase project
coordination. The total fee to cover aforementioned revisions is
Cover Memo
Item # 10
$87,820.
Financial Impact:The supplemental work fee is $87,820. Funds are available in the
TIA Discretionary account and will be transferred to the Phase V
project engineering account.
Alternatives:ALTERNATIVE 1: Approve Supplemental Agreement Eighteen,
CPB# 323-04-299823786, with Jacobs Engineering Group Inc. in
the amount of $87,820 to prepare construction plan revision for
submission to GDOT for the redesign of roadway alignment and
geometry to minimize impacts to parcel 9, United States Post
Office, on the project to improve Windsor Spring Road Phase V
from SR 88 in Hephzibah to Willis Foreman Rd. ALTERNATIVE
2: Do not approve and take risk of losing construction funds and
delay progress on a project that is critical to south Augusta.
Recommendation:Approve Alternate 1
Funds are Available
in the Following
Accounts:
TIA Discretionary Fund
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 10
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
o
f
3
It
e
m
#
1
0
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
o
f
3
It
e
m
#
1
0
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
o
f
3
It
e
m
#
1
0
(SA02 – For changes greater than $20,000) March 2010
AUGUSTA, GEORGIA
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Augusta Richmond County Project
Number(s): 323-041110-299823766 & 323-041110-299823786
GDOT Number (s):
STP00-7007-00 (006) &
STP00-1105-00 (004) PI 250610 & 25432000
Supplemental Agreement Number: 18
Purchase Order Number: 53296
WHEREAS, We, Jacobs Engineering Group Inc., Consultant, entered into a contract with Augusta-Richmond County on
June 27, 2001, for engineering design services associated with the improvements to Windsor Spring Road
Improvements Phase IV & Phase V, projects STP00-7007-00 (006) & STP00-1105-00 (004), File Reference No. 13-014
(A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the
original contract, we desire to submit the following Supplemental Agreement to-wit:
To prepare construction plan revision to GDOT for the redesign of roadway
alignment and geometry to minimize impact to parcel 9, US Post Office
It is agreed that as a result of the above described modifications the contract amount is increased by $87,820.00 from
$2,893,910.50 to a new total of 2,981,730.50.
Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way
modifies or changes the original contract of which it becomes a part, except as specifically stated herein.
NOW, THEREFORE, We, Jacobs Engineering Group Inc., Consultant, as successor in interest to Jordan, Jones and
Goulding, Inc. and Augusta-Richmond County hereby agree to said Supplemental Agreement consisting of the above
mentioned item, and agree that this Supplemental Agreement is hereby made a part of the original contract to be
performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it
might be modified by this Supplemental Agreement.
This ___________ day of ________________, 2015.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY JACOBS ENGINEERING GROUP INC.
AUGUSTA, GEORGIA
Honorable Hardie Davis, Mayor
Approved Date: Approved Date: __________________________
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of
Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks
Attachment number 2 \nPage 1 of 1
Item # 10
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: This project is authorized to CPB#323-041110-299823786. The funding for this Supplemental Agreement Number Eighteen
in the amount of $87,820.00 to Jacobs Engineering Group, Inc., is to prepare the construction plan revision to GDOT for the
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase III 1,467,000$
Special 1% Sales Tax, Phase IV 600,000$
TIA Discretionary Funds 226,597$
SPLOST III Recapture Funds 248,197$
TIA Discretionary Funds 87,820$
2,629,614$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Hardie Davis, Jr., Mayor
redesign of roadway alignmentand gemetry to mininze impact to parcel 9 US Post Office for the Windsor Spring Phase V
improvement project.
CPB#323-041110-299823786
CAPITAL PROJECT BUDGET
WINDSOR SPRING ROAD IMPROVEMENTS, PHASES IV & V
(SR 88 TO WILLIS FOREMENA RD AND WILLIS FOREMAN RD TO TOBACCO RD)
CHANGE NUMBER TWENTY ONE
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks
1 of 3 2.5.2015
Attachment number 3 \nPage 1 of 3
Item # 10
CAPITAL PROJECT BUDGET
WINDSOR SPRING ROAD IMPROVEMENTS, PHASES IV & V
(SR 88 TO WILLIS FOREMENA RD AND WILLIS FOREMAN RD TO TOBACCO RD)
CHANGE NUMBER TWENTY ONE
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
SALES TAX, PHASE III
323041110-000000-299823786 ($1,000)($1,000)
SALES TAX, PHASE III
323041110-000000-299823786 ($1,306,500) ($1,306,500)
SPECIAL 1% SALES TAX, PHASE IV
324041110-000000-202824786 ($600,000)($600,000)
(Transferred to Section V 299823786)($159,500)($159,500)
Trans
TIA DISCRETIONARY FUNDS ($226,597) ($87,820) ($314,417)
SPLOST III RECAPTURE FUNDS ($248,197)($248,197)
TOTAL SOURCES:($2,293,597) ($87,820) ($2,629,614)
USE OF FUNDS
ADVERTISING
323041110-5233119-299823786 $1,000 $1,000
ENGINEERING
323041110-5212115-299823786 $1,712,673 $87,820 $1,800,493
ENGINEERING
32304110-5212115-299823786 $226,597 $226,597
RIGHT OF WAY
323041110-5411120-299823766 $570,136 $570,136
(transferred to Section V 299823786)
UTILITIES
323041110-5414510-299823786 $21,888 $21,888
SIGNAL
323041110-5414610-299823786 $5,000 $5,000
CONTINGENCY
323041110-6011110-299823786 $4,500 $4,500
TOTAL USES:$2,541,794 $87,820 $2,629,614
2 of 3 2.5.2015
Attachment number 3 \nPage 2 of 3
Item # 10
CAPITAL PROJECT BUDGET
WINDSOR SPRING ROAD IMPROVEMENTS, PHASES IV & V
(SR 88 TO WILLIS FOREMENA RD AND WILLIS FOREMAN RD TO TOBACCO RD)
CHANGE NUMBER TWENTY ONE
3 of 3 2.5.2015
Attachment number 3 \nPage 3 of 3
Item # 10