HomeMy WebLinkAbout2022-07-26-Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 7/26/2022
ATTENDANCE:
Present: Hons. Garrett, Chairman; Hasan, Vice Chairman; Johnson and McKnight, members.
Absent: Hon. Hardie Davis, Jr., Mayor.
ENGINEERING SERVICES
1. Approve entering into an agreement with Norfolk Southern Railway Company (NFS) for the 6th Street
Improvements Project Construction Phase in accordance with the NFS Force Account estimate
$92,440.00. Also, approve the Agreement to be executed by the Augusta, GA Legal Counsel and the
Mayor as requested by Augusta Engineering.
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
2. Approve Supplementing funding to Engineering On-call Potholes Repairs, Paving & Emergency Contract
for Rehabilitation of Augusta Landfill Phase 3 Active Phase Service Road in the amount of $424,406.00.
Also approve On-call Potholes Repairs, Paving & Emergency Contract contractor, Georgia-Carolina
Paving Company, performing this work. Requested by Engineering. RFP 16-161.
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
3. Approve Revision to Funds Allocation of Construction Contract to Reeves Construction in the amount of
$6,241,856.93 for East Augusta Roadway and Drainage Project Brunswick Ave. & Azalea Street as
itemized under Financial Impact Section. Also authorize and approve reallocating Engineering SPLOST
Recaptured $1.5M balance of $970,101 from East Augusta Roadway and Drainage Project Brunswick
Ave. & Azalea Street to Frontage Road, Emergency Repair & Reconstruction. Bid 21-208
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Jordan Johnson Commissioner Ben Hasan Passes
4. Approve Yancey Bros. Co. $108,950.00 Buyout Option for Environmental Services Rented Compactor
(Caterpillar 826H) for Landfill Phase 3 Waste Placement Operation. Also, Approve and Authorize
Converting the Compactor Rental Fee of $108,950 to the Cost to Purchase of the Compactor. Requested
by AE&ES.
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
5. Approve entering into an annual contract with GTSS for the maintenance and monitoring services for the
Traffic Engineering ITS network in the amount of $211,524.50. The recommendation is for 1 year with
the option to extend for two (2) additional years. Requested by AE&ESD.
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
6. Motion to approve the minutes of the Engineering Services Committee held on July 12, 2022.Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
7. Approve award of Construction Contract to Reeves Construction Co. in the amount of $6,068,473.00 for
Resurfacing Various Roads as requested by Augusta Engineering. Award is contingent upon receipt of
signed contracts and proper bonds. Bid 22-237 Requested by AE&ESD
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
8. Motion to approve implementation of “Reduction in Force” (RIF) due to Reorganization/ Restructuring
of Environmental Services and Engineering Departments.
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
www.augustaga.gov
Engineering Services Committee Meeting
7/26/2022 1:15 PM
Attendance 7/26/22
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
David Becker
Chief Engr. Design and Construction
Norfolk Southern Corporation
Design and Construction Jacob Watson
650 West Peachtree Street NW Engineer - Public Improvements
Atlanta, GA 30308 Phone: 470-463-6778
Telephone (404) 529-1408 Fax (404) 527-2769
Fax (404) 527-2589 Email: Jacob.Watson@nscorp.com
Subject: Augusta, Richmond County, Georgia – Proposed Improvements to 6th Street
Corridor – Milepost AS-0.0 to AS-0.6 GDOT PI: 0011421– NS File TRK0120043
Anthony Taylor
Assistant Director Engineering
Augusta Richmond County
452 Walker St. Suite 110
Augusta, GA 30901
Dear Mr. Taylor:
We understand the proposed work will include milling and resurfacing of the asphalt for
the length of the project, including the gage of the track. Additional work along the street
includes new sidewalks, specialty paving at intersection corners with new handicap ramps,
pedestrian crosswalks, structured parallel parking, and intersection bulb-outs for pedestrian
safety. We take no exceptions to the City proceeding with the proposed streetscape work
provided the following conditions are met:
1. All work will be performed in accordance with the applicable sections of the Norfolk Southern –
Special Provisions for Protection of Railway Interests.
2. The City’s Contractor will not be allowed to commence work on or over Railway property until
the following conditions have been met:
A. The City’s Contractor executes the standard Norfolk Southern Contractor Right of Entry
Agreement
B. The City has received notice from the Railway that the required insurance is satisfactory.
C. The City has received written authorization from the Railway to begin work.
3. The Railway will be reimbursed by the City for all necessary force account work to accommodate
the project attached to this agreement, including but not limited to construction engineering
and administration.
If you agree with the terms of this letter, please indicate your concurrence by signing in
the space below and return one copy of this letter to me within 60 days. Please contact Mr.
Jacob Watson of my staff at 470-463-6778 if you have any questions or wish to discuss this
project.
Sincerely,
Chief Engineer
Design and Construction
Accepted by City of August, GA:
By:______________________________________
Title:_____________________________________
Date:____________________________________
TRAFFIC A.D.T.:
TRAFFIC D.H.V.:
DIRECTIONAL DIST:
DESIGN DATA:
LOCATION SKETCH
SUBSECTIONS 102.04, 102.05, AND 104.03 OF THE SPECIFICATIONS.
OF TRANSPORTATION IN ANY WAY. THE ATTENTION OF BIDDER IS SPECIFICALLY DIRECTED TO
SAME ARE SHOWN AS INFORMATION ONLY, ARE NOT GUARANTEED, AND DO NOT BIND THE DEPARTMENT
FIELD INVESTIGATIONS AND ARE BELIEVED TO BE INDICATIVE OF ACTUAL CONDITIONS. HOWEVER, THE
INDICATED THEREBY, WHETHER BY DRAWINGS OR NOTES, OR IN ANY OTHER MANNER, ARE BASED UPON
THE DATA, TOGETHER WITH ALL OTHER INFORMATION SHOWN ON THESE PLANS OR IN ANYWAY
DESIGN
APPROVAL BY:
RECOMMENDED FOR
BY:
PLANS PREPARED
OF 1988.
AMERICAN VERTICAL DATUM (NAVD)
1983)/94 WEST ZONE, AND THE NORTH
COORDINATE SYSTEM OF 1984 (NAD
USING THE HORIZONTAL GEORGIA
THIS PROJECT HAS BEEN PREPARED
THE DEPARTMENT OF TRANSPORTATION.
STATE HIGHWAY DEPARTMENT OF GEORGIA, AND SHALL BE DEEMED TO MEAN
DEPARTMENT ", OR " DEPARTMENT " WHEN THE CONTEXT THEREOF MEANS THE
HIGHWAY DEPARTMENT ", GEORGIA STATE HIGHWAY DEPARTMENT ", " HIGHWAY
WITH THIS DOCUMENT, TO " STATE HIGHWAY DEPARTMENT OF GEORGIA ", "STATE
DOCUMENTS, DRAWINGS, OR PHOTOGRAPHS USED, OR TO BE USED IN CONNECTION
ALL REFERENCES IN THIS DOCUMENT, WHICH INCLUDES ALL PAPERS, WRITINGS,
NOTE :
LOCATION
PROJECT
(PI#0011421)
RC07-001220
TIA PROJECT NUMBER:
I-520
GA-78
LANEY WALKER BLVD
S
A
N
D B
AR FERR
Y R
D
SAVANNAH RI
VER
REYNOLDS ST
SAVANNAH RI
VER
BROAD ST
GREENE ST
WALTON WAY
01-0001
TRAFFIC A.D.T.: 1,030 (2017)
1,322 (2042)
N/A
N/A
SPEED DESIGN: 35 MPH
% TRUCKS: N/A
24 HR.TRUCKS %: N/A
MILES
0.714
0.000
0.714
NET LENGTH OF EXCEPTIONS
GROSS LENGTH OF PROJECT
NET LENGTH OF ROADWAY
NET LENGTH OF BRIDGES
NET LENGTH OF PROJECT
0.000
0.714
LENGTH OF PROJECT
COUNTY No. 245
RICHMOND COUNTY
0011421
Project No.
CITY OF AUGUSTA
AUGUSTA ENGINEERING DEPARTMENT
PROJECT DESIGNATION: EXEMPT
100% IN CONG. DIST. NO. 12.
RICHMOND COUNTY AND IS
THIS PROJECT IS 100% IN
FUNCTIONAL CLASS: LOCAL
APPROVAL DATE:
LOCATION & DESIGN
STATE TIA ADMINISTRATOR
CPL
DATE
PLANS COMPLETED 04-20-2022
REVISIONS
CHIEF ENGINEER
TAYLOR STREET TO REYNOLDS STREET
6TH STREET IMPROVEMENT
PLAN AND PROFILE OF PROPOSED
PL
PL
PL
PL PL
PL
PL PL
PL
PL
PL
PL
PL
PL PL
PL
PL
PL PL
PL
PL
PL
PL PL
PL
PL
PL
PL
PL
PL PL PL
PL
PL
PL
PL
PL
PLPL
PL PL
PL PL PL
PL
PL
PL
PL
PLPL
PL
PL PL
PL
PL
PL
PL
PL
PL
PL
PL PL
PL
PL
PL
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_01-0001.dgn
GRWCOV
CONCOV
12/7/2018
P.I. No.
DRAWING No.
400 800
SCALE IN FEET
0 200
TELFAI
R
STREET
TELFAI
R
STREET
WATKI
NS
STREET
WATKI
NS
STREET
FENWI
CK
STREET
FENWI
CK
STREET
WALTON
WAY
WALTON
WAY
TAYLOR
STREET
TAYLOR
STREET
WALKER
STREET
WALKER
STREET
GREENE
STREET
GREENE
STREET
ELLI
S
STREET
ELLI
S
STREET
BROAD
STREET
BROAD
STREET
REYNOLDS
STREET
REYNOLDS
STREET
6TH STREET
100+00
105+00
110+00
1
1
5
+0
0
1
2
0
+0
0
125
+0
0
130
+0
0
133+16
0011421
E: 717519.8998
N: 1260935.8901
STA: 97+50.00
6TH STREET
BEGIN PROJECT
E: 718977.0488
N: 1264412.8172
STA: 135+20.00
END PROJECT
E: 718242.0212
N: 1262677.0589
STA: 116+35.00
6TH STREET
PROJECT MID-POINT
STA 21+00.00
FENWICK STREET
STA 104+20.00=
6TH STREET
STA 31+00.00
WATKINS STREET
STA 107+71.74=
6TH STREET
STA 41+00.00
WALKER STREET
STA 111+18.82=
6TH STREET
STA 51+00.00
ELLIS STREET
STA 123+74.26=
6TH STREET
STA 61+00.00
REYNOLDS STREET
STA 132+83.61=
6TH STREET
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
E:718365.5435
N:1262966.5734
GREEN STREET
STA 119+49.76=
6TH STREET
42+00.00
40+00.0030+00.00
32+00.0022+00.00
20+00.00
52+00.00
50+00.00
WALTON WAY
STA 99+83.33=
6TH STREET
TELFAIR STREET
STA 115+13.70=
6TH STREET
GREEN STREET
STA 120+34.79=
6TH STREET
BROAD STREET
STA 127+56.74=
6TH STREET
CSXT MP AK 460.17
DOT #639950N
POE 22+00.00
POB 20+00.00 POB 30+00.00 POB 40+00.00
POB 50+00.00
POB 60+00.00
POE 32+00.00 POE 42+00.00
POE 52+00.00
POE 62+00.00
21+00 31+00 41+00
51+00 61+00
20+00 30+00 40+00
50+00 60+00
22+00 32+00 42+00
52+00 62+00
P.C. STA. 131+97.64
P.T. STA. 132+98.66
STD. No.GEORGIA D.O.T. CONSTRUCTION DETAILS
GEORGIA D.O.T. CONSTRUCTION STANDARDS
1030D
1033-D
1034-D
CONCRETE & METAL PIPE CULVERTS (3 SHEETS)09-01
CATCH BASINS (FOR USE WITH 6" OR 8" HT. CURB & GUTTER) 08-82
1033-DP PRECAST CATCH BASINS (FOR USE WITH 6" OR 8" HT. CURB & GUTTER) 09-82
CATCH BASINS (FOR USE WITH 6" OR 8" HT. CURB & GUTTER IN SAGS OR LOW POINTS) 08-82
1034-DP PRECAST CATCH BASINS (FOR USE WITH 6" OR 8" HT. CURB & GUTTER IN SAGS OR LOW POINTS)09-82
9100 TRAFFIC CONTROL GENERAL NOTES, STANDARD LEGEND, & MISCELLANEOUS DETAILS03-06
9102 TRAFFIC CONTROL DETAIL FOR LANE CLOSURE ON TWO-LANE HIGHWAY03-06
REVISION DATE
1019A 08-99
1030D
DROP INLETS
PRECAST DROP INLETS08-99
A-3
A-4
D-24A
D-24B
D-24C
D-24D
EC-L1
EC-L2
EC-L3
EC-L4
EC-L5
EC-L6
EC-L7
T-1
T-2
T-3A
T-3B
T-5A
T-5B
T-5C
T-11A
T-12A
T-12B
T-14
T-15A
T-15C
(9-16)
(6-09)
(1-11)
(1-11)
(1-11)
(7-15)
(3-17)
(1-00)
(3-00)
(7-02)
(7-02)
(1-03)
(1-00)
(1-00)
(9-16)
(1-00)
(1-00)
(11-08)
(9-16)
(9-11)
CONCRETE SIDEWALK DETAILS; CURB CUT (WHEELCHAIR) RAMPS
DETECTABLE WARNING SURFACE; TRUNCATED DOME SIZE; SPACING AND ALIGNMENT REQUIREMENTS
TEMPORARY SILT FENCE (SHEET 1 OF 4)
TEMPORARY SILT FENCE BERM "DITCH," "INSTALLATION," BRUSH BARRIER (SHEET 2 OF 4)
TEMPORARY SILT FENCE "J-HOOK," INLET SEDIMENT TRAPS (SHEET 3 OF 4)
TEMPORARY SILT FENCE FABRIC CHECK DAM (SHEET 4 OF 4)
EROSION CONTROL LEGEND AND UNIFORM CODE SHEET (SHEET 1 OF 6)
EROSION CONTROL LEGEND AND UNIFORM CODE SHEET (SHEET 2 OF 6)
EROSION CONTROL LEGEND AND UNIFORM CODE SHEET (SHEET 3 OF 6)
EROSION CONTROL LEGEND AND UNIFORM CODE SHEET (SHEET 4 OF 6)
EROSION CONTROL LEGEND AND UNIFORM CODE SHEET (SHEET 5 OF 6)
EROSION CONTROL LEGEND AND UNIFORM CODE SHEET (SHEET 6 OF 6)
SPECIAL EROSION CONTROL DETAILS
DETAILS OF SIGN PLATES
DETAILS FOR TYPICAL FRAMING
TYPE "7," 8 AND 9 SQUARE TUBE POST INSTALLATION DETAIL
DETAILS OF SQUARE TUBE POST (BREAKAWAY SIGN SUPPORT)
DETAILS OF REGULATORY SIGNS SHEET 1 OF 2
DETAILS OF REGULATORY SIGNS SHEET 2 OF 2
DETAILS OF WARNING SIGNS
DETAILS OF PAVEMENT MARKING ARROW LOCATION
DETAILS OF PAVEMENT MARKINGS - ARROWS
DETAIL OF PAVEMENT MARKING HATCHING
DETAILS OF RAISED PAVEMENT MARKERS
P-7 (11-11)PAVEMENT EDGE TREATMENT ASPHALT AND CONCRETE PAVEMENT
(3-17)
(3-17)
(3-17)
(3-17)
(3-17)
(3-17)
DETAILS OF PAVEMENT MARKING PLACEMENT ON NON-LIMITED ACCESS ROADWAYS
T-13A DETAILS OF PAVEMENT MARKING WORDS (SHEET 1 OF 2)
T-13B DETAILS OF PAVEMENT MARKING WORDS (SHEET 2 OF 2)
DETAILS OF RAISED PAVEMENT MARKER LOCATION ON NON-LIMITED ACCESS ROADWAYS
(9-16)
(9-16)
1-0001
2-0001
3-0001
50-0001
53-0001
55-0001
COVER
INDEX
TYPICAL SECTIONS
CONSTRUCTION LAYOUT
MAINLINE PLANS
MAINLINE PROFILES
CROSS SECTIONS
UTILITY PLANS
COVER, EROSION SEDIMENTAITON & POLLUTION CONTROL PLAN
EROSION SEDIMENTAITON & POLLUTION CONTROL GENERAL NOTES
EROSION CONTROL LEGEND & UNIFORM CODE
ES&PC DRAINAGE AREA MAP
EROSION CONTROL WATERSHED MAP & SITE MONITORING LOCATION
EROSION CONTROL BMPS STANDARDS AND DETAILS
1011AP 06-75 PRECAST REINFORCED CONCRETE MANHOLES
9032-B 11-11 CONCRETE CURB & GUTTER, CONCRETE CURBS, CONCRETE MEDIANS
52-0001 - 52-0007
5-0001 - 5-0002
REVISION SUMMARY
GENERAL NOTES
A-1 (7-11)DRIVEWAYS WITH TAPERED ENTRANCES; CONCRETE VALLEY GUTTERS
RA-1 ROUNDABOUT LANDSCAPING DETAILS
RA-2 ROUNDABOUT TYPICAL SECTION ASPHALTIC CONCRETE CIRCULATORY ROADWAY
(9-11)
(1-12)
1122 01-05 SAFETY END SECTIONS (3 SHEETS)
9031-S 04/96 MEDIAN DROP INLET (PRE-CAST OR BUILT-IN-PLACE) AND CONCRETE APRON
DETAILS SHOWN IN THE INDEX.
INCLUDED AS PART OF THE PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING AND MAINTAINING ON THE PROJECT SITE THE STANDARDS AND
GEORGIA STANDARDS AND CONSTRUCTION DETAILS REQUIRED FOR THIS PROJECT ARE LISTED TO THE RIGHT WITH THE LATEST REVISION DATES BUT ARE NOT
DESCRIPTIONDESCRIPTION
INDEX
02-0001
DRAWING NO.DRAWING NO.
SIGNING & MARKING
11-0001 - 11-0002
13-0001 - 13-0010
15-0001 - 15-0007
16-0001 - 16-0005 SIDEROAD PROFILES
23-0001 - 23-0023
24-0000 - 24-0010
26-0001 - 26-0010
51-0001
54-0001 - 54-0030
4-0001 - 4-0003
BMP LOCATION DETAILS
15-0008 - 15-0019 EOP PROFILES
22-0001 DRAINAGE PROFILE
56-0001 - 56-0003
6-0001 SUMMARY OF QUANTITIES
25-0001 - 25-0012 LIGHTING PLANS
18-0001 - 18-0010 SPECIAL GRADING
60-0001 RIGHT OF WAY COVER SHEET
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_02-0001.dgn
Design File and Plot Substitution information
9:40:54 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
GENERAL NOTES
CONTRACTOR IS RESPONSIBLE FOR REMOVAL AND DISPOSAL OF ALL SIGNS LOCATED WITHIN THE
PROJECT LIMITS THAT ARE NOT TO BE MAINTAINED AND PROTECTED DURING CONSTRUCTION.
SIGNS LOCATED WITHIN THE CONSTRUCTION LIMITS THAT SHOULD BE MAINTAINED AND PROTECTED
ARE LABELED IN THE CONSTRUCTION PLANS. PRIOR TO REMOVING ANY SIGN, CONTRACTOR
REQUIREMENT SHALL BE INCLUDED IN PRICE BID FOR GRADING COMPLETE.
ANY REFERENCE TO "THE DEPARTMENT" SHALL BE UNDERSTOOD BY THE CONTRACTOR
THE "DEPARTMENT'S SPECIFICATIONS" SHALL BE UNDERSTOOD BY THE CONTRACTOR
TO MEAN THE GEORGIA DEPARTMENT OF TRANSPORTATION'S SPECIFICATIONS
CURRENT EDITION.
THE CONTRACTOR SHALL PROTECT ALL POST-MOUNTED STREET NAME SIGNS WITH THE PROJECT
LIMITS. IF A STREET NAME SIGN MUST BE MOVED DURING THE COURSE OF CONSTRUCTION, IT
MUST BE RESET AT THE END OF EACH WORK DAY. FINALLY, STREET NAME SIGNS SHALL
BE RELOCATED TO THE FINAL LOCATION OF THE STOP SIGN ON EACH STREET WHEN CONSTRUCTION
IS COMPLETE. IF DAMAGED DURING CONSTRUCTION, STREET NAME SIGN SHALL BE REPLACE
IN KIND. ALL LABOR AND MATERIALS REQUIRED TO SATISFY THIS REQUIREMENT SHALL BE
INCLUDED IN PRICE BID FOR TRAFFIC CONTROL.
CONSTRUCTION ACTIVITIES OCCURRING IN THEM. ALL COMMON FILL OR EXCESS MATERIAL DISPOSED
OUTSIDE THE PROJECT RIGHT OF WAY SHALL BE PLACED IN EITHER A PERMITTED SOLID WASTE FACILITY,
A PERMITTED INERT WASTE LANDFILL OR IN AN ENGINEERED FILL. SEE SECTION 201 OF THE STANDARD
SPECIFICATION AND SUPPLEMENTS THERETO FOR ADDITIONAL INFORMATION.
OVERALL BID SUBMITTED.
GRASSED.
