Loading...
HomeMy WebLinkAbout2015-02-23-Meeting Mintues Engineering Services Committee Meeting Commission Chamber - 2/23/2015 ATTENDANCE: Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Smith and Guilfoyle, members. Absent: Hon. Hardie Davis, Jr., Mayor. 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. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Grady Smith Passes 2. Approve award of Bid Item 14-235, Chain Link Fences & Gates, to Precision Fenceworks, LLC. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Grady Smith Passes 3. Approve award of purchase order to Cranston Engineering Group for $47,910.00. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Grady Smith Passes 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) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve holding public information meetings and establish the fee concrete at the end of the information sessions. Motion Passes 4-0. Commissioner Ben Hasan Commissioner Grady Smith Passes 5. Motion to approve the minutes of the Engineering Services Committee held on February 9, 2015. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Grady Smith Passes 6. Consider recommendation from Sanitary Sewer Connection Program Subcommittee. (Referred from February 9 Engineering Services Committee meeting) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve the sanitary sewer connection program as recommended by the subcommittee with a connection fee of $10.00 and on a volunteer basis. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Ben Hasan Passes 7. Approve Scrap Tire Collection Amnesty Days and Scrap Tire Pilot Project. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve with an allowance of ten tires. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Grady Smith Passes 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 VI as requested by AED. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Grady Smith Commissioner Ben Hasan Passes 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. Item Action: Approved www.augustaga.gov Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Grady Smith Passes 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. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Wayne Guilfoyle Commissioner Grady Smith Passes Engineering Services Committee Meeting 2/23/2015 1:10 PM Attendance 2/23/15 Department: Caption: Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: 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. Administrator. Clerk of Commission 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 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 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, 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 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. Law. Administrator. Clerk of Commission 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: 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: 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 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 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: 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 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 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 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 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 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. 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 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. 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 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. 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 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 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 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. 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. 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. 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 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 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) $20,000.00 Augusta Water Utilities – enQuesta Storm Drainage Management Statement of Work Page 18 of 18 10/21/2014 Proprietary and Confidential to Systems & Software, Inc. ACCEPTANCE Acceptance - Augusta Accepted by: Title: Date: Purchase Order #: Augusta-Richmond County, Georgia Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase VI 500,000$ 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 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 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 Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission 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 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. 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 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 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. 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. 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 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___. -------------------------------------------------------------------------------------------------------------- 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 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 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: ___________________ 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. 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 -$ 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. 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 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. 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 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. 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: 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. 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 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 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. 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. 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: 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 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 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: 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 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. 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 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. 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 (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 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 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 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 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 $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