CONCRETE - DRIVEWAY CONCRETE, 8 IN THICK
GRADED AGGREGATE BASE, 6".
220 LB/SY RECYCLED ASPHALT CONC, 19 MM SUPERPAVE, GP 1 OR 2, INCL BITUM MATL & H LIME,
ASPHALT - 165 LB/SY RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME,
COMMERCIAL:
CONCRETE - DRIVEWAY CONCRETE, 6 IN THICK,
GRADED AGGREGATE BASE, 6".
ASPHALT - 165 LB/SY RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME,
RESIDENTIAL:
CONSTRUCTED. DRIVES SHALL BE CONSTRUCTED USING:
REVISIONS TO LOCATION, WIDTH, AND/OR NUMBER OF DRIVES TO BE
SHALL OBTAIN THE APPROVAL FROM THE ENGINEER PRIOR TO MAKING ANY
EXISTING DRIVEWAYS AT THE TIE IN POINT, IF APPLICABLE. THE CONTRACTOR
CONTRACTOR SHALL CONSTRUCT DRIVEWAYS TO MATCH THE LOCATION OF
DRIVEWAY LOCATIONS ARE SHOWN FROM THE BEST AVAILABLE DATA; THE
SHALL BE 24 FEET WIDE UNLESS NOTED OTHERWISE IN THE PLANS. EXISTING
THE THROAT UNLESS NOTED OTHERWISE IN THE PLANS. COMMERCIAL DRIVES
FOR EARTH / GRAVEL DRIVES. RESIDENTIAL DRIVES SHALL BE 14 FEET WIDE AT
AS FOLLOWS: ASPHALT FOR ASPHALT, CONCRETE FOR CONCRETE AND ASPHALT
OTHERWISE NOTED IN THE PLANS. ALL OTHER DRIVEWAYS SHALL BE REPLACED
DRIVEWAYS OVER 11% IN GRADE SHALL BE PAVED WITH CONCRETE UNLESS
TIE IN POINT OR REQUIRED RIGHT OF WAY, WHICHEVER IS GREATER. ALL
3. ALL DRIVEWAYS THAT ARE TO BE RECONSTRUCTED WILL BE PAVED BACK TO THE
7. THE COST OF REMOVING EXISTING ASPHALT PAVEMENT TO BE INCLUDED IN THE PRICE BID FOR GRADING
COMPLETE. EXISTING PAVEMENT THAT HAS BEEN REMOVED SHALL BE GRADED TO DRAIN, DRESSED AND
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO OBTAIN ALL BORROW AND WASTE PITS AT NO
ADDITIONAL COST TO THE DEPARTMENT.
ALL STORM DRAIN PIPE SHALL BE RCP.
6. NO SEPERATE PAYMENT WILL BE MADE FOR TEMPORARY DRAINAGE ITEMS. COST WILL BE INCLUDED IN
8.
9.
10.
PIPES TO BE INCLUDED IN THE PRICE BID FOR GRADING COMPLETE.
4. ALL EXISTING PIPES SHALL NOT BE DISTURBED UNLESS NOTED OTHERWISE. THE COST OF REMOVING EXISTING
5. ALL BORROW AND WASTE SITES FOR THIS PROJECT SHALL BE ENVIRONMENTALLY APPROVED PRIOR TO
11.
12.
TO MEAN THE AUGUSTA ENGINEERING DEPARTMENT, AND REFERENCES TO
A NOI IS REQUIRED FOR THIS PROJECT.13.
14.
CITY OF AUGUSTA'S INTENTION WITH RESPECT TO EACH SIGN. ALL WORK ASSOCIATED WITH THIS
SHALL COORDINATE WITH THE CITY OF AUGUSTA BY CONTACTING ANTHONY TAYLOR AT 706-821-5072 TO CONFIRM
GENERAL NOTES
04-0001
ALL UTILITY LOCATIONS WERE OBTAINED FROM SUE LEVEL B INVESTIGATION.
15.THIS PROJECT CONTAINS NO POST CONSTRUCTION STORMWATER BMPS.
TO UTILITY BEING INSTALLED OR RELOCATED.
SERVICES > WIRE, PIPELINE, & FIBER OPTIC PROJECTS. NOTE: LICENSE AGREEMENT MUST BE EXECUTED PRIOR
AGREEMENT AND APPLICABLE FEES. FOR UTILITY APPLICATIONS, GO TO: WWW.NSCORP.COM > REAL ESTATE > NS
APPLICATION FOR THE INSTALLATION OR RELOCATION TO RAILPROS FOR APPROPRIATE HANDLING FOR LICENSE
PROJECT CONTRACTOR OR PROJECT CONTRACTOR'S SUB-CONTRACTOR. HOWEVER, THE UTILITY MUST SUBMIT AN
BE INSTALLATED OR RELOCATED AS PART OF THE PROJECT PROVIDED THE CONSTRUCTION IS PERFORMED BY THE
16. ALL UTILITY INSTALLATIONS OR RELOCATIONS THAT ARE REQUIRED IN CONJUNCTION WITH THIS PROJECT CAN
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
2.
1.
APPROVED BY THE FERERAL HIGHAY ADMINISTRATION.
FOR THE CONSTRUCTION OF ROADS, AND BRIDGES, 2001 EDITION AND SUPPLEMENTS THERETO AS
ALL WORK TO BE DONE IN ACCORDANCE WITH THE STATE OF GEORGIA STANDARD SPECIFICATIONS
OR AUGUSTA /RICHMOND ENGINEERING DEPARTMENT.
IN CONNECTION WITH THIS DOCUMENT SHALL BE DEFINED AS THE COUNTY ENGINEER
THE TERM "ENGINEEER" REFERENCED IN ALL DOCUMENTS PLANS, OR DRAWINGS USED
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_04-0001.dgn
9:40:57 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
ROADWAY LEGEND
RIGHT OF WAY MARKER
CENTERLINE
DITCH OR SWALE
TYPICAL SECTION DITCH
TOP OF CUT
TOE OF FILL
PROPERTY LINE
REQUIRED RIGHT OF WAY
EXISTING RIGHT OF WAY
C C CC C
F F F F F
PL
RAILROAD NOTES
GENERAL NOTES
04-0002
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_04-0001.dgn
9:40:58 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
THE PROJECT.
ALL CSXT FACILITIES, AND ANY UTILITIES FOUND ON CSXT RIGHT-OF-WAY, SHALL BE PROTECTED THROUGHOUT THE DURATION OF 6.
MUST BE EXECUTED PRIOR TO UTILITY BEING INSTALLED OR RELOCATED.
TO: WWW.NSCORP.COM > REAL ESTATE > NS SERVICES > WIRE, PIPELINE, & FIBER OPTIC PROJECTS. NOTE: LICENSE AGREEMENT
RAILPROS FOR APPROPRIATE HANDLING FOR LICENSE AGREEMENT AND APPLICABLE FEES. FOR UTILITY APPLICATIONS GO
CONTRACTOR'S SUB-CONTRACTOR. HOWEVER, THE UTILITY MUST SUBMIT AN APPLICATION FOR THE INSTALLATION OR RELOCATION TO
RELOCATED AS PART OF THE PROJECT PROVIDED THE CONSTRUCTION IS PERFORMED BY THE PROJECT CONTRACTOR OR PROJECT
ALL UTILITY INSTALLATIONS OR RELOCATIONS THAT ARE REQUIRED IN CONJUNCTION WITH THIS PROJECT CAN BE INSTALLED OR 5.
CORPORATION, 1200 PEACHTREE STREET NE, ATLANTA, GA 30309. TELEPHONE: (404) 529-1225. EMAIL: JACOB.WATSON@NSCORP.COM.
RAILROAD CONTACT INFORMATION: MR. JACOB WATSON, ENGINEER PUBLIC IMPROVEMENTS, BRIDGES AND STRUCTURES, NORFOLK SOUTHERN 4.
SHALL APPLY.
THE PROTECTION OF RAILWAY INTERESTS). WHEN IN CONFLICT WITH OTHER PROJECT SPECIFICATIONS, THE MOST STRINGENT ONE
SOUTHERN RAILWAY COMPANY ("RAILROAD", "NSR" OR "NS") PUBLIC PROJECTS MANUAL (APPENDIX E, SPECIAL PROVISIONS FOR
ALL WORK TO BE PERFORMED ON, OVER, UNDER, OR ADJACENT TO THE RAILROAD TRACKS SHALL COMPLY WITH THE NORFOLK 3.
THE FLAGMANS TIME AND EFFICIENCY ON THE PROJECT.
TO PRINT OFF NEEDED DOCUMENTATION AND ORDERS AS NEEDED AT THE FIELD/SITE TRAILER. THIS SHOULD AID IN MAXIMIZING
PROVIDE ACCESS TO TWO (2) ELECTRICAL OUTLETS FOR RECHARGING RADIO(S), AND A LAPTOP COMPUTER; AND HAVE THE ABILITY
THE FLAGMAN CAN CHECK IN/OUT WITH THE PROJECT, AS WELL AS TO THE FLAGMANS HOME TERMINAL. THE WORK AREA SHOULD
AREA WITH A DESK/COUNTER AND CHAIR WITHIN THE FIELD/SITE TRAILER, INCLUDING THE USE OF BATHROOM FACILITIES, WHERE
FOR PROJECTS REQUIRING MORE THAN 30 CONSECUTIVE DAYS OF FLAGGING, CONTRACTOR SHALLPROVIDE THE FLAGMAN A SMALL WORK 2.
DIRECTION OF THE RAILROAD'S REPRESENTATIVE. (SEE NS PUBLIC PROJECTS MANUAL, APPENDIX E, SECTION 3.D).
THE FACILITY SHALL BE PROTECTED BY THE CONTRACTOR DURING THE COURSE OF THE DISTURBANCE UNDER THE SUPERVISION AND
CONTRACTOR SHALL COORDINATE WITH THE RAILROAD TO HAVE THE FACILITY POTHOLED MANUALLY WITH CAREFUL HAND EXCAVATION.
DISTURBANCE OF THESE FACILITIES. IF DISTURBANCE OR EXCAVATION IS REQUIRED NEAR A BURIED RAILROAD FACILITY, THE
LOCATE AND PAINT MARK OR FLAG THE RAILROAD'S UNDERGROUND FACILITIES. THE CONTRACTOR SHALL AVOID EXCAVATION OR OTHER
MAY DAMAGE THE RAILROAD'S UNDERGROUND FACILITIES. UPON REQUEST FROM THE CONTRACTOR OR SPONSOR, RAILROAD FORCES WILL
RAILROADS REPRESENTATIVE 2 DAYS IN ADVANCE OF WORK AT THOSE PLACES WHERE EXCAVATION, PILE DRIVING, OR HEAVY LOADS
ONE CALL SERVICES DO NOT LOCATE BURIED RAILROAD SIGNAL AND COMMUNICATIONS LINES. THE CONTRACTOR SHALL CONTACT THE 1.
PROJECT MANUAL.
ALL DRAINAGE WORK WITHIN THE CSXT RIGHT-OF-WAY MUST COMPLY WITH CSXT DRAINAGE CRITERIA FOUND WITHIN THE CSXT PUBLIC7.
APPROVAL FROM CSXT.
THE CONTRACTOR MAY NOT USE CSXT RIGHT-OF-WAY FOR STORAGE OF MATERIALS OR EQUIPMENT DURING CONSTRUCTION WITHOUT PRIOR 6.
SATISFACTORY TO THE CSXT REPRESENTATIVE.
FROM THEIR OPERATIONS. CONTRACTOR, UPON COMPLETION OF THE PROJECT, SHALL LEAVE CSXT PROPERTY IN A NEAT CONDITION,
CONTRACTOR SHALL MAINTAIN ALL DITCHES AND DRAINAGE STRUCTURES FREE OF SILT OR OTHER OBSTRUCTIONS THAT MAY RESULT 5.
SUB-CONTRACTOR.
ALL WORK WITHIN 5 FT OF THE CENTERLINE OF TRACK AT THE CROSSING WILL BE PERFORMED BY THE RAILROAD OR THEIR 4.
VICTORIA.MATTS@STVINC.COM
904-383-3919
VICTORIA MATTSPLEASE FORWARD EMAIL TO:
OF 30 DAYS BEFORE WORK IS TO BEGIN ON RAILROAD RIGHT-OF-WAY.
THIS AREA TO ALLOW FOR THE SCHEDULING OF THE RAILROAD FLAGMAN. THE CONTRACTOR SHALL NOTIFY STV VIA EMAIL A MINIMUM
PROVIDE THE CSXT FIELD REPRESENTATIVE WITH AT LEAST THIRTY (30) BUSINESS DAYS ADVANCE NOTICE OF BEGINNING WORK WITHIN
NO WORK SHALL TAKE PLACE WITHIN 50 FEET OF THE CENTERLINE OF THE CSXT TRACK WITHOUT A RAILROAD FLAGMAN BEING PRESENT.3.
NOTE: APPROVAL OF INSURANCE CAN TAKE UP TO 30 TO 45 DAYS.
RIGHT OF WAY WITHOUT THE INSURANCE APPROVAL FROM CSXT AND A RAILROAD FLAGMAN CANNOT BE SCHEDULED.
INSURANCE TO CSXT AT INSURANCEDOCUMENTS@CSX.COM FOR CSXT REVIEW AND APPROVAL. WORK WILL NOT BE ALLOWED WITHIN THE CSXT
RAILROAD INSURANCE IS REQUIRED PRIOR TO COMMENCEMENT OF CONSTRUCTION ACTIVITIES ON CSXT RIGHT OF WAY. SUBMIT RAILROAD2.
HTTPS://WWW.CSX.COM/INDEX.CFM/ABOUT-US/PROPERTY/.
PROVISIONS, WHICH CAN BE FOUND WITHIN THE CSXT PUBLIC PROJECTS MANUAL, AVAILABLE AT
ALL WORK ON, OVER, UNDER, OR ADJACENT TO CSXT RIGHT-OF-WAY SHALL BE DONE IN ACCORDANCE WITH THE CSXT SPECIAL 1.
CSXT RAILROAD NOTES:
DISPOSAL OF SOILS GENERATED DUE TO CONSTRUCTION ACTIVITY RELATED TO THIS PROJECT.
ONTO CSX'S PROPERTY AND THERFORE MUST BE STORED OFF CSX PROPERTY. CSXT SHALL NOT INCUR ANY COSTS RELATED TO THE
SOIL RESULTING FROM EXCAVATION OUTSIDE OF CSX'S RAILROAD RIGHT-OF-WAY OR RAILROAD OWNED PROPERTY SHALL NOT BE BROUGHT
FACILITY THAT ARE IN COMPLIANCE WITH ALL APPLICABLE ENVIRONMENTAL LAWS AND CSX'S POLICIES AND PROCEDURES.
REQUIRES OFF-SITE DISPOSAL, THE LICENSEE IS REQUIRED TO USE ONLY CSX APPROVED LABORATORIES, TRANSPORTERS, AND DISPOSAL
ALL SOILS EXCAVATED WITHIN CSX'S RAILROAD RIGHT-OF-WAY SHALL REMAIN ON CSX'S RIGHT-OF-WAY. FOR ANY EXCAVATED SOIL THAT 9.
DIRECTION OF A RAILROAD SIGNAL REPRESENTATIVE.
BY THE CONTRACTOR AND PROTECTED BY THE CONTRACTOR DURING THE COURSE OF THE DISTURBANCE UNDER THE SUPERVISION AND
BURIED RAILROAD SIGNAL, COMMUNICATION, OR POWER LINE, THE LIE SHALL BE POTHOLED MANUALLY WITH CAREFUL HAND EXCAVATION
WHICH ARE CRITICAL TO THE SAFETY OF THE RAILROAD AND THE PUBLIC. IF DISTURBANCE OR EXCAVATION IS REQUIRED NEAR A
AREA TO BE DISTURBED FOR THE CONTRACTOR. THE CONTRACTOR SHALL AVOID EXCAVATION OR OTHER DISTURBANCE OF THESE LINES
SIGNAL FORCES WILL LOCATE AND PAINT MARK OR FLAG RAILROAD UNDERGROUND SIGNAL, COMMUNICATION, AND POWER LINES IN THE
MAY DAMAGE RAILROAD UNDERGROUND LINES ON RAILROAD PROPERTY. UPON REQUEST FROM THE CONTRACTOR OR AGENCY, RAILROAD
RAILROAD'S REPRESENTATIVE TWO (2) DAYS IN ADVANCE OF THOSE PLACES WHERE EXCAVATION, PILE DRIVING, OR HEAVY LOADS
"ONE CALL" SERVICES DO NOT LOCATE BURIED RAILROAD SIGNAL AND COMMUNICATIONS LINES. THE CONTRACTOR SHALL CONTACT THE8.
CSXT RAILROAD NOTES CONTINUED:
GENERAL NOTES - STANDARD SIGNS
IN THE CENTER OF THE SIGN AND FLUSH WITH THE BACK OF THE SIGN.
• INCH x (WIDTH OF SIGN) ALUMINUM OR GALVANIZED STEEL STRAP LOCATED
6. EACH 42 OR 48 INCH WIDE x 18 OR 24 INCH HIGH SIGN REQUIRES ONE 2 INCH x
INCH DIAMETER, DRILLED OR PUNCHED, AS SHOWN ON THE SIGN PLATE DETAILS.
WIDTH FROM THE EDGE OF THE SIGN. SIGN PLATE BOLT HOLES SHALL BE …
THE SIGN. THE CENTERLINE OF EACH POST SHALL BE INSET 1/6TH OF THE SIGN
WITH THE BACK OF THE SIGN WITH ONE EACH ACROSS THE TOP AND BOTTOM OF
SIGN) ALUMINUM OR GALVANIZED STEEL STRAPS. THE STRAPS SHALL BE FLUSH
SHALL BE MOUNTED ON TWO POSTS WITH 2 EACH 2 INCH x • INCH x (WIDTH OF
5. SINGLE PLATE, HORIZONTAL RECTANGULAR SIGNS OVER 48 INCHES IN WIDTH
EDGE OF THE SIGN(S).
RAIL SHALL BE 6 FEET FROM THE FACE OF THE GUARD RAIL TO THE NEARER
4c. HORIZONTAL CLEARANCE FOR STANDARD HIGHWAY SIGNS MOUNTED BEHIND GUARD
BE AT LEAST 2 FEET FROM THE CURB FACE TO THE NEARER EDGE OF THE SIGN(S).
GREATER. THE HORIZONTAL CLEARANCE IN NON-MOUNTABLE CURB SECTIONS SHALL
NORMAL EDGE OF PAVEMENT TO THE NEARER EDGE OF THE SIGN(S), WHICHEVER IS
SHALL BE 6 FEET FROM THE EDGE OF THE PAVED SHOULDER OR 12 FEET FROM THE
4b. HORIZONTAL CLEARANCE FOR STANDARD HIGHWAY SIGNS ON ALL OTHER ROADWAYS
NORMAL EDGE OF PAVED SHOULDER, OR EDGE OF GRADED SHOULDER WHEN PRESENT.
CLEARANCE FOR STANDARD HIGHWAY SIGNS ON RAMPS SHALL BE 2 FEET FROM THE
THE SIGN(S), UNLESS SPECIFIED OTHERWISE IN THE PLANS. HORIZONTAL
SHALL BE 32 FEET FROM THE NORMAL EDGE OF PAVEMENT TO THE NEARER EDGE OF
4a. HORIZONTAL CLEARANCE FOR STANDARD HIGHWAY SIGNS ON INTERSTATE HIGHWAYS
THE NORMAL EDGE OF PAVEMENT TO THE BOTTOM OF THE SIGN OR ASSEMBLY,
3. ALL STANDARD HIGHWAY SIGNS SHALL BE ERECTED AT A HEIGHT OF 7 FEET ABOVE
OPERATIONS.
PROJECT ENGINEER WITHOUT PRIOR APPROVAL FROM THE OFFICE OF TRAFFIC
EDITION. NO SIGN LOCATION SHALL BE CHANGED BY THE CONTRACTOR OR BY THE
SET FORTH IN THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, CURRENT
FIELD CONDITIONS WHERE NECESSARY, BUT SHALL BE WITHIN THE LIMITATIONS
2. SIGN ERECTION STATIONS ARE APPROXIMATE AND MAY BE ADJUSTED TO MEET
SUPPLEMENTAL SPECIFICATIONS, AND/OR SPECIAL PROVISIONS.
TRAFFIC CONTROL DEVICES, CURRENT EDITION, AND THE GEORGIA SPECIFICATIONS,
ACCORDANCE WITH THE DETAILS SHOWN IN THE PLANS, THE MANUAL ON UNIFORM
1. ALL STANDARD HIGHWAY SIGNS SHALL BE FABRICATED AND ERECTED IN
OR ARE CONTRARY TO THESE SIGN PLANS.
ENGINEER, BE REQUIRED TO REMOVE ANY EXISTING SIGNS THAT ARE DUPLICATED
17. THE CONTRACTOR WILL, AS REQUESTED BY THE DISTRICT TRAFFIC OPERATIONS
BE SHOWN ON ALL R552-1 (LIMITED ACCESS) SIGNS IN THIS PROJECT, IF ANY.
16. REFER TO PLAN SHEETS FOR LOCATION OF THE DISTRICT ENGINEERS OFFICE TO
MISCELLANEOUS SIGNS.
15. FOR DETAILS OF SPECIAL DESIGN HIGHWAY SIGNS, SEE DETAILS OF
CONTROL DEVICES, CURRENT EDITION, FOR DETAILS.
USE 4 INCH SERIES "D" LETTERS. REFER TO THE MANUAL ON UNIFORM TRAFFIC
U.S., AND GEORGIA SHIELDS REQUIRING ALT, BUS, CONN, LOOP, OR SPUR SHALL
14. INTERSTATE SHIELDS SHALL CONTAIN THE WORD GEORGIA. ALL INTERSTATE,
PUNCHED, SHALL BE REQUIRED TO PROPERLY MOUNT THE ASSEMBLY.
ON THE POST(S), ADDITIONAL…INCH DIAMETER HOLE(S), DRILLED OR
13. WHERE SIGNS WITHIN AN ASSEMBLY EXTEND BELOW THE STANDARD MOUNTING HOLES
WITHIN AN ASSEMBLY.
12. A • INCH MINIMUM AIR SPACE SHALL BE REQUIRED BETWEEN ALL SIGN PLATES
HAVE TYPE 9 (VERY HIGH INTENSITY) REFLECTIVE SHEETING.
OF THE S5-1) SIGNS. ALL REGULATORY SIGNS WITHIN THE SCHOOL ZONE SIGNING SHALL
SHALL BE USED FOR SCHOOL ZONE (S1-1, S2-1, S3-1, S4-3, AND THE TOP PORTION
11. TYPE 11 (VERY HIGH INTENSITY) FLUORESCENT YELLOW GREEN REFLECTIVE SHEETING
BE USED FOR ALL WARNING SIGNS.
10. TYPE 11 (VERY HIGH INTENSITY) FLUORESCENT YELLOW REFLECTIVE SHEETING SHALL
RED SERIES SIGNS (R1-1, R1-2, R1-3P, R5-1, R5-1A, R5-1B).
9. TYPE 11 (VERY HIGH INTENSITY) REFLECTIVE SHEETING SHALL BE USED FOR ALL
OR CLASS 2 ADHESIVE BACKING IS PERMISSIBLE.
AS SPECIFIED BELOW OR SPECIFIED OTHERWISE IN THE PLANS. EITHER CLASS 1
ALL STANDARD HIGHWAY SIGNS REQUIRING REFLECTORIZED BACKGROUNDS EXCEPT
8. TYPE 9 (VERY HIGH INTENSITY) REFLECTIVE SHEETING SHALL BE USED FOR
TYPICAL FRAMING DETAILS.
FRAMES. FOR DETAILS AND STRAP SPECIFICATIONS REFER TO SIGN ASSEMBLY-
7. SIGN ASSEMBLIES SHALL BE MOUNTED ON ALUMINUM OR GALVANIZED STEEL STRAP
GENERAL NOTES
04-0003
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_04-0001.dgn
9:41:01 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
GENERAL NOTES
04-0004
TRAFFIC SIGNAL GENERAL NOTES
OF UTILITY COST TO RICHMOND COUNTY.
30 DAYS. UPON COMPLETION OF THE TEST PERIOD, THE CONTRACTOR WILL COMPLETE A TRANSFER
INSTALLATION HAS SATISFACTORILY COMPLETED A TEST PERIOD OF UNINTERRUPTED OPERATION, FOR
THE TRAFFIC SIGNAL INSTALLATION AND SUPPORT DEVICES, UNTIL THE NEW TRAFFIC SIGNAL
THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL MONTHLY POWER AND COMMUNICATION SERVICE TO18.
REQUIRES PAYMENT FOR INSTALLATION.
PART OF THEIR BID PRICE, FOR THAT TRAFFIC SIGNAL INSTALLATION IF THE RESPECTIVE UTILITY
TRAFFIC SIGNAL EQUIPMENT, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO INCLUDE AS
SYSTEMS AND/OR CCTV CAMERAS ON THIS PROJECT. IF A UTILITY TRANSFORMER IS REQUIRED FOR
ESTABLISHING NEW POWER AND COMMUNICATIONS SERVICES FOR TRAFFIC SIGNAL. VIDEO DETECTION
THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL FEES ASSOCIATED WITH MODIFYING EXISTING AND17.
TO ALL STATE AND FEDERAL LAWS AND GUIDELINES.
THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL EROSION CONTROL MEASURES TO ENSURE COMPLIANCE16.
WALLS AND PAVING THAT IS REMOVED, DAMAGED OR DESTROYED, DUE TO CONTRTACTOR'S ACTIVITY.
GUARDRAILS, LANDSCAPING, GRASSINGS, UTILITY SERVICE LINES, STORM DRAIN PIPES, MASONRY
ANY BARRIER WALL, FENCE, DITCH PAVING, CURBING, SIDEWALK, GUTTER, SLOPE PAVEMENT, SIGNS,
THE CONTRACTOR SHALL REPLACE IN KIND AND SIZE, AT NO SEPARATE EXPENSE TO THE DEPARTMENT,15.
IN THE SIDEWALK PAY ITEM.
SAWCUTS AND REMOVAL OF ALL CONCRETE ASSOCIATED WITH CURB CUT RAMPS SHALL BE INCLUDED14.
SIGNAL HEAD MOUNTING HEIGHTS AND CLEARANCE FROM EXISTING UTILITIES.
ACTUAL ATTACHMENT HEIGHTS SHALL BE FIELD DETERMINED BY INSTALLER TO PROVIDE REQUIRED13.
SHALL BE REPALCED IN ACCORDANCE WITH CURRENT GDOT STANDARDS.
ALL EXISTING STOP BARS, WORDS, ARROWS AND CROSSWALKS THAT ARE NOT REMOVED OR RELOCATED12.
TO FINAL ACCEPTANCE.
30316. NETWORK ABILITIES DEMONSTRATION IS REQUIRED AT ALL CENTRAL SITES. NOTED PRIOR
CENTRAL COMPUTERS ARE LOCATED AT 935 EAST CONFEDERATE AVENUE BLDG. 24 ATLANTA, GEORGIA
CENTRAL COMPUTERS OR VIA "CLOSED LOOP" MONITORING, PER THE DISTRICT SIGNAL ENGINEER.
THE INSTALLATIONS SHALL BE CAPABLE OF MONITORING OVER EHTERNET NETWORKS FROM EXISTING11.
CONTRACTOR SHALL FOLLOW PROCEDURES OUTLINED IN THE DOT SPECIFICATION.
MATERIAL CERTIFICATION IS REQUIRED PRIOR TO BEGINNING ANY SIGNAL INSTALLATION WORK. THE 10.
FOUNDATION SHEET. (TS-06)
FOR STRAIN POLE FOUNDATION SIZE AND REINFORCEMENT, SEE STRAIN POLE AND MAST ARM POLE9.
DISTRICT SIGNAL ENGINEER AT (770) 531-5856.
DEPARTMENT OF TRANSPORTATION OFFICE OF TRAFFIC OPERATIONS DISTRICT SIGNAL SHOP. CONTACT THE
WHEN REMOVED, EXISTING EQUIPMENT SHALL BE DELIVERED AND UNLOADED BY THE CONTRACTOR TO THE8.
FINAL ACCEPTANCE.
INSTALLATION IS TO BE CHECKED AND ACCEPTED BY THE DISTRICT TRAFFIC ENGINEER PRIOR TO 7.
THE ENGINEER.
WHEN ATTACHING SPAN WIRE OR INTERCONNECT CABLE TO THE POLES UNLESS OTHERWISE DIRECTED BY
THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL NEW GUYS ON EXISTING UTILITY TIMBER POLES 6.
PART OF THE SIGNAL OPERATION TO BE INOPERABLE.
THROUGH INSTALLATION OF NEW SIGNAL EQUIPMENT. AT NO TIME SHALL THE CONTRACTOR CAUSE ANY
TEMPORARY SUPPORT POLE LOCATION(S) REQUIRED BY THE PROJECT DURING THE INTERIM PERIOD
SHALL BE RESPONSIBLE FOR ALL TRAFFIC SIGNAL AND/OR CONTROL SYSTEM ADJUSTMENTS, INCLUDING
THE CONTRACTOR SHALL MAINTAIN EXISTING TRAFFIC SIGNALS DURING CONSTRUCTION. THE CONTRACTOR5.
MAINTAINED. PLACEMENT OF THE SIGNAL HEADS SHALL BE RETAINED AS SHOWN ON THE PLANS.
UNDERGROUND & OVERHEAD UTILITIES. MINIMUM CLEARANCES FROM EDGE OF PAVEMENT SHALL BE
A MAXIMUM OF 5 FEET), IN LOCATION OF NEW SIGNAL POLES, ARE ACCEPTABLE TO AVOID
SIGNAL POLES PRIOR TO ORDERING. AT THE DISCRETION OF THE ENGINEER, MINOR SHIFTS, (UP TO
THE CONTRACTOR SHALL LOCATE UNDERGROUND & OVERHEAD UTILITIES IN VICINITY OF NEW TRAFFIC4.
SHALL HAVE SEPARATE LEAD-INS TO THE CONTROL CABINET.
SHIELDED CABLE WILL BE USED FOR DETECTOR RUNS AS SHOWN ON THE DETAIL SHEET. DETECTORS3.
MEASURED HORIZONTALLY BETWEEN CENTERS OF SIGNAL FACES.
CLEARANCE FROM BOTTOM OF SIGNAL HEADS TO TOP OF ROAD SURFACE AND A MINIMUM OF 8 FEET
SIGNAL HEADS SHALL BE ERECTED TO PROVIDE AT LEAST 17 FEET BUT NO MORE THAN 19 FEET2.
ON UNIFORM TRAFFIC CONTROL DEVICES CURRENT EDITION.
THE COMPLETE SIGNAL INSTALLATION SHALL CONFORM TO ALL APPROPRIATE PARTS OF THE MANUAL1.
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_04-0001.dgn
9:41:02 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
TYPICAL SECTIONS
05-0001501020
4 CSX RR TRACKS END AT STA 101+31.18.
3. SEE PLANS FOR EXACT LOCATIONS OF RAILROAD TRACKS AND TRAVEL LANES.
2. MILLING SHOULD BE A MINIMUM 1.5"
1. SEE CONSTRUCTION PLANS FOR CURB AND GUTTER LOCATIONS.
NOTES:
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_05-0001.dgn
9:41:07 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
B ASPH CONC LEVELING
E GRADED AGGREGATE BASE, 8"
D CONCRETE CURB & GUTTER,TYPE 2, 8"x24"
F SIDEWALK, 4"
C RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME
CL
6"D
E
D
E
A
F
GUTTER
&
CURB
2'-0"
BUFFER
GRASS
2'-0"
SIDEWALK
8'-0"
GRADE
PROFILE
GUTTER
&
CURB
2'-0"
4'6"-7'0"
VARIES
EXISTING
PLANTING
BUFFER
4'6"-7'0"
VARIES
EXISTING
PLANTING
BUFFER
GAB
PAVEMENT AND
EXISTING
6"
VARIES VARIES
STA 100+00.00 TO 100+46.68
PROPOSED 6TH STREET TYPICAL SECTION #1
C
EXISTING
MATCHOFFSET
CENTERLINE
CSX RR
5'-0"
OFFSET
CENTERLINE
CSX RR
5'-0"
B PAVEMENT
MILL/INLAY EXISTING
CL
D
E
A
F
GUTTER
&
CURB
2'-0"
BUFFER
GRASS
2'-0"
SIDEWALK
8'-0"
GRADE
PROFILE
GAB
PAVEMENT AND
EXISTING
6"
VARIES VARIES
C
EXISTING
MATCH
BPAVEMENT
MILL/INLAY EXISTING
PLANS FOR LOCATIONS
GUTTER TO REMAIN. SEE
EXISTING CURB AND
DO NOT DISTURB
EXISTIG PAVEMENT
DO NOT DISTURB
EXISTIG PAVEMENT
(SEE NOTE 3)
NS RAILWAY
10'-0"
(SEE NOTE 3)
TRAVEL LANE
7'-6" - 8'-0"
VARIES
(SEE NOTE 3)
NS RAILWAY
10'-0" - 12'-0"
VARIES
(SEE NOTE 3)
TRAVEL LANE
8'-0" - 12'-0"
(SEE NOTE 3)
TRAVEL LANE
9'-6" - 11'-0"
VARIES
(SEE NOTE 3)
VARIES
(SEE NOTE 3)
7'-3" - 10'-8"
VARIES
(SEE NOTE 3)
0'-0" - 7'-0"
VARIES
(NOTE 4)
OFFSET
CENTERLINE
CSX RR
5'-0"
(NOTE 4)
OFFSET
CENTERLINE
CSX RR
5'-0"
(SEE NOTES 3 AND 4)
TRAVEL LANE
10'-0" - 11'-0"
VARIES
(SEE NOTES 3 AND 4)
STA 100+46.68 TO 103+82.08
PROPOSED 6TH STREET TYPICAL SECTION #2
A MILLING, VARIABLE DEPTH
TYPICAL SECTIONS
05-0002501020
2. MILLING SHOULD BE A MINIMUM 1.5"
1. SEE CONSTRUCTION PLANS FOR CURB AND GUTTER LOCATIONS
NOTES:
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_05-0002.dgn
9:41:10 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
CL
6"
STA 103+82.08 TO 116+00.00
PROPOSED 6TH STREET TYPICAL SECTION #3
D
E
D
E
A
F
GRADE
PROFILE
RAILWAY
12'-0"
TRAVEL LANE
12'-0"
TRAVEL LANE
10'-0"
GUTTER
&
CURB
2'-0"
GUTTER
&
CURB
2'-0"
GRASS BUFFER
0'-0" - 6'-0"
VARIES
GAB
PAVEMENT AND
EXISTING
6"
PAVEMENT
MILL/INLAY EXISTING
VARIES VARIES
CL
6"
STA 116+00.00 TO 133+20.62
PROPOSED 6TH STREET TYPICAL SECTION #4
D
E
D
E
BA
F
E
GRADE
PROFILE
RAILWAY
12'-0"
TRAVEL LANE
10'-0"
TRAVEL LANE
10'-0"
GUTTER
&
CURB
2'-0"
GUTTER
&
CURB
2'-0"
PARALLEL PARKING
0'-0" - 8'-0"
VARIES
PARALLEL PARKING
0'-0" - 8'-0"
VARIES
GAB
PAVEMENT AND
EXISTING
6"
PAVEMENT
MILL/INLAY EXISTING
SIDEWALK
5'-0" - 13'-0"
VARIES
VARIES VARIES
EXISTING
MATCH
SIDEWALK
8'-0"
SIDEWALK
4'-0" - 13'-0"
VARIES
VARIESVARIES
B ASPH CONC LEVELING
E GRADED AGGREGATE BASE, 8"
D CONCRETE CURB & GUTTER,TYPE 2, 8"x24"
F SIDEWALK, 4"
C RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME
C
C
B
EXISTING
MATCH
A MILLING, VARIABLE DEPTH
TYPICAL SECTIONS
05-0003
2. MILLING SHOULD BE A MINIMUM 1.5"
1. SEE CONSTRUCTION PLANS FOR CURB AND GUTTER LOCATIONS
NOTES:
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_05-0003.dgn
9:41:12 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
PROFILE GRADE
CL
*MATCH EXIST *MATCH EXSIT
AD
E
D
E
B
PAVEMENT
MILL/INLAY EXISTING 6"
0'0"-26'6"
VARIES
EXISTING
PLANTING
BUFFER
0'0"-26'6"
VARIES
EXISTING
PLANTING
BUFFER
GAB
PAVEMENT AND
EXISTING
TRAVEL LANE
15'0" - 27'0"
VARIES
TRAVEL LANE
15'0" - 27'0"
VARIES
GUTTER
&
CURB
2'-0"
GUTTER
&
CURB
2'-0"
STA 60+50.00 TO 61+50.00 REYNOLDS STREET
STA 50+40.00 TO 51+40.00 ELLIS STREET
STA 40+75.96 TO 41+60.00 WALKER STREET
STA 30+50.00 TO 31+00.00 WATKINS STREET
STA 20+50.00 TO 21+50.00 FENWICK STREET
PROPOSED SIDE STREET TYPICAL SECTION #5
CLASS "B" CONCRETE
SURFACE COURSE
WIDTH
EXCAV.
AREA
0.0 < WIDTHS < 5.0
6" MIN.
NO SCALE
Item Code 500-9999 - Cu. Yds.
CLASS "B" CONCRETE BASE OR PAVEMENT WIDENING
In excavated areas greater than 5'-0" in width, the Contractor shall
place base and paving as specified on the typical section.
In excavated areas between the existing paving and new curb and gutter
that are 5'-0" or less in width, Class "B" concrete shall be placed in lieu
of the base and paving specified by the typical section. Payment will be
made under "Class B Concrete Base and Pavement Widening".
CLASS "B" CONCRETE BASE OR WIDENING DETAIL
See plans for details of curb and gutter construction.
C
B ASPH CONC LEVELING
E GRADED AGGREGATE BASE, 8"
D CONCRETE CURB & GUTTER,TYPE 2, 8"x24"
F SIDEWALK, 4"
C RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME
A MILLING, VARIABLE DEPTH
SUMMARY OF QUANTITIES
SUMMARY QUANTITIES
06-0001
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_06-0001.dgn
9:41:18 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
653-1501 653-1502 653-1704
(LIN FT)
5 IN, WHITE
SOLID TRAF STRIPE,
THERMOPLASTIC
(LIN FT)
5 IN, YELLOW
SOLID TRAF STRIPE,
THERMOPLASTIC
(LIN FT)
24 IN, WHITE
SOLID TRAF STRIPE,
THERMOPLASTIC
LOCATION
SUMMARY OF PAVEMENT MARKING
6TH STREET 2283 4800 280
LOCATION
441-0104
(SQ YD)
4 IN
CONC SIDEWALK,
SUMMARY OF SIDEWALK
6TH STREET 2160
163-0232 163-0240
(TON)
MULCH
(AC)
GRASS
TEMPORARY
LOCATION
SUMMARY OF TEMPORARY EROSION CONTROL
163-0550
(EA)
INLET SEDIMENT TRAP
CONSTRUCT & REMOVE
165-0105 171-0030
(EA)
TRAP
INLET SEDIMENT
MAINTENNACE OF
(LIN FT)
TYPE C
SILT FENCE,
TEMPORARY
6TH STREET 250036360.1 1.5
4 4
413-0750
(GAL)
TACK COAT
LOCATION
11056TH STREET
SUMMARY OF ROADWAY PAVING
1340
LOCATION
SUMMARY OF CURB & GUTTER
6TH STREET 621
(LIN FT)
TP 2
8 IN X 24 IN,
CONC CURB & GUTTER,
441-6216
4968
310-1101
(TON)
INCL MATL
GR AGGR BASE CRS.
LOCATION
6TH STREET
611-3000
13
2
SUMMARY OF DRAINAGE
LOCATION
SUMMARY OF SIGNING
6TH STREET
FENWICK STREET
WATKINS STREET
WALKER STREET
ELLIS STREET
REYNOLDS STREET
611-5551
21
2
(EA)
RESET SIGN
7
6
4
7
3
310-1101
(TON)
INCL MATL
GR AGGR BASE CRS,
LOCATION (SQ YD)
GUTTER, 6 IN
CONC VALLEY
441-4020
SUMMARY OF DRIVEWAY PAVING
441-0016
(SQ YD)
6 IN TK
DRIVEWAY CONCRETE,
35 23
35 33
172
25
22
14
14
33
21
19
53
20
35
15
37 53
22
26
37
26
35
26
44
26
26
22
34
118
20
38
10
14
24
14
22
14
30
14
14
10
21
11
444-1000
(LF)
PAVEMENTS - PCC
IN EXISTING
SAWED JOINTS
97
12
12
8
7
5
5
11
7
6
18
7
12
5
12
5
102+19, R
105+57, L
105+73, R
112+30, L
112+42, R
116+72, L
117+14, L
117+20, R
121+64, R
122+07, L
122+45, R
124+53, L
124+98, L
125+41, R
129+72, L
130+49, R
130+91, L
58
LOCATION
6TH STREET
611-8120 611-8140
(EA)
TO GRADE
METER BOX
ADJUST WATER
(EA)
TO GRADE
VALVE BOX
ADJUST WATER
18 16
02
670-9710
5
0
(EA)
FIRE HYDRANT
RELOCATE EXISTING
700-6910 700-9300
(AC)
GRASSING
PERMANENT
(SY)
SOD
0.1 353
SUMMARY OF MISCELLANEOUS QUANTITIES
TOTAL 190 570 580 370
TOTAL 2300 4800 280
TOTAL 2200
TOTAL 50
TOTAL 630 5000TOTAL12001400
TOTAL 15
TOTAL 20 16 5 0.1 360
TOTAL 0.1 40 40 2500
AS DIRECTED
AS DIRECTED
AS DIRECTED
AS DIRECTED
AS DIRECTEDAS DIRECTED
AS DIRECTED
AS DIRECTED
AS DIRECTED
0 5 5 5
17 0 0
40
9 326095
0 7
0 0.5
2
0
SUB-TOTAL
SUB-TOTAL
SUB-TOTAL 48
SUB-TOTAL
SUB-TOTALSUB-TOTAL
SUB-TOTAL 18
SUB-TOTAL
SUB-TOTAL 13
16 5
36 36
190 565 575 365
2283 4800 280
2160
621 49681340
3530.1
0.1 1.5 2500
LOCATION
6TH STREET
680-4110 680-6130
73 83
22
682-1405
35
682-1406 682-1407
6585
TOTAL 75 85 6600
AS DIRECTED 15
SUB-TOTAL 73 83 6585
(EA)
POST TOP
11-15 FT MH,
LIGHTING STD,
(EA)
TP 3, LED
LIMINAIRE,
(LF)
AWG NO 8
TP XHHW,
CABLE,
(LF)
AWG NO 6
TP XHHW,
CABLE,
(LF)
AWG NO 4
TP XHHW,
CABLE,
682-6219 682-6221
3545
682-6230
35
682-6232 682-2110
825
830
5 0
825
682-9022 682-9950
2690
2700
0 10
2690
(LF)
TP 2, 1 IN
NONMETAL,
CONDUIT,
(LF)
TP 2, 1•IN
NONMETAL,
CONDUIT,
(LF)
TP 3, 1 IN
NONMETAL,
CONDUIT,
(LF)
TP 3, 1•IN
NONMETAL,
CONDUIT,
(EA)
POINT
SERVICE
ELECTRICAL
(EA)
PLASTIC MORTAR
BOX, REINFORCED
ELECTRICAL JUNCTION
1065 17750 2555 1165 1865 1 60
60
60
1
1
1865
1900
11652555177501065
1100
250
18000 2600 1200
SUMMARY OF LIGHTING QUANTITIES
15 24 12
432-5010
(SQ YDS)
DEPTH
PVMT, VARIABLE
MILL ASPH CONC
13383
13400
17
13383
0
402-1812
(TON)
& H LIME
INCL BITUM MATL
CONC LEVELING,
RECYCLED ASPH
250
250
250
611-3010
5
0
5
5
611-8050
(EA)
TO GRADE
ADJUST MANHOLE
51
4
55
51
(EA)
BASIN, GROUP 1
RECONSTR CATCH
(EA)
INLET, GROUP 1
RECONSTR DROP
402-4510
150-1000
(LS)
TRAFFIC CONTROL-PI 0011421
LUMP
210-0100
LUMP
(LS)
GRADING COMPLETE-PI 0011421
653-1804
(LIN FT)
8 IN, WHITE
SOLID TRAF STRIPE,
THERMOPLASTIC
2525
2600
75
2525
0
653-0100
(EA)
CROSSING SYMBOL
PVMT MARKING,RR/HWY
THERMOPLASTIC
1
1
1
636-1041
9
2
20
18
636-2070
30
0
60
60
9 30
(SF)
REFL SHEETING, TP9
TP 2 MATL,
HIGHWAY SIGNS,
(LF)
POSTS, TP 7
GALV STEEL
STA 103+63 LT
STA 105+84 LT
(TON)
BITUM MATL & H LIME
POLYMER-MODIFIED
GP 2 ONLY, INCL
12.5 MM SUPERPAVE,
RECYCLED ASPH CONC
1105
(LF)
BORE - 2 IN
DIRECTIONAL
CONSTRUCTION LAYOUT/6TH STREET
11-0001
AUGUSTA 6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
400 800
SCALE IN FEET
0 200
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_11-0001.dgn
Design File and Plot Substitution information
9:41:34 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
P.
I
.
97+50.
00
9
8
+0
0
9
9
+0
0
1
00+00
101+00
102+00
103+00
104+0
0
105
+0
0
10
6
+0
0
1
0
7
+0
0
1
0
8
+0
0
1
0
9
+0
0
1
1
0
+0
0
1
1
1
+00
1
1
2
+00
1
1
3+00
1
1
4
+0
0
11
5
+0
0
116+0
0
117+00
118+00
119+00
1
2
0+00
1
2
1
+00
12
2
+0
0
123+0
0
124+00
125+00
126+00
1
27+00
1
2
8
+00
1
2
9
+0
0
13
0
+0
0
131+0
0
132+00
133+00
134
+0
0
1
3
5
+2
0
1
3
5
+2
0
P.
I
.
103+77.
97
P.
I
.
1
1
3
+0
2
.
93
P.
I
.
1
2
6
+77.
08
P.
C.
1
3
1
+97.
64
P.
T.
1
3
2
+98.
66
P.
I
.
135+20.
00
P.
I
.
1
3
2+48.
15
N 22°13'26.0" E N 22°31'18.6" E N 23°06'20.4" E N 23°01'20.2" E N 22°12'25.4" E6TH STREET
FENWI
CK
STREET
WATKI
NS
S
TREET
WALKER
STREET
ELLI
S
STREET
REYNOLDS
STREETE: 717519.8998
N: 1260935.8901
STA: 97+50.00
6TH STREET
BEGIN PROJECT
E: 717614.4565
N: 1261167.3184
STA: 100+00.00
6TH STREET
BEGIN CONTSTRUCTION E: 718901.6915
N: 1264228.2247
STA: 133+20.62
6TH STREET
END CONTSTRUCTION
E: 718977.0488
N: 1264412.8172
STA: 135+20.00
6TH STREET
END PROJECT
Tangent Length: 221.34
Tangent Direction: N 22°12'25.4" E
POE ( DE10006) 135+20.00 1264412.8172 718977.0488
P.T. ( DE10009) 132+98.66 1264207.8954 718893.3924
Element: Linear
Tangent Direction: N 22°12'25.4" E
Radial Direction: S 67°47'34.6" E
Chord Direction: N 22°36'52.8" E
Radial Direction: S 66°58'39.8" E
Tangent Direction: N 23°01'20.2" E
External: 0.18
Middle Ordinate: 0.18
Chord: 101.02
Tangent: 50.51
Length: 101.02
Degree of Curvature(Arc): 00°48'25.1"
Delta: 00°48'54.8" Left
Radius: 7100.00
P.T. ( DE10009) 132+98.66 1264207.8954 718893.3924
C.C. ( DE10008) 132+98.66 1266891.3731 712320.0411
P.I. ( DE10005) 132+48.15 1264161.1308 718874.3014
P.C. ( DE10007) 131+97.64 1264114.6426 718854.5470
Element: Circular - CURVE #1
STATION NORTHING EASTING
Tangent Length: 520.56
Tangent Direction: N 23°01'20.2" E
P.C. ( DE10007) 131+97.64 1264114.6426 718854.5470
P.I. ( DE10004) 126+77.08 1263635.5472 718650.9633
Element: Linear
Tangent Length: 1374.15
Tangent Direction: N 23°06'20.4" E
P.I. ( DE10004) 126+77.08 1263635.5472 718650.9633
P.I. ( DE10003) 113+02.93 1262371.6300 718111.7090
Element: Linear
Tangent Length: 924.96
Tangent Direction: N 22°31'18.6" E
P.I. ( DE10003) 113+02.93 1262371.6300 718111.7090
P.I. ( DE10002) 103+77.97 1261517.2136 717757.4164
Element: Linear
Tangent Length: 627.97
Tangent Direction: N 22°13'26.0" E
P.I. ( DE10002) 103+77.97 1261517.2136 717757.4164
POB ( DE10001) 97+50.00 1260935.8901 717519.8998
Element: Linear
STATION NORTHING EASTING
Style: MAIN P CONSTCL
Description: 6th Street
Horizontal Alignment Name: DE001
Description: Augusta 6th Street
Project Name: 0011421 Design
DE10001
DE10002
DE10003 DE10004
DE10005
DE10006
DE10007 DE10009
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
STA: 21+00.00
FENWICK STREET
STA: 104+20.00
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 89°42'00.0"
E: 717908.2441
N: 1261880.9516
STA: 31+00.00
WATKINS STREET
STA:107+71.74
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 89°42'00.0"
E: 718041.1850
N: 1262201.5535
STA: 41+00.00
WALKER STREET
STA: 111+18.82
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 90°00'00.0"
E: 718532.1263
N: 1263357.0141
STA: 51+00.00
ELLIS STREET
STA: 123+74.26
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 89°14'24.0"
E: 718887.6909
N: 1264193.9714
STA: 61+00.00
REYNOLDS STREET
STA: 132+83.61
6TH STREET/NSRR
INTERSECTION
CENTERLINE
CURVE #1
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
WALTON WAY
STA: 99+83.33
6TH STREET/NSRR
INTERSECTION
CENTERLINE
TELFAI
R
STREET
WALTON
WAY
BROAD
STREET
GREENE
STREET
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
TELFAIR STREET
STA: 115+16.68
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
BROAD STREET
STA: 127+56.74
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
GREENE STREET
STA: 119+91.96
6TH STREET/NSRR
INTERSECTION
CENTERLINE
CONSTRUCTION LAYOUT/SIDE ROADS
11-0002
AUGUSTA 6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
400 800
SCALE IN FEET
0 200
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_11-0002.dgn
Design File and Plot Substitution information
9:41:44 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
98+00
99+
0
0
1
0
0
+0
0
1
0
1
+00
1
02+00
103+00
104+00
105+00
106+00
107+00
108+00
109+0
0
110+
0
0
111+0
0
112
+0
0
11
3
+0
0
114+0
0
115+00
116+00
117+00
1
1
8+00
1
1
9
+00
12
0
+0
0
121+0
0
122+00
123+00
124+00
1
25+00
1
2
6
+00
1
2
7
+0
0
128
+0
0
129+00
130+00
131+00
132+00
133+00
134+00
135+2
0
135+2
0
6TH STREET
FENWI
CK
STREET
WATKI
NS
STREET
WALKER
STREET
ELLI
S
STREET
REYNOLDS
STREETE: 717519.8998
N: 1260935.8901
STA: 97+50.00
6TH STREET
BEGIN PROJECT
E: 717614.4565
N: 1261167.3184
STA: 100+00.00
6TH STREET
BEGIN CONTSTRUCTION E: 718901.6915
N: 1264228.2247
STA: 133+20.62
6TH STREET
END CONTSTRUCTION
E: 718977.0488
N: 1264412.8172
STA: 135+20.00
6TH STREET
END PROJECT
S
6
7
°
2
8
'
41.
35"
E
S
6
7
°
46'
31.
75"
E
S
67°
46'
31.
75"
E
S
66
°
5
3
'
3
9.
57"
E
S
66
°
5
4
'
5
1
.
82"
E
62+00
DE10010
DE10011
DE10012
DE10013
DE10014
DE10015
DE10017
DE10016 DE10018
DE10019
Tangent Length: 200.00
Tangent Direction: S 67°28'41.4" E
POE ( DE10011) 22+00.00 1261517.7310 717865.8873
POB ( DE10010) 20+00.00 1261594.3382 717681.1405
Element: Linear
STATION NORTHING EASTING
Style: MAIN P SIDECL
Description: Fenwick Street
Horizontal Alignment Name: DE002
Description: Augusta 6th Street
Project Name: 0011421 Design
Tangent Length: 200.00
Tangent Direction: S 67°46'31.7" E
POE ( DE10013) 32+00.00 1261843.1275 718000.8161
POB ( DE10012) 30+00.00 1261918.7758 717815.6720
Element: Linear
STATION NORTHING EASTING
Style: MAIN P SIDECL
Description: Watkins Street
Horizontal Alignment Name: DE003
Description: Augusta 6th Street
Project Name: 0011421 Design
Tangent Length: 200.00
Tangent Direction: S 66°53'39.6" E
POE ( DE10017) 52+00.00 1263317.7713 718624.1046
POB ( DE10016) 50+00.00 1263396.2570 718440.1480
Element: Linear
STATION NORTHING EASTING
Style: MAIN P SIDECL
Description: Ellis Street
Horizontal Alignment Name: DE005
Description: Augusta 6th Street
Project Name: 0011421 Design
Tangent Length: 200.00
Tangent Direction: S 66°54'51.8" E
POE ( DE10019) 62+00.00 1264154.7625 718979.6790
POB ( DE10018) 60+00.00 1264233.1837 718795.6950
Element: Linear
STATION NORTHING EASTING
Style: MAIN P SIDECL
Description: Reynolds Street
Horizontal Alignment Name: DE006
Description: Augusta 6th Street
Project Name: 0011421 Design
Tangent Length: 200.00
Tangent Direction: S 67°46'31.7" E
POE ( DE10015) 42+00.00 1262163.7293 718133.7570
POB ( DE10014) 40+00.00 1262239.3777 717948.6129
Element: Linear
STATION NORTHING EASTING
Style: MAIN P SIDECL
Description: Walker Street
Horizontal Alignment Name: DE004
Description: Augusta 6th Street
Project Name: 0011421 Design
20+00
22+00
30+00
32+00
40+00
42+00
50+00
52+00
60+00
STA: 61+50.00
CONSTRUCTION
LIMIT OF
STA: 20+50.00
CONSTRUCTION
LIMIT OF
STA: 30+50.00
CONSTRUCTION
LIMIT OF
STA: 40+75.96
CONSTRUCTION
LIMIT OF
STA: 50+40.00
CONSTRUCTION
LIMIT OF
STA: 60+50.00
CONSTRUCTION
LIMIT OF
STA: 21+50.00
CONSTRUCTION
LIMIT OF
STA: 31+50.00
CONSTRUCTION
LIMIT OF
STA: 41+60.00
CONSTRUCTION
LIMIT OF
STA: 51+40.00
CONSTRUCTION
LIMIT OF
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
STA: 21+00.00
FENWICK STREET
STA: 104+20.00
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 89°42'00.0"
E: 717908.2441
N: 1261880.9516
STA: 31+00.00
WATKINS STREET
STA:107+71.74
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 89°42'00.0"
E: 718041.1850
N: 1262201.5535
STA: 41+00.00
WALKER STREET
STA: 111+18.82
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 90°00'00.0"
E: 718532.1263
N: 1263357.0141
STA: 51+00.00
ELLIS STREET
STA: 123+74.26
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 89°14'24.0"
E: 718887.6909
N: 1264193.9714
STA: 61+00.00
REYNOLDS STREET
STA: 132+83.61
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
WALTON WAY
STA: 99+83.33
6TH STREET/NSRR
INTERSECTION
CENTERLINE
TELFAI
R
STREET
WALTON
WAY
BROAD
STREET
GREENE
STREET
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
TELFAIR STREET
STA: 115+16.68
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
BROAD STREET
STA: 127+56.74
6TH STREET/NSRR
INTERSECTION
CENTERLINE
SKEW: 90°00'00.0"
E: 717773.5139
N: 1261556.0346
GREENE STREET
STA: 119+91.96
6TH STREET/NSRR
INTERSECTION
CENTERLINE
15
"
72"
15"15"
1
8
"
EXIST RAILROAD TRACKS
72"72"
CL NSRR
13-0001
CONSTRUCTION PLAN
PL
0011421
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
20
SCALE IN FEET
0 40 80
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0001.dgn
Design File and Plot Substitution information
9:42:02 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
MATCHLI
NE
STA
101+50
(SEE
DRAWI
NG
NO
13-
0002)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
CSXT MP AK 460.17
DOT #639950N
CSXT TRACKS
NS TRACKS
CSXT ROW
1
9
.
4
'
TRACKS
CENTER OF CSXT
MIN. 5' FROM
SAWCUT LINE
10'
TRACKS
CENTER OF CSXT
MIN. 5' FROM
SAWCUT LINE
E: 717519.8998
N: 1260935.8901
STA: 97+50.00
6TH STREET
BEGIN PROJECT
19.
00'
10.00'R
E: 717614.4565
N: 1261167.3184
STA: 100+00.00
6TH STREET
BEGIN CONSTRUCTION
1
00
+00
9
8+
0
0
9
9+
0
0
1
01
+00
8.00' SIDEWALK
WALTON
WAY
WALTON
WAY
AND GUTTER
BEGIN CURB
BEGIN LANE TAPERLET
END CURB AND GUTTER
STA 100+09.36 RT
BEGIN CURB AND GUTTER
STA 100+11.36 RT
"TP'A' WCR TYP"
BEGIN SIDEWALK
STA 100+00.00
BEGIN MILLING & INLAY
19.00'LT
+46.68
18.00'RT
+19.36
STA: 100+00.00
BUILT BY NS
NEW ASPHALT
REHABILITATION
LIMIT OF TRACK
2.00' GRASS BUFFER
31.
61'
6TH STREET
EXIST RAILROAD TRACKS
DO NOT DISTURB
17.00'LT
+31.1818.00'LT
+91.40
TO BE DONE BY OTHERS
WORK BETWEEN CSX TRACKS
EXIST R/W
EXI
ST R/
W
EXI
ST
R/
W
PB 118 PG 543
DB 1240 PG 801
PID: 047-3-164-01-0
TIMOTHY K. KENNEDY
N/F
DB 350 PG 1151
PID: 047-3-316-01-0
KEVIN J GOLDSMITH
N/F
PB 224 PG 32
DB 1499 PG 1538
PID: 047-3-168-00-0
BJL HOLDINGS LLC
N/F
PB 723 PG 1367
DB 723 PG 1369
PID: 047-3-272-00-0
I P PROPERTIES. LLC
N/F
EXIST
R/W
EXIST R/W
A-2
A-3
A-1
GA STD 1033D CB
RECONST TOP AS
GA STD 1033D CB
RECONST TOP AS
GA STD 1034D CB
RECONST TOP AS
-
-
>
15
"
PI
PE
BUILDING
BRICK
D
RIV
E
C
O
N
C
10
"DIP
18
"
72"
EXIST RAILROAD TRACKS
72"
72"
72"
CL NSRR
CONC.
CONC.
13-0002
CONSTRUCTION PLAN
PL PL
PL
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
20
SCALE IN FEET
0 40 80
0011421
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0002.dgn
Design File and Plot Substitution information
9:42:17 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
MATCHLI
NE
STA
106+50
(SEE
DRAWI
NG
NO
13-
0003)
MATCHLI
NE
STA
101+50
(SEE
DRAWING
NO
13-
0001
)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
& GUTTER
END CURB
& GUTTER
END CURB
& GUTTER
END CURB
& GUTTER
END CURB
FENWICK STREET STA 21+00.00
6TH STREET/NSRR STA 104+20.00
CENTERLINE INTERSECTION
102+00
103+00
1
04
+00
1
06
+00
POE 22+00.00
20.00'
18.00'R
15.00'R 15.00'R
17.00'R
5.00'R
10.00'R
10.00'R 10.00'R
1
05+00
POB 20+00.00
2.00' GRASS BUFFER 8.00' SIDEWALK
FENWICK
STREET
FENWI
CK
STREET
6TH STREET
"TP'A' WCR TYP"
STA 104+40.20 LT
BEGIN SIDEWALK
18.00'RT
+31.81
AND GUTTER
BEGIN CURB CURB AND GUTTER
MATCH EXISTING
END LANE TAPERLET
16.00'LT
+70.78
17.00'R+19.
43
DW1
18.00'RT
+60.00
+57.
43
DW2
+73.
23
DW3
18.00'RT
+14.66
16.00'LT
+77.43
16.00'LT
+37.43
16.00'LT
+58.0016.00'LT
+82.08
18.00'RT
+79.9118.00'RT
+42.81
18.00'RT
+95.81
23.00'RT
+68.98
23.00'LT
+67.00
28.00'LT
+56.74
23.00'LT
+61.74
23.00'RT
+34.99
23.00'LT
+35.0011.00'
97.00'
21+00
20+00
22+00
18.00'R
10.00'R
8.00' SIDEWALK8.00' SIDEWALK
2.00' GRASS BUFFER
21+50.00
MILLING & INLAY
LIMIT OF
STA: 20+50.00
MILLING & INLAY
LIMIT OF
32.88'LT
+56.74
EXIST RAILROAD TRACKS
DO NOT DISTURB
EXIST
R/W
EXIST
R/
W
EXIST
R/
W
EXI
ST R/
W
EXIST R/W
EXIST R/W
PB 118 PG 543
DB 1240 PG 801
PID: 047-3-163-00-0
TIMOTHY K. KENNEDY
N/F
PID: 047-3-164-00-0
NORFOLK SOUTHERN CORP
N/F
DB 350 PG 276
PID: 047-3-373-00-0
AUGUSTA
N/F
DB 20R PG 511
PID: 047-3-083-00-0
NORFOLK SOUTHERN CORP
N/F
DB 219 PG 950
PID: 047-3-081-00-0
R & R TRUCK REPAIR, INC
N/F
PB 118 PG 543
DB 1240 PG 801
PID: 047-3-164-01-0
TIMOTHY K. KENNEDY
N/F
PB 224 PG 32
DB 1499 PG 1538
PID: 047-3-168-00-0
BJL HOLDINGS LLC
N/F
DB 20R PG 511
PID: 047-3-083-00-0
CORP
NORFOLK SOUTHERN
N/F
B-1
B-2
B-3
B-4
GA STD 1033D CB
RECONST TOP AS
EXISTING TO REMAIN
GA STD 1019A DI
RECONST TOP AS
GA STD 1019A DI
RECONST TOP AS
GA STD 1019A DI
RECONST TOP AS
INLET TO REMAIN
EXISTING GRATE
BUILDING
2 STORY BRICK
18"
10"
EX.STORM MH (ABND)
18"
1
8
"
72"
72"
10"
18
"
1
2
"
EXIST RAILROAD TRACKS
CL NSRR
13-0003
CONSTRUCTION PLAN
PL
PL
PL
0011421
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREETEASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
20
SCALE IN FEET
0 40 80
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0003.dgn
Design File and Plot Substitution information
9:42:32 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
MATCHLI
NE
STA
106+50
(SEE
DRAWI
NG
NO
13-
0002)
MATCHLI
NE
STA
110+50
(SEE
DRAWI
NG
NO
13-
0004)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
STA 31+00.00
WATKINS STREET
STA 107+71.74
6TH STREET/NSRR
CENTERLINE INTERSECTION
& GUTTER
END CURB
& GUTTER
END CURB
& GUTTER
END CURB & GUTTER
END CURB
NOTE: CONTRACTOR SHALL BE RESPONSIBLE FOR FIELD VERIFYING MANHOLES NOT IN USE BEFORE CAPPING OR ABANDONING.
1
07
+00
1
08
+00
1
09
+00
1
10
+00
10.00'R 10.00'R
10.00'R10.00'R
POB 30+00.00
POE 32+00.00
8.00' SIDEWALK2.00' GRASS BUFFER
WATKI
NS
STREET
WATKINS
STREET
6TH STREET 6TH STREET
16.00'LT
+02.61
18.00'RT
+02.89
18.00'RT
+40.89
16.00'LT
+40.61
21.00'RT
+71.84
21.00'LT
+74.16
21.00'RT
+27.84
21.00'LT
+28.16
STA: 30+50.00
MILLING & INLAY
LIMIT OF
STA: 31+50.00
MILLING & INLAY
LIMIT OF
31+00
30+00
32+00
8.00' SIDEWALK
VARIABLE MILLING
EXIST RAILROAD TRACKS
DO NOT DISTURB
EXIST
R/W
EXIST
R/W
EXIST
R/
W
EXI
ST
R/
W
EXIST R/W
EXIST R/W EXIST R/W
EXIST R/W
PB 15J PG 69
DB 1098 PG 533
PID: 047-3-082-00-0
A & W OIL & TIRE COMPANY
N/F
PID: 047-1-301-00-0
A-RC COLOSSEUM AUTHORITY
N/F
DB 300 PG 1404
PID: 047-3-024-00-0
MEDICAL COLLEGE OF GEORGIA
N/F
DB 471 PG 541
PID: 047-3-025-00-0
MICHELLE M. REESE
N/F
DB
300
PG
1404
PI
D:
047-
3-024-00-
0
MEDICAL
COLLEGE
OF
GEORGIA
N/
F
PID: 047-3-060-00-0
AUGUSTA CHINESE CONSOLIDATION
N/F
DB 219 PG 950
PID: 047-3-081-00-0
R & R TRUCK REPAIR, INC
N/F
DB 20R PG 511
PID: 047-3-083-00-0
CORP
NORFOLK SOUTHERN
N/F
C-1
C-2
C-3
D-1
GA STD 1033D CB
RECONST TOP AS
GA STD 1033D CB
RECONST TOP AS
GA STD 1034D CB
RECONST TOP AS
GA STD 1033D CB
RECONST TOP AS
EXISTING MANHOLE
CAPPED AND POUR OVER
ADJUST TO GRADE
BUILDING
CONCRETE
1
8
"
18"
12"
72"
EXIST RAILROAD TRACKS
72"72"
CL NSRR
CONC.
CONC.
13-0004
CONSTRUCTION PLAN
PL
PL
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0004.dgn
Design File and Plot Substitution information
9:42:55 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
20
SCALE IN FEET
0 40 80
MATCHLI
NE
STA
110+50
(SEE
DRAWI
NG
NO
13-
0003)
MATCHLINE
STA
114+00
(SEE
DRAWING
NO
13-0005)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
& GUTTER
END CURB
& GUTTER
END CURB
STA 41+00.00
WALKER STREET
STA 111+18.82
6TH STREET/NSRR
CENTERLINE INTERSECTION
GUTTER TO EXISTING
TIE CURB AND
21.00'
111+00
112+00
113+00
18.
00'
10.00'
20.00'R 20.00'R
20.00'R 20.00'R
16.00'R 15.00'R
POB 40+00.00
POE 42+00.00
6.00' GRASS BUFFER
8.00' SIDEWALK
WALKER
STREET
WALKER
STREET
6TH STREET
16.00'LT
+53.72
16.00'LT
+05.72
16.00'LT
+75.63 16.00'LT
+61.63
18.00'RT
+76.01
18.00'RT
+62.01
23.00'RT
+37.78
23.00'LT
+38.23
STA: 40+75.96
MILLING & INLAY
LIMIT OF
STA; 41+60.00
MILLING & INLAY
LIMIT OF
+41.
76
DW5
+30.
28
DW4
27.00'LT
+76.07
27.O0'RT
+75.86
41+00
40+00
42+00
EXISTING TREE TO REMAIN
EXIST RAILROAD TRACKS
DO NOT DISTURB
EXIST
R/W
EXIST
R/W
EXIST R/W
EXIST R/W
PID: 047-1-301-00-0
A-RC COLOSSEUM AUTHORITY
N/F
DB
300
PG
1404
PID:
047-
3-024-00-
0
MEDICAL
COLLEGE
OF
GEORGIA
N/
F
DB A1 PG 5373
PID: 047-1-293-00-0
FIRST PRESBYTERIAN CHURCH
N/F
PID: 047-1-296-00-0
ACADEMY OF RICHMOND COUNTY
N/F
D-2
D-3 D-4
D-5
GA STD 1033D CB
RECONST TOP AS
GA STD 1019A DI
RECONST TOP AS
GA STD 1034D CB
RECONST TOP AS
GA STD 1033D CB
RECONST TOP AS
EXISTING MANHOLE
CAPPED AND POUR OVER
H-
13
H-
5
H-
6
H-
12
H-
1
2
4"
18"
24"
24"
24"
18"
18
"
H-
7
H-
4
H-
14
H-
2
12'
PLANTI
NG
BUFFER
8'
SI
DEWALK
144+00
145+00
146+00
13.
5'
PLANTI
NG
BUFFER
11.
5
'
PLANTING
BUFFER
12
"
15
"
24"
24"12"
2
4
"
1
8
"
15"
18"
12"
48"48"
24"
EXIST RAILROAD TRACKS
CL NSRR
ARM POLE
SIGNAL MAST
ARM POLE
SIGNAL MAST
13-0005
CONSTRUCTION PLAN
PL
PL
PL
PL PL
PL
PL
PL
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0005.dgn
Design File and Plot Substitution information
9:43:19 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
20
SCALE IN FEET
0 40 80
MATCHLI
NE
STA
114+00
(SEE
DRAWI
NG
NO
13-
0004)
MATCHLI
NE
STA
118+50
(SEE
DRAWI
NG
NO
13-
0006)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
& GUTTER
END CURB
& GUTTER
END CURB
& GUTTER
BEGIN CURB
& GUTTER
BEGIN CURB
E:718194.4212
N:1262565.4928
TELFAIR STREET (BUILT BY OTHERS)
6TH STREET/NSRR STA 115+13.70
CENTERLINE INTERSECTION
ON TELFAIR PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON TELFAIR PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON TELFAIR PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON TELFAIR PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
1
15
+00
1
16
+00
1
17
+00
18.
00'
14.00'
14.00'
30.00'
5.00' SIDEWALK
5.00' SIDEWALK
TELFAIR
STREET
TELFAIR
STREET
6TH STREET
6TH STREET
PI-0011409
BUILT BY OTHERS
CORNER, TYP.
BRICK PAVERS
PI-0011409
BUILT BY OTHERS
CROSSWALK, TYP.
STAMPED ASPHALT
EXIST RAILROAD TRACKS
DO NOT DISTURB
24.00'RT
+95.15
24.00'RT
+45.23
STA: 114+46.74
MILLING & INLAY
LIMIT OF
STA: 115+65.32
MILLING & INLAY
LIMIT OF
+71.
60
DW6
+13.96
DW7
+20.
20
DW8
16.
00'
STA: 116+00.00
BUILT BY NS
NEW ASPHALT
REHABILITATION
LIMIT OF TRACK
10.00'R
16.00'LT
+79.00
24.00'LT
+87.00
16.00'RT
+80.00
24.00'RT
+88.00
24.00'LT
+59.60
24.00'LT
+83.60
24.00'LT
+01.96
24.00'LT
+25.96
24.00'LT
+79.00
24.00'RT
+79.00
5.00' SIDEWALK
10.00'R
CONC.
CONC.CONC.
EXI
ST
R/
W
EXI
ST
R/
W
EXI
ST R/
W
EXIST
R/
W
EXIST R/W
EXIST R/W
DB 1440 PG 1870
PID: 047-1-251-00-0
CHURCH IN AUGUSTA
FIRST PRESBYTERIAN
N/F
DB 1217 PG 1202
PID: 047-1-250-00-0
MATTHEW J. AITKEN
N/F
PB 123 PG 473
DB 1440 PG 1079
PID: 047-1-254-01-0
CHURCH IN AUGUSTA
FIRST PRESBYTERIAN
N/F
DB 1510 PG 1868
PID: 047-1-259-00-0
AUGUSTA GEORGIA
N/F
DB 1440 PG 622
PID: 047-1-255-00-0
IN AUGUSTA
FIRST PRESBYTERIAN CHURCH
N/F
DB 1440 PG 622
PID: 047-1-254-00-0
CHURCH IN AUGUSTA
FIRST PRESBYTERIAN
N/F
DB
1440
PG
622
PI
D:
047-1-
254-
00-0
CHURCH
IN
AUGUSTA
FIRST
PRESBYTERI
AN
N/
F
DB A1 PG 5373
PID: 047-1-293-00-0
FIRST PRESBYTERIAN CHURCH
N/F
PID: 047-1-296-00-0
ACADEMY OF RICHMOND COUNTY
N/F
E-2
F-1
F-2
PI-0011409
BUILT BY OTHERS
AND PIPE
DRAINAGE STRUCTURE
PI-0011409
BUILT BY OTHERS
AND PIPE
DRAINAGE STRUCTURE
PI-0011409
BUILT BY OTHERS
AND PIPE
DRAINAGE STRUCTURE
E-1
10'
SI
DEWALK
10
'
SI
DEWALK
10'
SI
DEWALK
10'
SI
DEWALK
10'
SIDEWALK
10'
SI
DEWALK
9.
5'
PLANTI
NG
BUFFER
5.
5'
PLANTI
NG
BUFFER
8.
5'
PLANTI
NG
BUFFER
BUILDING
BRICK & FRAME
BUILDING
2 STORY BRICK
BUILDING
2 STORY BRICK
DIRECTION
UNKNOW
N
12
"
<-
-
UNKNOWN
DIRECT
I
ON
15"
<-
-
24"
12"12"
12"
15"
15
"
48"48"
EXIST RAILROAD TRACKS
48"48"48"48"
CL NSRR
ARM POLE
SIGNAL MASTARM POLE
SIGNAL MAST
13-0006
CONSTRUCTION PLAN
PL
PL
PL
PL
PL
PL PL
PL
PL
PL
PL
PL
PL
PL PL
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0006.dgn
Design File and Plot Substitution information
9:43:41 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
20
SCALE IN FEET
0 40 80
MATCHLI
NE
STA
123+00
(SEE
DRAWING
NO
13-
0007
)
MATCHLI
NE
STA
118+50
(SEE
DRAWI
NG
NO
13-
0005)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
E:718398.9096
N:1263044.7777
GREENE STREET (BUILT BY OTHERS)
6TH STREET/NSRR STA 120+34.79
CENTERLINE INTERSECTION
E:718365.5435
N:1262966.5734
GREENE STREET (BUILT BY OTHERS)
6TH STREET/NSRR STA 119+49.76
CENTERLINE INTERSECTION
ON PI 0011389 PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON PI 0011389 PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON PI 0011389 PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON PI 0011389 PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
1
19
+00
1
20
+00
1
21
+00
1
22
+00
22.00'
14.00'14.00'
4.00' SIDEWALK
5.00' SIDEWALK
GREENE
STREET
GREENE
STREET
GREENE
STREET
GREENE
STREET
6TH STREET
6TH STREET
PI-0011389
BUILT BY OTHERS
CROSSWALK, TYP.
STAMPED ASPHALT
PI-0011389
BUILT BY OTHERS
"TP'A' WCR TYP"
PI-0011389
BUILT BY OTHERS
CORNER, TYP.
BRICK PAVERS
24.00'LT
+90.96
24.00'LT
+23.30
EXIST RAILROAD TRACKS
DO NOT DISTURB
STA: 119+05.83
MILLING & INLAY
LIMIT OF STA: 120+76.32
MILLING & INLAY
LIMIT OF
+64
.
30
DW9
+07.
06
DW10
+44.
70
DW11
4.00' SIDEWALK 4.00' SIDEWALK
5.00' SIDEWALK5.00' SIDEWALK
12.00'
13.00'
13.00'
13.00'
24.00'LT
+79.00
16.00'LT
+87.00
24.00'RT
+79.00
16.00'RT
+87.00
16.00'LT
+90.00
24.00'LT
+98.00
16.00'RT
+91.00
24.00'RT
+00.00
24.00'RT
+47.30
24.00'RT
+81.30
24.00'RT
+27.70
24.00'RT
+61.70
5.00' SIDEWALK
24.00'RT
+16.00
CONC.
CONC.CONC.
EXI
ST
R/
W
EXI
ST
R/
W
EXI
ST
R/
W
EXIST
R/W
EXIST R/W
EXIST R/W
PB 642 PG 2019
DB 1190 PG 1901
PID: 047-1-172-03-0
DIAL-STALNAKER INVESTMENTS, LLC
N/F
DB 661 PG 1083
PID: 047-1-166-00-0
KAREN F. DIXON
N/F
DB 1374 PG 1916
PID: 047-1-165-00-0
INC
COLLEGE FOUNDATION,
AUGUSTA TECHNICAL
N/F
PB 642 PG 2019
DB 1190 PG 1901
PID: 047-1-172-01-0
INVESTMENTS, LLC
DIAL-STALNAKER
N/F
PB
642
PG
2019
DB
1190
PG
1901
PI
D:
047-1-
172-
01-0
DI
AL-
STALNAKER
INVESTMENTS,
LLC
N/
F
PB
642
PG
2019
DB
1190
PG
1901
PID:
047-
1-172-02-
0
DI
AL-STALNAKER
I
NVESTMENTS,
LLC
N/
F
PB 27J PG 45
DB 1396 PG 1993
PID: 047-1172-03-0
F. DAITCH PROPERTIES,LLC
N/F
DB 568 PG 187
PID: 047-1-170-00-0
DOUGLAS R. BUSBIA
N/F
DB 568 PG 187
PID: 047-1-171-00-0
DOUGLAS R. BUSBIA
N/F
DB 37U PG 782
PID: 047-1-155-00-0
STATE OF GEORGIA
N/F
DB 1440 PG 622
PID: 047-1-255-00-0
IN AUGUSTA
FIRST PRESBYTERIAN CHURCH
N/F
DB 1440 PG 622
PID: 047-1-254-00-0
CHURCH IN AUGUSTA
FIRST PRESBYTERIAN
N/F
DB
1440
PG
622
PI
D:
047-1-
254-
00-0
CHURCH
IN
AUGUSTA
FIRST
PRESBYTERI
AN
N/
F
DB 1510 PG 1868
PID: 047-1-259-00-0
AUGUSTA GEORGIA
N/F
PB 642 PG 2019
DB 1190 PG 1901
PID: 047-1-172-01-0
INVESTMENTS, LLC
DIAL-STALNAKER
N/F
G-1
G-2
G-4
G-3
BUILDING
2 STORY BRICK
BUILDING
2
STORY
BRICK
BUILDING
BRICK
BUILDING
BRICK
UNKNOWN
DIRECTION
6"
DIP
-
-
>
UNKN
OWN
DI
R
ECTI
ON
6
"
DI
P
<-
-
<-
-
<-
-
UNKNOWN
DIRECTION
6" DIP
UNKNOWN
DIRECTION
15"<--
15"
<--
15"
<-
-
15" -->
DIRECTION UNKNO
WN
15"
<--
12" --
>
UNKNOWN
DIRECTION
15
"
-
-
>
15"
48"
EXIST RAILROAD TRACKS
48"48"
CL NSRR
13-0007
CONSTRUCTION PLAN
PL PL PL
PL
PL
PL
PL
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0007.dgn
Design File and Plot Substitution information
9:44:02 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
20
SCALE IN FEET
0 40 80
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
MATCHLI
NE
STA
123+00
(
SEE
DRAWING
NO
13-0006)
MATCHLI
NE
STA
126+00
(
SEE
DRAWING
NO 13-0008)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
STA 51+00.00
ELLIS STREET
STA 123+74.26E
6TH STREET/NSRR
INTERSECTION
CENTERLINE
& GUTTER
END CURB
& GUTTER
END CURB
& GUTTER
END CURB & GUTTER
END CURB
124+00
125+00
19.00'
24.00'14.00'
15.00'R
15.00'R
15.00'R
15.00'R
15.00'R
22.
00'
24.00'
POB 50+00.00
POE 52+00.00
5.00' SIDEWALK
4.00' SIDEWALK
12.00' 13.00'
13.00'
ELLI
S
STREET
ELLI
S
STREET
6TH STREET
EXIST RAILROAD TRACKS
DO NOT DISTURB
6TH STREET
"TP'A' WCR TYP"
CORNER, TYP.
BRICK PAVERS
CROSSWALK, TYP.
STAMPED ASPHALT
16.00'LT
+79.89
16.00'LT
+25.88
16.00'RT
+04.26
16.00'LT
+04.2616.00'LT
+24.00
16.00'RT
+25.00
STA: 50+40.00
MILLING & INLAY
LIMIT OF
STA: 51+40.00
MILLING & INLAY
LIMIT OF
16.00'LT
+21.00
24.00'LT
+29.00
16.00'RT
+23.00
24.00'RT
+31.00
+52.
88
DW12
+40.
83
DW14
15.00'RT
+65.00 15.00'LT
+67.00
15.00'LT
+32.00
15.00'RT
+33.00
51+00
126+00
+97.
58
DW13
50+00
52+00
15.00'R12.00'
13.00'
4.00' SIDEWALK
19.00'
+16.00
24.00'LT
24.00'RT
+16.00
"TP'D' WCR"
CONC.
EXIST
R/W
EXIST
R/W
EXI
ST R/
W
EXIST
R/W
DB 1374 PG 1916
PID: 047-1-165-00-0
INC
COLLEGE FOUNDATION,
AUGUSTA TECHNICAL
N/F
DB 309 PG 763
PID: 047-1-081-00-0
HILDERBRANDT
LUANNE D.
N/F
DB 1210 PG 964
PID: 047-1-080-00-0
BERGER AND SMITH, LLC
N/F
DB 1210 PG 964
PID: 047-1-080-00-0
BERGER AND SMITH, LLC
N/F
DB 646 PG 1793
PID: 047-1-078-00-0
JAMES LESTER
N/F
DB 1316 PG 1097
PID: 047-1-090-00-0
CHARLES N. BALLAS JR
N/F
DB 1360 PG 1809
PID: 047-1-089-00-0
MICHAEL J. WELDON
N/F
DB 246 PG 1354
PID: 047-1-073-03-0
LANDMARK HOTEL CORP
N/F
PB 145 PG 2685
DB 1158 PG 94
PID: 047-1-069-00-0
KEYSTONE FINANCIAL SERVICES, LLC
N/F
PB 709 PG 1684
DB 1146 PG 1246
PID: 047-1-067-00-0
KEYSTONE FINANCIAL SERVICES, LLC
N/F
EXIST R/W
EXIST R/W
DB 293 PG 675
PID: 047-1-073-02-0
B. R. INVESTMENT GROUP
N/F
DB 37U PG 782
PID: 047-1-155-00-0
STATE OF GEORGIA
N/F
H-1
H-4H-5
H-8H-9
GA STD 1033D CB
RECONST TOP AS
GA STD 1019A DI
RECONST TOP AS
EXISTING TO REMAIN
H-2
ADJUST TO GRADE
ADJUST TO GRADE
ADJUST TO GRADE
BUILDING
2 STORY BRICK
15"-->
UNKNO
WN
DIRECTION
15"<--
<-
-UNKNOWN
DIRECTION
12"
15
"
<-
-
DIRECTION
UNKNOW
N
10"
-
-
>
UNKNOWN
DIRECT
ION
10"
-
-
>
<--
-->
10"
12"
-
-
>
12" -->12" -->
U
N
K
N
O
W
N
DI
R
E
C
TIO
N
8"
P
V
C
<--
U
N
K
N
O
WN
DI
R
E
C
TI
O
N
8"
P
V
C
<--
U
N
KN
O
WN
DIRE
CTI
O
N
10" PV
C
<--
<-
-
1
2
"
36"
EXIST RAILROAD TRACKS
36"36"48"
CL NSRR
13-0008
CONSTRUCTION PLAN
PL
PL
PL
PL
PL
L
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0008.dgn
Design File and Plot Substitution information
9:44:26 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
20
SCALE IN FEET
0 40 80
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
MATCHLI
NE
STA
126+00
(SEE
DRAWING
NO
13-
0007)
MATCHLI
NE
STA
129+50
(SEE
DRAWING
NO
13-
0009)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
E:718682.1187
N:1263708.8655
BROAD STREET
STA 127+56.74
6TH STREET/NSRR
CENTERLINE INTERSECTION
ON BROAD ST PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON BROAD ST PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON BROAD ST PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
ON BROAD ST PROJECT
TO CURB & GUTTER
TIE CURB & GUTTER
129+00
127+00
5.00' SIDEWALK
5.00' SIDEWALK4.00' SIDEWALK
5.00' SIDEWALK
12.00'
13.00'
13.00'
13.00'
BROAD
STREET
BROAD STREET
BROAD
STREET
BROAD STREET
6TH STREET
6TH STREET
STA: 126+74.71
MILLING & INLAY
LIMIT OF
STA: 128+41.36
MILLING & INLAY
LIMIT OF
16.00'LT
+61.00
24.00'RT
+47.00
EXIST RAILROAD TRACKS
DO NOT DISTURB
16.00'LT
+53.00
24.00'LT
+61.00
16.00'RT
+61.00
24.00'RT
+69.00
24.00'LT
+53.00
16.00'RT
+55.00
128+00
126+00
EXIST
R/
W
EXIST
R/
W
EXIST
R/W
EXIST
R/W
EXIST
R/W
EXIST
R/
W
EXIST R/W
EXIST R/W
EXIST R/W
DB 646 PG 1793
PID: 047-1-078-00-0
JAMES LESTER
N/F
DB 1316 PG 1097
PID: 047-1-090-00-0
CHARLES N. BALLAS JR
N/F
DB 1360 PG 1809
PID: 047-1-089-00-0
MICHAEL J. WELDON
N/F
DB 354 PG 1618
PID: 047-1-014-00-0
AUGUSTA
N/F
PB 709 PG 1684
DB 1146 PG 1246
PID: 047-1-067-00-0
KEYSTONE FINANCIAL SERVICES, LLC
N/F
PID: 047-1-304-00-0
AUGUSTA
N/F
DB 354 PG 1618
PID: 047-1-014-00-0
AUGUSTA
N/F
DB 354 PG 1618
PID: 047-1-014-00-0
AUGUSTA
N/F
EXIST R/W
PB 145 PG 2685
DB 1158 PG 94
PID: 047-1-069-00-0
KEYSTONE FINANCIAL SERVICES, LLC
N/F
DB
354
PG
1618
PID:
047-1-014-00-
0
N/
F AUGUSTA
DB 354 PG 1618
PID: 047-1-
014-00-0
N/
F AUGUSTA
I-1
J-2
J-1
J-5
J-4
I-2
BUILDING
BRICK
BUILDING
BRICK
12"
<-
-
12"
-
-
>
12"<--
DIRECTION UNKNOWN12"
<--
36"
EXIST RAILROAD TRACKS
36"36"36"36"
CL NSRR
13-0009
CONSTRUCTION PLAN
PL
PL
PL
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0009.dgn
Design File and Plot Substitution information
9:44:49 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
20
SCALE IN FEET
0 40 80
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
MATCHLI
NE
STA
129+50
(SEE
DRAWING
NO
13-
0008)
MATCHLI
NE
STA
132+00
(SEE
DRAWING
NO
13-
0010)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
10.00'R
38.00'12.00'
10.00'R10.00'R
5.00' SIDEWALK
5.00' SIDEWALK 5.00' SIDEWALK
5.00' SIDEWALK
6TH STREET
24.00'LT
+87.76 24.00'LT
+62.53
24.00'LT
+19.98
24.00'RT
+79.7024.00'RT
+24.19
24.00'LT
+55.76
EXIST RAILROAD TRACKS
DO NOT DISTURB
16.00'RT
+20.00
+48.
79
DW16
131+00
130+00
+90.87
DW17
+71.
76
DW15
DRIVEWAY APRON
KEEP EXISTING
CONC.CONC.
P.
C.
STA.
131+97.64
DRIVEWAY
EXISTING
RETAIN
EXIST R/W
EXIST R/W
DB 354 PG 1618
PID: 047-1-014-00-0
AUGUSTA
N/F
PB 36Z PG 4
DB 1211 PG 1190
PID: 047-1-010-01-0
LLC
ENGINEERED RESOURCES,
N/F
PB 1 PG 1273
DB 1019 PG 1265
PID: 037-3-138-01-0
RICHMOND ENTERPRISES, LLC
N/F
DB 874 PG 2473
PID: 037-3-140-01-0
MORRIS COMMUNICATIONS CO
N/F
PB 36Z PG 4
DB 1211 PG 1190
PID: 047-1-010-01-0
ENGINEERED RESOURCES, LLC
N/F
DB
354
PG 1618
PID: 047-1-014-00-
0
N/
F AUGUSTA
DB 354 PG 1618
PID:
047-1-014-00-0
N/
F AUGUSTA
K-1
K-2
K-3 K-4
K-5
GA STD 1019A DI
RECONST TOP AS
GA STD 1019A DI
RECONST TOP AS
GA STD 1034D CB
RECONST TOP AS
INLET TO REMAIN
EXISTING DROP
INLET TO REMAIN
EXISTING DROP
ADJUST TO GRADE
BUILDING
BRICK
BUILDING
BRICK
12"
<--DIRECTION UNKNOWN15" -->36"
2
4"
24"
EXIST RAILROAD TRACKS
36"
CL NSRR
13-0010
CONSTRUCTION PLAN
6TH STREET IMPROVEMENT
TAYLOR STREET TO REYNOLDS STREET
0011421
REVISION DATES
4/20/2022
lhenley
GPLOT-V8
gplotborder-V8i-PO.tbl
0011421_13-0010.dgn
Design File and Plot Substitution information
9:45:09 AM
GPLN10/23/2015
DRAWING No.CHECKED:
BACKCHECKED:
CORRECTED:
VERIFIED:
DATE:
DATE:
DATE:
DATE:
P.I. No.
20
SCALE IN FEET
0 40 80
EASEMENT FOR CONSTR
EASEMENT FOR CONSTR OF SLOPES
EASEMENT FOR CONSTR OF DRIVES
CONSTRUCTION LIMITS
& MAINTENANCE OF SLOPES
C F
REQUIRED R/W LINE
PROPERTY AND EXISTING R/W LINE PL
ORANGE BARRIER FENCE
BEGIN LIMIT OF ACCESS............BLA
END LIMIT OF ACCESS..............ELA
REQ'D LIMIT OF ACCESS & R/W
(SEE ERIT TABLE)
ESA - ENV. SENSITIVE AREA
REQ'D LIMIT OF ACCESS
MATCHLI
NE
STA
132+00
(SEE
DRAWING
NO
13-
0009)
3011 SUTTON GATE DRIVE, SUITE 130
SUWANEE, GEORGIA 30024
TEL (800) 274-9000
FAX (770) 831-9243
www.cplteam.com
& GUTTER
END CURB
& GUTTER
END CURB
STA 61+00.00
REYNOLDS STREET
STA 132+83.61
6TH STREET/NSRR
INTERSECTION
CENTERLINE
REYNOLDS
STREET
REYNOLDS
STREET
133+00
27.00'
27.00'
26.
0
0'
25.
00'
20.00'R
20.00'R
10.00'R
15.00'R
E: 718901.6915
N: 1264228.2247
STA: 133+20.62
6TH STREET
END CONSTRUCTION E: 718977.0488
N: 1264412.8172
STA:135+20.00
6TH STREET
END PROJECT
POB 60+00.00
POE 62+00.00
13.00'
13.00'
6TH STREET
CORNER, TYP.
BRICK PAVERS CROSSWALK, TYP.
STAMPED ASPHALT
"TP'A' WCR TYP"
CURB & GUTTER
MATCH EXISTING
CURB & GUTTER
MATCH EXISTING
16.00'RT
+40.35
22.00'LT
+68.53
23.00'RT
+64.44
23.00'RT
+37.55
22.00'LT
+39.46
EXIST RAILROAD TRACKS
DO NOT DISTURB
STA: 61+50.00
MILLING & INLAY
LIMIT OF
STA: 133+20.62
END MILLLING & INLAY
STA: 60+50.00
MILLING & INLAY
LIMIT OF
16.00'LT
+40.87
16.00'RT
+20.00
16.00'LT
+20.00
24.00'LT
+12.00
24.00'RT
+12.00
21.00'LT
+20.94
25.00'RT
+20.23
61+00
60+00
62+00
P.
C.
STA.
131+97.64
P.T. STA. 132+98.66
EXIST
R/W
PB 301 PG 270
DB 986 PG 2127
PID: 047-2-003-00-0
AUGUSTA
N/F
DB 874 PG 2473
PID: 037-3-140-01-0
MORRIS COMMUNICATIONS CO
N/F
PB 682 PG 2208
DB 682 PG 2206
PID: 037-3-031-00-0
ST PAULS CHURCH
N/F
EXI
ST R/
W
EXIST R/W
EXIST
R/
W
EXIST R/W
EXIST
R/WDB 354 PG 1618
PID: 047-1-014-00-0
AUGUSTA
N/F
DB 874 PG 2473
PID: 037-3-140-01-0
MORRIS COMMUNICATIONS CO
N/F
GA STD 1034D CB
RECONST TOP AS
ADJUST TO GRADE
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-1
E.Norfolk Southern – Special Provisions for Protection of Railway Interests
1.AUTHORITY OF RAILROAD ENGINEER AND SPONSOR ENGINEER:
Norfolk Southern Railway Company, hereinafter referred to as “Railroad”, and their authorized
representative shall have final authority in all matters affecting the safe maintenance of railroad traffic
including the adequacy of the foundations and structures supporting the railroad tracks. For Public
Improvement Projects impacting the Railroad, the Railroad’s Public Improvements Engineer, hereinafter
referred to as “Railroad Engineer”, will serve as the authorized representative of the Railroad.
The authorized representative of the Project Sponsor (“Sponsor”), hereinafter referred to as the
“Sponsor’s Engineer”, shall have authority over all other matters as prescribed herein and in the Project
Specifications.
The Sponsor’s Prime Contractor, hereinafter referred to as “Contractor” shall be responsible for
completing any and all work in accordance with the terms prescribed herein and in the Project
Specifications. These terms and conditions are subject to change without notice at the sole discretion of
the Railroad. The Contractor must request the latest version of these provisions from the Railroad prior
to commencing work and must follow the requirements outlined therein.
2.NOTICE OF STARTING WORK:
A.The Contractor shall not commence any work on Railroad rights-of-way until the Contractor has
complied with the following conditions:
1.Signed and received a fully executed copy of the required Norfolk Southern Contractor
Right of Entry Agreement. Contractor Right of Entry Agreements to be submitted via
email to the Public Improvements Engineer.
2.Given the Railroad written notice in electronic format to the Railroad Engineer, with
copy to the Sponsor’s Engineer who has been designated to be in charge of the work, at
least ten days in advance of the date the Contractor proposes to begin work on Railroad
rights-of-way.
3.Obtained written approval from the Railroad of Railroad Protective Liability Insurance
coverage as required by paragraph 14 herein. It should be noted that the Railroad does
not accept notation of Railroad Protective insurance on a certificate of liability insurance
form or Binders as Railroad 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
30-45 days for the Railroad to review.
4.Obtained Railroad Protective Services as required by paragraph 7 herein.
5.Obtained written authorization from the Railroad to begin work on Railroad’s rights-of-
way, such authorization to include an outline of specific conditions with which the
Contractor must comply. Written Authorization will be issued by the Railroad once all
items on the NS Construction Checklist (refer to Appendix J) have been completed.
6.Furnished a schedule for all work within the Railroad’s rights-of-way as required by
paragraph 7.B.1.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-2
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, the area of
responsibility of each representative shall be specified.
C.All project-related utility work that is to occur on, over, or under Railroad right-of-way must be
coordinated with the Norfolk Southern Pipe and Wire Program. The Contractor must receive
approval from the Norfolk Southern Pipe and Wire Program prior to commencing any utility
work.
3.INTERFERENCE WITH RAILROAD OPERATIONS:
A.The Contractor shall so arrange and conduct the Contractor’s work that there will be no
interference with Railroad’s operations, including train, signal, telephone and telegraphic
services, or damage to the property of the Railroad or to poles, wires, and other facilities of
tenants on the rights-of-way of the Railroad. Whenever work is liable to affect the operations or
safety of trains, the method of doing such work shall first be submitted to the Railroad Engineer
for approval, but such approval shall not relieve the Contractor from liability. Any work to be
performed by the Contractor which requires Railroad Protective Services or inspection service
shall be deferred by the Contractor until the Railroad Protective Services or inspection service
required by the Railroad is available at the job site.
B.Whenever work within Railroad’s rights-of-way is of such a nature that impediment to Railroad’s
operations such as use of runaround tracks or necessity for reduced speed is unavoidable, the
Contractor shall schedule and conduct the Contractor’s 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 and property of the Railroad, the Contractor
shall make such provisions. If in the judgment of the Railroad Engineer, or in the Railroad
Engineer’s absence, the Railroad’s Division Engineer, such provisions are insufficient, either may
require or provide such provisions as the Railroad deems necessary. In any event, such unusual
provisions shall be at the Contractor’s expense and without cost to the Railroad or the Sponsor.
D.“One Call” Services do not locate buried Norfolk Southern Signals and Communications Lines.
The contractor shall contact the Railroad’s representative 7 days in advance of work at those
places where excavation, pile driving, or heavy loads may damage the Railroad’s underground
facilities. Upon request from the Contractor or Sponsor, Railroad forces will locate and paint
mark or flag the Railroad’s underground facilities. The Contractor shall avoid excavation or other
disturbances of these facilities. If disturbance or excavation is required near a buried Railroad
facility, the contractor shall coordinate with the Railroad to have the facility potholed manually
with careful hand excavation. The facility shall be protected by the Contractor during the course
of the disturbance under the supervision and direction of the Railroad’s representative.
4.TRACK CLEARANCES:
A.The minimum track clearances to be maintained by the Contractor during construction are
shown on the Project Plans. If temporary clearances are not shown on the project plans, the
following criteria shall govern the use of falsework and formwork above or adjacent to operated
tracks.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-3
1.A minimum vertical clearance of 22’-0” above top of highest rail shall be maintained at
all times.
2.A minimum horizontal clearance of 13’-0” from centerline of tangent track or 14’-0”
from centerline of curved track shall be maintained at all times. Additional horizontal
clearance may be required in special cases to be safe for operating conditions. This
additional clearance will be as determined by the Railroad Engineer.
3.All proposed temporary clearances which are less than those listed above must be
submitted to Railroad Engineer for approval prior to construction and must also be
authorized by the regulatory body of the State if less than the legally prescribed
clearances.
4.The temporary clearance requirements noted above shall also apply to all other physical
obstructions including, but not limited to: stockpiled materials, parked equipment,
placement or driving of piles, and bracing or other construction supports.
B.Before undertaking any work within Railroad right-of-way, and 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 Railroad Protective Services as may be necessary.
3.Receive permission from the Railroad’s representative to proceed with the work.
4.Ascertain that the Sponsor’s Engineer has received copies of notice to the Railroad and
of the Railroad’s response thereto.
5.CONSTRUCTION PROCEDURES:
A.General:
1.Construction work and operations by the Contractor on Railroad property shall be:
a.Subject to the inspection and approval of the Railroad Engineer or their
designated Construction Engineering Representative.
b.In accordance with the Railroad’s written outline of specific conditions.
c.In accordance with the Railroad’s general rules, regulations and requirements
including those relating to safety, fall protection and personal protective
equipment.
d.In accordance with these Special Provisions.
2.Submittal Requirements
a.The Contractor shall submit all construction related correspondence and
submittals electronically to the Railroad Engineer.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-4
b.The contractor should anticipate a minimum of 45 days for NS and their GEC to
complete the review of all construction submittals. Time frames for reviews
can vary significantly depending on the complexity of the project and the
quality of submittals. Submittals requiring input from other departments may
require additional time.
c.All work in the vicinity of the Railroad’s property that has the potential to affect
the Railroad’s train operations or disturb the Railroad’s Property must be
submitted and approved by the Railroad prior to work being performed.
d.All submittals and calculations must be signed and sealed by a registered
engineer licensed in the state of the project work.
e.All submittals shall first be approved by the Sponsor’s Engineer prior to
submission to the Railroad Engineer for review. Submittals are reviewed by the
Railroad for impacts to Railroad operations only; therefore, approval from the
Railroad Engineer shall not relieve the Contractor from liability.
f.For all construction projects, the following submittals, but not limited to those
listed below, shall be provided for review and approval when applicable:
(1)General Means and Methods
(2)Ballast Protection
(3)Construction Excavation & Shoring
(4)Pipe, Culvert, & Tunnel Installations
(5)Demolition Procedure
(6)Erection & Hoisting Procedure
(7)Debris Shielding or Containment
(8)Blasting
(9)Formwork for the bridge deck, diaphragms, overhang brackets, and
protective platforms
(10)Bent Cap Falsework. A lift plan will be required if the contractor want
to move the falsework over the tracks.
g.For Undergrade Bridges (Bridges carrying the Railroad) the following submittals
in addition to those listed above shall be provided for review and approval:
(1)Girder Shop Drawings including welding/fabrication procedures
(2)Bearing Shop Drawings and Material Certifications
(3)Shop Drawings for drainage, handrails/fencing, and expansion dams
(4)Concrete Mix Design
(5)Structural Steel, Rebar, and/or Strand Certifications
(6)28-day Cylinder Test for Concrete Strength
(7)Waterproofing Material Certification
(8)Dampproofing materials
(9)Test Reports for all steel
(10)Foundation Construction Reports
Other submittals may be required upon request from the Railroad. Fabrication
may not begin until the Railroad has approved the required shop drawings.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-5
h.The Contractor shall include in all submissions a detailed narrative indicating
the progression of work with the anticipated timeframe to complete each task.
Work will not be permitted to commence until the Contractor has provided the
Railroad with a satisfactory plan that the project will be undertaken without
scheduling, performance, or safety related issues. Submissions shall also
provide: a listing of the anticipated equipment to be used, plan and profile
views showing the location of all equipment to be used relative to the track
centerline(s) shown, and a contingency plan of action covering the event that a
primary piece of equipment malfunctions.
B.Ballast Protection
1.The Contractor shall submit the proposed ballast protection system detailing the specific
filter fabric and anchorage system to be used during all construction activities.
2.The ballast protection is to extend 25’ beyond the proposed limit of work, be installed at
the start of the project and be continuously maintained to prevent all contaminants
from entering the ballast section of all tracks for the entire duration of the project.
C.Excavation:
1.The subgrade of an operated track shall be maintained with edge of berm at least 10’-0”
from centerline of track and not more than 24-inches below top of rail. Contractor will
not be required to make existing section meet this specification if substandard, in which
case the existing section will be maintained.
2.Additionally, the Railroad will require the installation of an OSHA approved handrail and
orange construction safety fencing for all excavations of the Railroad right-of-way.
D.Excavation for Structures and Shoring Protection:
1.The Contractor will be required to take special precaution and care in connection with
excavating and shoring pits, and in driving piles or sheeting for footings adjacent to
tracks to provide adequate lateral 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.
2.The use of shoring systems utilizing tiebacks shall not be permitted without written
approval from the Railroad Engineer.
3.Shoring systems utilizing trench boxes shall not be permitted within the Theoretical
Railroad Embankment (Zones 1, 2, or 3) as shown on NS Typical Drawing No. 4 – Shoring
Requirements without written approval from the Railroad Engineer.
4.All plans and calculations for shoring shall be prepared, signed, and sealed by a
Registered Professional Engineer licensed in the state of the proposed project, in
accordance with Norfolk Southern’s Overhead Grade Separation Design Criteria,
subsection H.1.6 - Construction Excavation (Refer to Norfolk Southern Public
Improvement Projects Manual Appendix H). The Registered Professional Engineer will
be responsible for the accuracy for all controlling dimensions as well as the selection of
soil design values which will accurately reflect the actual field conditions.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-6
5.The Contractor shall provide a detailed installation and removal plan of the shoring
components. Any component that will be installed via the use of a crane or any other
lifting device shall be subject to the guidelines outlined in section 5.G of these
provisions.
6.The Contractor shall be required to survey the track(s) and Railroad embankment and
provide a cross section of the proposed excavation in relation to the tracks.
7.Calculations for the proposed shoring should include deflection calculations. The
maximum deflection for excavations within 18’-0” of the centerline of the nearest track
shall be 3/8”. For all other cases, the max deflection shall not exceed ½”.
8.Additionally, the Railroad will require the installation of an OSHA approved handrail and
orange construction safety fencing for all excavations of the Railroad right-of-way.
9.The front face of shoring located closest to the NS track for all shoring setups located in
Zone 2 (shown on NS Typical Drawing No. 4 – Shoring Requirements in Appendix I) shall
remain in place and be cut off 2’-0” below the final ground elevation. The remaining
shoring in Zone 2 and all shoring in Zone 1 may be removed and all voids must be
backfilled with flowable fill.
E.Pipe, Culvert, & Tunnel Installations
1.Pipe, Culvert, & Tunnel Installations shall be in accordance with the appropriate Norfolk
Southern Design Specification as noted below:
a.For Open Cut Method refer to Norfolk Southern Public Improvement Projects
Manual Appendix H.4.6.
b.For Jack and Bore Method refer to Norfolk Southern Public Improvement
Projects Manual Appendix H.4.7.
c.For Tunneling Method refer to Norfolk Southern Public Improvement Projects
Manual Appendix H.4.8.
2.The installation methods provided are for pipes carrying storm water or open flow run-
off. All other closed pipeline systems shall be installed in accordance Norfolk Southern’s
Pipe and Wire Program and the NSCE-8.
F.Demolition Procedures
1.General
a.Demolition plans are required for all spans over the track(s), for all spans
adjacent to the track(s), if located on (or partially on) Railroad right-of-way; and
in all situations where cranes will be situated on, over, or adjacent to Railroad
right-of-way and within a distance of the boom length plus 15’-0” from the
centerline of track.
b.Railroad tracks and other Railroad property must be protected from damage
during the procedure.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-7
c.A pre-demolition meeting shall be conducted with the Sponsor, the Railroad
Engineer or their representative, and the key Contractor’s personnel prior to
the start of the demolition procedure.
d.The Railroad Engineer or the Railroad Engineer’s designated representative
must be present at the site during the entire demolition procedure period.
e.Demolition of existing bridge decks in spans over the Railroad shall be
performed in a controlled manner (i.e. saw-cutting). No impact equipment
(track-mounted hoe-ram, jackhammers, etc.) may be used over the Railroad
without approval by the Railroad Engineer.
f.Existing, obsolete, bridge piers shall be removed to a sufficient depth below
grade to enable restoration of the existing/proposed track ditch, but in no case
less than 2’-0” below final grade.
2.Submittal Requirements
a.In addition to the submittal requirements outlined in Section 5.A.2 of these
provisions, the Contractor shall submit the following for approval by the
Railroad Engineer:
(1)A plan showing the location of cranes, horizontally and vertically, with
proposed boom lengths, operating radii, counterweights, and 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 also be shown.
(2)Rating sheets showing that cranes or lifting devices are adequate for
150% of the actual weight of the pick, including all rigging
components. A complete set of crane charts, including crane,
counterweight, and boom nomenclature is to be submitted. Safety
factors that may have been “built-in” to the crane charts are not to be
considered when determining the 150% factor of safety.
(3)Plans and computations showing the weight of the pick must be
submitted. Calculations shall be made from plans of the existing
structure showing complete and sufficient details with supporting data
for the demolition of the structure. If plans do not exist, lifting
weights must be calculated from field measurements. The field
measurements are to be made under the supervision of the
Registered Professional Engineer submitting the procedure and
calculations.
(4)The Contractor shall provide a sketch of all rigging components from
the crane’s hook block to the object being hoisted. Catalog cuts or
information sheets of all rigging components with their lifting
capacities shall be provided. All rigging must be adequate for 150% of
the actual weight of the pick. Safety factors that may have been
“built-in” to the rating charts are not to be considered when
determining the 150% factor of safety. All rigging components shall be
clearly identified and tagged with their rated lifting capacities. The
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-8
position of the rigging in the field shall not differ from what is shown
on the final plan without prior review from the Sponsor and the
Railroad.
(5)A complete demolition procedure, including the order of lifts, time
required for each lift, and any repositioning or re-hitching of the crane
or cranes.
(6)Design and supporting calculations for the temporary support of
components, including but not limited to the stability of the
superstructure during the temporary condition, temporary girder tie-
downs and falsework.
3.Overhead Demolition Debris Shield
a.The demolition debris shield shall be installed prior to the demolition of the
bridge deck or other relevant portions of the superstructure over the track area
to catch all falling debris.
b.The demolition debris shield shall provide a minimum vertical clearance as
specified in Section 4.A.1 of these provisions or maintain the existing vertical
clearance if the existing clearance is less than that specified in Section 4.A.1.
c.The Contractor shall include the demolition debris shield installation/removal
means and methods as part of the proposed Demolition procedure submission.
d.The Contractor shall submit the demolition debris shield design and supporting
calculations for approval by the Railroad Engineer.
e.The demolition debris shield shall have a minimum design load of 50 pounds
per square foot plus the weight of the equipment, debris, personnel, and other
loads to be carried.
f.The Contractor shall include the proposed bridge deck removal procedure in its
demolition means and methods and shall verify that the size and quantity of
the demolition debris generated by the procedure does not exceed the shield
design loads.
g.The Contractor shall clean the demolition debris shield daily or more frequently
as dictated either by the approved design parameters or as directed by the
Railroad Engineer.
4.Vertical Demolition Debris Shield
a.A vertical demolition debris shield may be required for substructure removals
in close proximity to the Railroad’s track and other facilities, as determined by
the Railroad Engineer.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-9
G.Erection & Hoisting Procedures
1. General
a.Erection plans are required for all spans over the track(s), for all spans adjacent
to the track(s), if located on (or partially on) Railroad right-of-way; and in all
situations where cranes will be situated on, over, or adjacent to Railroad right-
of-way and within a distance of the boom length plus 15’-0” from the
centerline of track.
b.Neither crane handoffs nor “walking” of cranes with suspended load will be
permitted for erection on or over Railroad right-of-way.
c.Railroad tracks and other Railroad property must be protected from damage
during the erection procedure.
d.A pre-erection meeting shall be conducted with the Sponsor, the Railroad
Engineer or their representative, and the key Contractor’s personnel prior to
the start of the erection procedure.
e.The Railroad Engineer or the Railroad Engineer’s designated representative
must be present at the site during the entire erection procedure period.
f.For field splices located over Railroad property, a minimum of 50% of the holes
for each connection shall be filled with bolts or pins prior to releasing the
crane. A minimum of 50% of the holes filled shall be filled with bolts. All bolts
must be appropriately tightened. Any changes to previously approved field
splice locations must be submitted to the Railroad for review and approval.
Refer to Norfolk Southern’s Overhead Grade Separation Design Criteria for
additional splice details (Norfolk Southern Public Improvement Projects Manual
Appendix H.1, Section 4.A.3.).
2.Submittal Requirements
a.In addition to the submittal requirements outlined in Section 5.A.2 of these
provisions, the Contractor shall submit the following for approval by the
Railroad Engineer:
(1)As-built beam seat elevations - All as-built bridge seats and top of rail
elevations shall be furnished to the Railroad Engineer for review and
verification at least 30 days in advance of the erection, to ensure that
minimum vertical clearances as approved in the plans will be achieved.
(2)A plan showing the location of cranes, horizontally and vertically, with
proposed boom lengths, operating radii, counterweights, and delivery
or staging 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 also be shown.
(3)Rating sheets showing that cranes or lifting devices are adequate for
150% of the actual weight of the pick, including all rigging
components. A complete set of crane charts, including crane,
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-10
counterweight, and boom nomenclature is to be submitted. Safety
factors that may have been “built-in” to the crane charts are not to be
considered when determining the 150% factor of safety.
(4)Plans and computations showing the weight of the pick must be
submitted. Calculations shall be made from plans of the proposed
structure showing complete and sufficient details with supporting data
for the 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 the supervision of the Registered Professional
Engineer submitting the procedure and calculations.
(5)The Contractor shall provide a sketch of all rigging components from
the crane’s hook block to the object being hoisted. Catalog cuts or
information sheets of all rigging components with their lifting
capacities shall be provided. All rigging must be adequate for 150% of
the actual weight of the pick. Safety factors that may have been
“built-in” to the rating charts are not to be considered when
determining the 150% factor of safety. All rigging components shall be
clearly identified and tagged with their rated lifting capacities. The
position of the rigging in the field shall not differ from what is shown
on the final plan without prior review from the Sponsor and the
Railroad.
(6)A complete erection procedure, including the order of lifts, time
required for each lift, and any repositioning or re-hitching of the crane
or cranes.
(7) Design and supporting calculations for the temporary support of
components, including but not limited to temporary girder tie-downs
and falsework.
H.Blasting:
1.The Contractor shall obtain advance approval of the Railroad Engineer and the Sponsor
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 radios.
c.No blasting shall be done without the presence of the Railroad Engineer or the
Railroad Engineer’s authorized representative. At least 72 hours advance
notice to the person designated in the Railroad’s notice of authorization to
proceed (see paragraph 2.B) will be required to arrange for the presence of an
authorized Railroad representative and such Railroad Protective Services as the
Railroad may require.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-11
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, as well as correcting at the Contractor’s expense any track misalignment
or other damage to Railroad property resulting from the blasting as directed by
the Railway’s authorized representative. If the Contractor’s actions result in
delay of trains, the Contractor shall bear the entire cost thereof.
e.The blasting Contractor shall have a copy of the approved blasting plan on hand
while on the site.
f.Explosive materials or loaded holes shall not be left unattended at the blast
site.
g.A seismograph shall be placed on the track shoulder adjacent to each blast
which will govern the peak particle velocity of two inches per second.
Measurement shall also be taken on the ground adjacent to structures as
designated by a qualified and independent blasting consultant. The Railroad
reserves the option to direct the placement of additional seismographs at
structures or other locations of concern, without regard to scaled distance.
h.After each blast, the blasting Contractor shall provide a copy of their drill log
and blast report, which includes number of holes, depth of holes, number of
decks, type and pounds of explosives used per deck.
i.The Railroad may require top of rail elevations and track centers taken before,
during and after the blasting and excavation operation to check for any track
misalignment resulting from the Contractor’s activities.
2.The Railroad representative will:
a.Determine approximate location of trains and advise the Contractor the
appropriate amount of time available for the blasting operation and clean up.
b.Have the authority to order discontinuance of blasting if, in the Railroad
representative’s opinion, blasting is too hazardous or is not in accord with
these special provisions.
3.The Contractor must hire, at no expense to the Railroad, a qualified and independent
blasting consultant to oversee the use of explosives. The blasting consultant will:
a.Review the Contractor’s proposed drilling and loading patterns, and with the
blasting consultant’s personnel and instruments, monitor the blasting
operations.
b.Confirm that the minimum amounts of explosives are used to remove the rock.
c.Be empowered to intercede if the blasting consultant concludes that the
Contractor’s blasting operations are endangering the Railway.
d.Submit a letter acknowledging that the blasting consultant has been engaged
to oversee the entire blasting operation and that the blasting consultant
approves of the blasting plan.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-12
e.Furnish copies of all vibration readings to the Railroad representative
immediately after each blast. The representative will sign and date the
seismograph tapes after each shot to verify the readings are for that specific
shot.
f.Advise the Railroad representative as to the safety of the operation and notify
him of any modifications to the blasting operation as the work progresses.
4.The request for permission to use explosives on the Railroad’s Right-of-Way shall
include a blasting proposal providing the following details:
a.A drawing which shows the proposed blasting area, location of nearest hole
and distance to Railway structures, all with reference to the centerline of track.
b.Hole diameter.
c.Hole spacing and pattern.
d.Maximum depth of hole.
e.Maximum number of decks per hole.
f.Maximum pounds of explosives per hole.
g.Maximum pounds of explosives per delay.
h.Maximum number of holes per detonation.
i.Type of detonator and explosives to be used. (Electronic detonating devices
will not be permitted). Diameter of explosives if different from hole diameter.
j.Approximate dates and time of day when the explosives are to be detonated.
k.Type of flyrock protection.
l.Type and patterns of audible warning and all clear signals to be used before
and after each blast.
m.A copy of the blasting license and qualifications of the person directly in charge
of the blasting operation, including their name, address, and telephone
number.
n.A copy of the Authority’s permit granting permission to blast on the site.
o.A letter from the blasting consultant acknowledging that the blasting
consultant has been engaged to oversee the entire blasting operation and that
the blasting consultant approves of the blasting plan.
p.In addition to the insurance requirements outlined in Paragraph 14 of these
Provisions, A certificate of insurance from the Contractor’s insurer stating the
amount of coverage for XCU (Explosive Collapse and Underground Hazard)
insurance and that XCU Insurance is in force for this project.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-13
q.A copy of the borings and Geotechnical information or report.
I.Track Monitoring
1.At the direction of the Railroad Engineer, any activity that has the potential to disturb
the Railroad track structure may require the Contractor to submit a detailed track
monitoring program for approval by the Railroad Engineer.
2.The program shall specify the survey locations, the distance between the location
points, and frequency of monitoring before, during, and after construction. Railroad
reserves the right to modify the survey locations and monitoring frequency as necessary
during the project.
3.The survey data shall be collected in accordance with the approved frequency and
immediately furnished to the Railroad Engineer for analysis.
4.If any movement has occurred as determined by the Railroad Engineer, the Railroad will
be immediately notified. Railroad, at its sole discretion, shall have the right to
immediately require all Contractor operations to be ceased and determine what
corrective action is required. Any corrective action required by the Railroad or
performed by the Railroad including the monitoring of corrective action of the
Contractor will be at project expense.
J.Maintenance of Railroad Facilities:
1.The Contractor will be required to maintain all ditches and drainage structures free of
silt or other obstructions which may result from the Contractor’s operations and provide
and maintain any erosion control measures as required. The Contractor will promptly
repair eroded areas within Railroad rights-of-way and repair any other damage to the
property of the Railroad or its tenants.
2.If, in the course of construction, it may be necessary to block a ditch, pipe or other
drainage facility, temporary pipes, ditches, or other drainage facilities shall be installed
to maintain adequate drainage, as approved by the Railroad Engineer. Upon completion
of the work, the temporary facilities shall be removed, and the permanent facilities
restored.
3.All such maintenance and repair of damages due to the Contractor’s operations shall be
done at the Contractor’s expense.
K.Storage of Materials and Equipment:
1.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.
2.All grading or construction machinery that is left parked near the track unattended by a
watchman shall be effectively immobilized so that it cannot be moved by unauthorized
persons. The Contractor shall protect, defend, indemnify and save the Railroad, and any
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-14
associated, controlled or affiliated corporation, harmless from and against all losses,
costs, expenses, claim, or liability for loss or damage to property or the loss of life or
personal injury, arising out of or incident to the Contractor’s failure to immobilize
grading or construction machinery.
L.Cleanup:
1.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, rubbish
or temporary buildings of the Contractor, and leave said rights-of-way in a neat
condition satisfactory to the Railroad Engineer or the Railroad Engineer’s authorized
representative.
6.DAMAGES:
A.The Contractor shall assume all liability for any and all damages to the Contractor’s work,
employees, servants, equipment, and materials caused by Railroad traffic.
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.RAILROAD PROTECTIVE SERVICES:
A.Requirements:
1.Railroad Protective Services will not be provided until the Contractor’s insurance has
been reviewed and approved by the Railroad.
2.Under the terms of the agreement between the Sponsor and the Railroad, the Railroad
has sole authority to determine the need for Railroad Protective Services required to
protect its operations. In general, the requirements of such services will be whenever
the Contractor’s personnel or equipment are, or are likely to be, working on the
Railroad’s right-of-way, 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 Railroad Protective Services.
3.Normally, the Railroad will assign one Railroad Protective Services personnel to a
project; but in some cases, more than one may be necessary, such as yard limits where
three (3) Railroad Protective Services personnel may be required. However, if the
Contractor works within distances that violate instructions given by the Railroad’s
authorized representative or performs work that has not been scheduled with the
Railroad’s authorized representative, Railroad Protective Services personnel may be
required full time until the project has been completed.
4.For Projects exceeding 30 days of construction, Contractor shall provide the Railroad
Protective Services personnel a small work area with a desk/counter and chair within
the field/site trailer, including the use of bathroom facilities, where the Railroad
Protective Services personnel can check in/out with the Project, as well as to the
Railroad Protective Services personnel’s home terminal. The work area should provide
access to two (2) electrical outlets for recharging radio(s), and a laptop computer; and
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-15
have the ability to print off needed documentation and orders as needed at the
field/site trailer. This should aid in maximizing the Railroad Protective Services
personnel’s time and efficiency on the Project.
B.Scheduling and Notification:
1.The Contractor’s work requiring Railroad Protective Services should be scheduled to
limit the presence of such personnel at the site. Railroad approval will be required for
any Railroad Protective Services requests in excess of 40 hours per week, and in such
cases, should be limited to a maximum of 50 hours per week.
2.Not later than the time that approval is initially requested to begin work on Railroad
right-of-way, the Contractor shall furnish to the Railroad and the Sponsor a schedule for
all work required to complete the portion of the project within Railroad right-of-way
and arrange for a job site meeting between the Contractor, the Sponsor, and the
Railroad’s authorized representative. The Railroad Protective Services personnel may
not be provided until the job site meeting has been conducted and the Contractor’s
work has been scheduled.
3.The Contractor will be required to give the Railroad representative at least 10 working
days of advance written notice of the intent to begin work within Railroad right-of-way
in accordance with this special provision, and must receive written or verbal
confirmation of this request from the Railroad representative. 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 10 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 Railroad
Protective Services will be required. If such notice is in writing, the Contractor shall
furnish the Engineer a copy; if notice is given verbally, it shall be confirmed in writing
with copy to the Engineer. If Railroad Protective Services are required, no work shall be
undertaken until the Railroad Protective Services personnel is present at the job site. It
may take 30 days or longer to obtain Railroad Protective Services initially from the
Railroad. When Railroad Protective Services begin, the Railroad Protective Services
personnel 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 Railroad
Protective Services become unnecessary and are suspended, it may take 30 days or
longer to again obtain Railroad Protective Services from the Railroad. Due to Railroad
labor agreements, it is necessary to give 5 working days notice before Railroad
Protective Service may be discontinued and responsibility for payment stopped.
4.If, after the Railroad Protective Services personnel is assigned to the project site, an
emergency arises that requires the personnel’s presence elsewhere, then the Contractor
shall delay work on Railroad right-of-way until such time as the personnel is again
available. Any additional costs resulting from such delay shall be borne by the
Contractor and not the Sponsor or Railroad.
C.Payment:
1.The Sponsor will be responsible for paying the Railroad directly for any and all costs of
Railroad Protective Services which may be required to accomplish the construction.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-16
2.The estimated cost of Railroad Protective Services is the current rate per day based on a
12-hour workday. This cost includes the base pay for the Railroad Protective Services
personnel, overhead, and includes a per diem charge for travel expenses, meals, and
lodging. The charge to the Sponsor by the Railroad will be the actual cost based on the
rate of pay for the personnel who is available Railroad Protective Services at the time
the service is required.
3.Work by Railroad Protective Services in excess of 8 hours per day or 40 hours per week,
but not more than 12 hours a day will result in overtime pay at 1 and 1/2 times the
appropriate rate. Work by Railroad Protective Services in excess of 12 hours per day will
result in overtime at 2 times the appropriate rate. If work is performed on a holiday, the
Railroad Protective Services rate is 2 and 1/2 times the normal rate.
4.Railroad work involved in preparing and handling bills will also be charged to the
Sponsor. Charges to the Sponsor by the Railroad shall be in accordance with applicable
provisions of Subchapter B, Part 140, Subpart I and Subchapter G, Part 646, Subpart B of
the Federal-Aid Policy Guide issued by the Federal Highway Administration on
December 9, 1991, including all current amendments. Railroad Protective Services costs
are subject to change. The above estimates of Railroad Protective Services costs are
provided for information only and are not binding in any way.
D.Verification:
1.The Railroad’s Protective Services personnel will electronically enter Railroad Protective
Services time via the Railroad’s electronic billing system. Any complaints concerning
Railroad Protective Services must be resolved in a timely manner. If the need for
Railroad Protective Services is questioned, please contact the Railroad Engineer. All
verbal complaints will be confirmed in writing by the Contractor within 5 working days
with a copy to the Sponsor’s Engineer. Address all written correspondence
electronically to the Railroad Engineer.
2.The Railroad Protective Services personnel assigned to the project will be responsible
for notifying the Sponsor’s Representative upon arrival at the job site on the first day (or
as soon thereafter as possible) that Railroad Protective Services begin and on the last
day that the Railroad Protective Services personnel performs such services for each
separate period that services are provided. The Sponsor’s Representative will document
such notification in the project records. When requested, the Sponsor’s Representative
will also sign the Railroad Protective Services personnel’s document(s) showing daily
time spent and activity at the project site.
8.HAUL ACROSS RAILROAD TRACK:
A.Where the plans show or imply that materials of any nature must be hauled across the Railroad’s
track, unless the plans clearly show that the Sponsor 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’s track. The Contractor or Sponsor will be required to bear all costs incidental to such
crossings whether services are performed by the Contractor’s 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 unless specific authority for its installation, maintenance,
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-17
necessary watching and Railroad Protective Services 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 Sponsor and the Railroad or will be covered by appropriate revisions to same which
will be initiated and approved by the Sponsor and/or the Railroad.
B.Should the Contractor desire any changes in addition to the above, then the Contractor shall
make separate arrangements with the Railroad for same to be accomplished at the Contractor’s
expense.
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 Contractor’s 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 claim of the Contractor against either the Sponsor or the Railroad will be allowed
for hindrance or delay on account of railroad traffic; any work done by the Railroad or other
delay incident to or necessary for safe maintenance of railroad traffic or for any delays due to
compliance with these special provisions.
11.TRAINMAN’S WALKWAYS:
A.Along the outer side of each exterior track of multiple operated track, and on each side of single
operated track, an unobstructed continuous space suitable for trainman’s use in walking along
trains, extending to a line not less than 10 feet from centerline of track, shall be maintained. Any
temporary impediments to walkways and track drainage encroachments or obstructions allowed
during work hours while Railroad’s Protective Service is provided shall be removed before the
close of each workday. If there is any excavation near the walkway, a handrail, with 10’-0”
minimum clearance from centerline of track, shall be placed and must conform to AREMA and/or
FRA standards.
12.GUIDELINES FOR PERSONNEL ON RAILROAD RIGHT-OF-WAY:
A.The Contractor and/or the Sponsor’s personnel authorized to perform work on the Railroad’s
property as specified in Section 2 above are not required to complete Norfolk Southern Roadway
Worker Protection Training; However, the Contractor and the Sponsor’s personnel must be
familiar with Norfolk Southern’s standard operating rules and guidelines, should conduct
themselves accordingly, and may be removed from the property for failure to follow these
guidelines.
B.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. Wearing of safety boots and reflective vests are required.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-18
C.No one is allowed within 25’ of the centerline of track without specific authorization from the
Railroad.
D.All persons working near track while train is passing are to lookout for dragging bands, chains and
protruding or shifted cargo.
E.No one is allowed to cross tracks without specific authorization from the Railroad.
F.All welders and cutting torches working within 25’ of track must stop when train is passing.
G.No steel tape or chain will be allowed to cross or touch rails without permission from the
Railroad.
13.GUIDELINES FOR EQUIPMENT ON RAILROAD RIGHT-OF-WAY:
A.No crane or boom equipment will be allowed to set up to work or park within boom distance
plus 15’ of centerline of track without specific permission from Railroad official and Railroad
Protective Services personnel.
B.No crane or boom equipment will be allowed to foul track or lift a load over the track without
Railroad Protective Services personnel authorized to obtain track time.
C.All employees will stay with their machines when crane or boom equipment is pointed toward
track.
D.All cranes and boom equipment under load will stop work while train is passing (including pile
driving).
E.Swinging loads must be secured to prevent movement while train is passing.
F.No loads will be suspended above a moving train.
G.No equipment will be allowed within 25’ of centerline of track without specific authorization of
the Railroad official and Railroad Protective Services personnel.
H.Trucks, tractors, or any equipment will not touch ballast line without specific permission from
Railroad official and Railroad Protective Services personnel. At the beginning of each project that
involves the Contractor working within 25’ of the centerline of any track, orange construction
fencing must be established. Orange construction fencing shall be established in accordance with
the minimum temporary horizontal clearances contained in Section 4.A.2 and shall be
maintained for the duration of construction.
I.No equipment or load movement is permitted within 25’ or above a standing train or Railroad
equipment without specific authorization of the Railroad Protective Services personnel.
J.All operating equipment within 25’ of track must halt operations when a train is passing. All
other operating equipment may be halted by the Railroad Protective Services personnel if said
personnel views the operation to be dangerous to the passing train.
K.All equipment, loads and cables are prohibited from touching rails.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-19
L.While clearing and grubbing, no vegetation will be removed from Railroad embankment with
heavy equipment without specific permission from the Railroad Engineer and Railroad Protective
Services personnel.
M.No equipment or materials will be parked or stored on Railroad’s property unless specific
authorization is granted from the Railroad Engineer.
N.All unattended equipment that is left parked on Railroad property shall be effectively
immobilized so that it cannot be moved by unauthorized persons.
O.All cranes and boom equipment will be turned away from track after each workday or whenever
unattended by an operator.
P.Prior to performing any crane operations, the Contractor shall establish a single point of contact
for the Railroad Protective Services personnel to remain in communication with at all times.
Person must also be in direct contact with the individual(s) directing the crane operation(s).
14.INSURANCE:
A.In addition to any other forms of insurance or bonds required under the terms of the contract
and specifications, the Prime Contractor will be required to carry insurance of the following kinds
and amounts:
1.A Commercial General Liability (“CGL”) policy containing products and completed
operations, bodily injury, property damage, and contractual liability coverage, with a
combined single limit of not less than $5,000,000 for each occurrence with a general
aggregate limit of not less than $5,000,000. Any portion of this requirement may be
satisfied by a combination of General Liability and/or Excess/Umbrella Liability
Coverage. The CGL policy shall provide additional insured coverage equivalent to at
least as broad as ISO CG 20 10 11/85.
2.Automobile Liability Insurance with a current ISO occurrence form policy (or equivalent)
and apply on an “any auto” (Symbol 1) basis, including coverage for all vehicles used in
connection with the Work or Services on the leased property, providing annual limits of
at least $1,000,000 per occurrence for bodily injury and property damage combined
including uninsured and underinsured motorist coverage, medical payment protection,
and loading and unloading. This policy shall be endorsed to include Transportation
Pollution Liability Broadened Coverage ISO CA 99 48 03 06 or MCS-90 if vehicles are
subject to Federal jurisdiction. If this coverage is on a claims-made form, the Retro
Active Date must be prior to the date of this Agreement and the policy endorsement
must be maintained for not less than seven (7) years.
3.Workers’ Compensation Insurance to meet fully the requirement of any compensation
act, plan, or legislative enactment applicable in connection with the death, disability or
injury of Licensee’s officers, agents, servants, or employees arising directly or indirectly
out of the performance of the work.
4.Employers’ Liability Insurance with limits of not less than $1,000,000 each accident,
$1,000,000 policy limit for disease, and $1,000,000 each employee for disease.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-20
5.All insurance required in Section 14.A (excluding any Workers’ Compensation policy)
shall name Norfolk Southern Railway and its parent, subsidiary, and affiliated companies
as additional insureds with an appropriate endorsement to each policy.
6.All policies secured by Contractor, whether primary, excess, umbrella or otherwise, and
providing coverage to the Railway as an additional insured (i) are intended to take
priority in responding and to pay before any insurance policies Railway may have
secured for itself must respond or pay and (ii) may not seek contribution from any
policies the Railway may have secured for itself.
7.No cross-liability exclusions are permitted that would apply to the additional insureds,
and there may not be any restrictions in any policy that limits coverage for a claim
brought by an additional insured against a named insured.
8.To the fullest extent permitted by law, all insurance furnished by Contractor in
compliance with Section 14.A shall include a waiver of subrogation in favor of Railway
with an appropriate endorsement to each policy.
9.All policies required in Section 14.A shall not be subject to cancellation, termination,
modification, changed, or non-renewed except upon thirty (30) days’ prior written
notice to the additional insureds.
10.The insurance coverages maintained by Contractor shall not limit any indemnity
obligations or other liabilities. The insurance available to Norfolk Southern Railway and
its parent, subsidiary and affiliated companies as additional insureds shall not be limited
by these requirements should Licensee maintain higher coverage limits.
11.Any deductibles or retentions in excess of $50,000 maintained on any insurance
required in 14.A shall be disclosed and approved by Norfolk Southern Railway with a
request made for approval to NSRISK3@nscorp.com.
12.Anyone subcontractor providing work on this project must extend CG 20 38 (or broader
coverage) additional Insured endorsement to provide coverage for up stream parties.
13.Contractor shall require all subcontractors who are not covered by the insurance carried
by Contractor to obtain commercially reasonable insurance coverage, but not less than
the requirements of 14.A.
B.In addition to the insurances required in Section 14.A, the Contractor shall also procure on behalf
of the Railroad for the entirety of the project:
1.Railroad Protective Liability (RPL) Insurance having a combined single limit of not less
than $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 the Railroad Protective Liability Insurance are as follows:
a.The insurer must be rated A- or better by A.M. Best Company, Inc.
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-21
b.The policy must be written using one of the following combinations of
Insurance Services Office (“ISO”) RPL Insurance Form Numbers:
(1)CG 00 35 01 96 and CG 28 31 10 93; or
(2)CG 00 35 07 98 and CG 28 31 07 98; or
(3)CG 00 35 10 01; or
(4)CG 00 35 12 04; or
(5)CG 00 35 12 07; or
(6)CG 00 35 04 13.
c.The named insured shall read:
Norfolk Southern Corporation and its subsidiaries and affiliates
650 West Peachtree Street NW – Box 46
Atlanta, GA 30308
Attn: Risk Manager
(NOTE: Railroad does not share coverage on RPL with any other entity on
this policy)
d.The description of operations must appear on the Declarations, must match the
project description in this agreement, and must include the appropriate
Sponsor project and contract identification numbers.
e.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, valuation station, or mile marker on the insurance
policy.
f.The name and address of the prime Contractor must appear on the
Declarations.
g.The name and address of the Sponsor must be identified on the Declarations as
the “Involved Governmental Authority or Other Contracting Party.”
h.Endorsements/forms that are required are:
(1)Physical Damage to Property Amendment
(2)Terrorism Risk Insurance Act (TRIA) coverage must be included
i.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
j.Endorsements/forms that are NOT acceptable are:
(1)Any Pollution Exclusion Endorsement except CG 28 31
(2)Any Punitive or Exemplary Damages Exclusion
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-22
(3)Known injury or Damage Exclusion form CG 00 59
(4)Any Common Policy Conditions form
(5)An Endorsement that limits or excludes Professional Liability coverage
(6)A Non-Cumulation of Liability or Pyramiding of Limits Endorsement
(7)An Endorsement that excludes TRIA coverage
(8)A Sole Agent Endorsement
(9)Any type of deductible endorsement or amendment
(10)Any other endorsement/form not specifically authorized in item no. 2.h
above.
SPONSOR:RAILROAD:
Risk Management
Norfolk Southern Corporation and its subsidiaries
650 West Peachtree Street NW – Box 46
Atlanta, GA 30308
NSRISK3@NSCORP.COM
C.All insurance required under Section 14.A and 14.B shall be underwritten by insurers and be of
such form and content, as may be acceptable to the Railway. Prior to entry on Railroad right-of-
way, the original electronic RPL Insurance Policy shall be submitted by the Prime Contractor to
the Railway at NSRISK3@NSCORP.COM for review and approval. In addition, certificates of
insurance evidencing the Prime Contractor’s insurance compliant with the requirements in 14.A
shall be issued to the Railway at NSRISK3@NSCORP.COM at the same time the RPL Policy is
submitted.
D.The insurance required herein shall in no way serve to limit the liability of Sponsor or its
Contractors under the terms of this agreement.
E.Insurance Submission Procedures
1.The Railroad will only accept initial insurance submissions via email to
NSRISK3@NSCORP.COM. The Railroad will NOT accept initial insurance submissions via
hard copies that would be sent either US Mail or Overnight carrier or faxes as only
electronic versions only are to be submitted to Railroad.Please provide point of
contact information with the submission including a phone number and email
address.
For email insurance submissions, the subject line should follow the format provided
unless otherwise directed by the Railroad Engineer:
Insurance Submittal: City, State – NS File Number – NS Milepost – Project Name –
Sponsor Project #
2.Railroad requires the following two (2) forms of insurance in the initial electronic
insurance submission to NSRISK3@NSCORP.COM to be submitted under a cover letter
providing details of the project and containing the contact information:
a.The full original or certified true electronic countersigned copy of the RPL
Insurance Policy in its entirely inclusive of all declarations, schedule of forms
Norfolk Southern Railway Company
Norfolk Southern - Special Provisions for Protection of Railway Interests
January 1, 2022
Appendix
E-23
and endorsements along with the policy forms and endorsements as required
in Section 14.B.
b.A certificate of insurance from the Contractor evidencing the Contractor’s
insurance in Section 14.A (i.e. the Contractor’s commercial general,
automobile, and workers’ compensation liability insurance, etc.). The
certificate must show Norfolk Southern Railroad and its subsidiaries and
affiliated companies as an additional insured on the General Liability and Auto
policies. The certificate should also indicate that the Workers’ Compensation
policy waives subrogation against Norfolk Southern Corporation and its
subsidiaries. See Appendix J for a Sample Certificate of Insurance.
15.FAILURE TO COMPLY:
A.In the event the Contractor violates or fails to comply with any of the requirements of these
Special Provisions:
1.The Railroad Engineer may require that the Contractor vacate Railroad property.
2. The Sponsor’s Engineer may withhold all monies due the Contractor on monthly
statements.
B.Any such orders shall remain in effect until the Contractor has remedied the situation to the
satisfaction of the Railroad Engineer and the Sponsor’s Engineer.
16.PAYMENT FOR COST OF COMPLIANCE:
A.No separate payment will be made for any extra cost incurred on account of compliance with
these special provisions. All such costs shall be included in prices bid for other items of the work
as specified in the payment items.
17.PROJECT INFORMATION
A.Date:_________________________________________
B.NS File No.:_________________________________________
C.NS Milepost:_________________________________________
D.Sponsor’s Project No.:_________________________________________
Work to be Performed By: Norfolk Southern Railway Company
Project Description:
Location: Augusta, Richmond county, GA
Project No.: 0011421 (GDOT P.I. NO.)
Milepost: AS-00.00 to AS-00.60
File:
Date: Original
ITEM A - Preliminary Engineering 0
ITEM B - Construction Engineering 87,786
ITEM C - Administration 4,654
ITEM D - Railroad Protective Services 0
ITEM E - Communications 0
ITEM F - Signal & Electrical 0
ITEM G - Track Work 0
ITEM H - T-Cubed 0
Total 92,440$
Contingency 0%-$
GRAND TOTAL 92,440$
ITEM A - Preliminary Engineering
(Review plans and special provisions,
prepare estimates, etc.)
Labor:0 Hours @ $60 / hour=0
Labor Additives:0
Travel Expenses:0
Services by Contract Engineer:0
NET TOTAL - ITEM A -$
FORCE ACCOUNT ESTIMATE
TRK0120043
June 10, 2022
6th Street Improvements
1
ITEM B - Construction Engineering
(Coordinate Railway construction activities,
review contractor submittals, etc.)
Labor:40 Hours @ $60 / hour=2,400
Labor Additives:1,886
Travel Expenses:1,500
Services by Contract Engineer:82,000
NET TOTAL - ITEM B 87,786$
ITEM C - Administration
Agreement Construction, Review and/or Handling:2,460
Protective Services Process/Handling Fee:0
Accounting Hours (Labor):40 Hours @ $30 / hour=1,200
Accounting Additives:994
NET TOTAL - ITEM C 4,654$
ITEM D - Railroad Protective Services
(During construction on, over,
under, or adjacent to the track.)
Labor:Protective Services
0 days @ 390.00 per day=0
(based on working 12 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
Material:0
Labor:0
Purchase Services:0
Subsistence:0
Additive:0
NET TOTAL - ITEM E -$
1
ITEM F - Signal & Electrical
Material:0
Labor:0
Purchase Services:0
Other:0
NET TOTAL - ITEM F -$
ITEM G - Track Work
Material:0
Labor:0
Additive:0
Purchase Services: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 (06/10/2022). 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.
1
N-S Project No.16870.003 2022 - 2024(1440003804)
Rate Schedule
I. PROJECT MANAGEMENT / CONSTRUCTION SUBMITTAL REVIEW
Program Manager 8 Hrs. @ 195.00$ 1,560$
Project Engineer 16 Hrs. @ 125.00$ 2,000
Sub-Total 3,560$
II. PRECONSTRUCTION MEETING / CONSTRUCTION MONITORING
Program Manager 12 Hrs. @ 195.00$ 2,340$
Project Engineer 48 Hrs. @ 125.00$ 6,000
Construction Inspector 462 Hrs. @ 120.00$ 55,440
Clerical 10 Hrs. @ 90.00$ 900
Sub-Total 64,680$
III. FINAL INSPECTION / CLOSEOUT
Program Manager 8 Hrs. @ 195.00$ 1,560$
Project Engineer 16 Hrs. @ 125.00$ 2,000
Construction Inspector 12 Hrs. @ 120.00$ 1,440
Clerical 1 Hrs. @ 90.00$ 90
Sub-Total 5,090$
DIRECT COSTS
A
Subsistence 39 Days @ 150.00$ 5,850$
Travel (Auto)5,036 Miles @ 0.56$ 2,820$
Photos -
Printing -
Postage -
Phone Calls (Actual)-
TOTAL DIRECT COSTS 8,670$
TOTAL ESTIMATE 82,000$
CITY OF AUGUSTA, RICHMOND COUNTY, GA - PROPOSED 6TH STREET
IMPROVEMENT PROJECT BETWEEN NS MP AS-000.00 AND AS-000.60.
NS FILE: TRK0120043. CITY OF AUGUSTA/GDOT P.I.: 0011421. NSI FILE:16870.003
ESTIMATE FOR CONSTRUCTION ENGINEERING SERVICES
AUGUSTA, RICHMOND COUNTY, GA
March 9, 2022
Justin T. Wood, P. E.
Railroad Program Manager
NEEL-SCHAFFER, INC.
Engineering Services Committee Meeting
7/26/2022 1:15 PM
6th Street Improvements Project Railroad Coordination during Construction Phase TIA Project Number RC07-
001220 / PI 0011421
Department:Engineering
Presenter:
Caption:Approve entering into an agreement with Norfolk Southern Railway
Company (NFS) for the 6th Street Improvements Project Construction
Phase in accordance with the NFS Force Account estimate $92,440.00.
Also, approve the Agreement to be executed by the Augusta, GA Legal
Counsel and the Mayor as requested by Augusta Engineering.
Background:6th Street Improvements project from the “Approved Investment List” of
TIA that was approved by voters of the CSRA in July 31, 2012
referendum. This project is ready for construction and presently is in
construction letting phase. This project consists of resurfacing,
reconstructing the existing curb and gutter, replacing sidewalks, improving
pedestrian safety at intersections with new visibility crosswalks and
organizing the existing parallel parking. Project improvements also include
work in railroad tracks area. Since roadway improvements are in close
proximity to the railroad tracks that warrants coordination with Norfolk
Southern Railway Company to ensure passing trains safe mobility and safe
construction zone.
Analysis:Railroad coordination is required to ensure rail tracks safety and advance
project construction schedule. Augusta would be required to enter into an
agreement that Augusta will pay the estimated amount of $92,440.00. This
is a cost that is required to be paid by the Augusta, GA to complete needed
review. AED will complete needed improvements under a signed
agreement with NFS (agreements copy attached).
Financial Impact:Project TIA Funds
Alternatives:Do not approve and identify alternate way to complete TIA Project.
Recommendation:Approve entering into an agreement with Norfolk Southern Railway
Company (NFS) for the 6th Street Improvements Project Construction
Phase in accordance with the NFS Force Account estimate $92,440.00.
Also, approve the Agreement to be executed by the Augusta, GA Legal
Counsel and the Mayor as requested by Augusta Engineering.
Funds are Available in
the Following
Accounts:
($92,440.00) 371-041110-5414110 – T15041220-5414110 - Project TIA
Funds -
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
6.8.22
ITEM NO.DESCRIPTION UNITS
Proposed
Quanity Unit Price Total
001-1000 Force Account LS 1 58513.50 $58,513.50
150-1000 Traffic Control & Mobilization LS 1 8500.00 $8,500.00
402-1801 25mm Base Course - 220lbs/sy TN 770 140.00 $107,800.00
402-1802 19mm Binder Course - 220lbs/sy TN 770 143.00 $110,110.00
402-3103 RAC 12.5mm (1.5") - 165lbs/sy TN 577.5 153.00 $88,357.50
413-1000 Bitum Tack Coat GL 350 6.50 $2,275.00
432-0208 Milling Asphalt Concrete Pavement, (Variable Depth)SY 7000 5.50 $38,500.00
Concrete Flumes (4-5 Flumes)SY 75 138.00 $10,350.00
Total Bid: $424,406.00
*Re-Route Traffic-Maintain, Stabilize and Control Traffic During "Off" Hours.
Submitted by:Georgia-Carolina Paving Company
P.O. Box 1404, Augusta, GA 30903
Contact: Bob M. Hickman, Sr.
Office: 706-736-3863/Cell: 706-526-0674/Fax: 706-736-3864
Cost Proposal #22322
PROJECT NAME: Richmond County Landfill Paving - Main Road
VENDORS Attachment B E-Verify #SAVE
Form
Addendum
#1 Original 7 Copies Fee
Proposal
Blair Construction, Inc.
4308 Evans to Locks Road
Evans, GA 30809
Yes 224004 Yes Yes Yes Yes Yes
Georgia-Carolina Paving
Company
3020 Milledgeville Road
Augusta, GA 30904
Yes 100183 Yes Yes Yes Yes Yes
Beam's Contracting Inc.
15030 Atomic Road,
Beech Island, SC 29842 Yes 167300 Yes Yes Yes Yes Yes
Horizon Construction &
Associates, Inc.
P. O. Box 798
Evans, GA 30809
Yes 229921 Yes Yes Yes Yes Yes
Jamco Civil, LLC
1249 Gordon Park Road,
Suite 102
Augusta, GA 30901
Yes 923698 Yes Yes Yes Yes Yes
Sitec, LLC
522 Railroad Avenue,
North Augusta, SC 29841 Non-compliant 212379 Non-compliant Yes Yes Yes Yes
Total Number Specifications Mailed Out: 17
Total Number Specifications Download (Demandstar): 1
Total Electronic Notifications (Demandstar): 62
Mandatory Pre-Bid/Telephone Conference: NA
Total packages submitted: 6
Total Noncompliant: 1
RFP Opening
RFP Item #16-161
On Call Pothole Repair, Paving and Emergency Repairs
for Augusta, Georgia - Engineering Department
RFP Due: Thursday, May 5, 2016 @ 11:00 a.m.
The following company did not respond:
Larry L. McCord LLC / 2016 Highland Ave., / Augusta, GA 30904
Page 1 of 1
Engineering Services Committee Meeting
7/26/2022 1:15 PM
Deans Bridge Road Solid Waste Facility Operations Phase 3 Active Phase Services Road Rehabilitation Engineering
RFP#16-161 On-Call Pothole Repair, Paving & Emergency Services
Department:Engineering
Presenter:
Caption:Approve Supplementing funding to Engineering On-call Potholes Repairs,
Paving & Emergency Contract for Rehabilitation of Augusta Landfill
Phase 3 Active Phase Service Road in the amount of $424,406.00. Also
approve On-call Potholes Repairs, Paving & Emergency Contract
contractor, Georgia-Carolina Paving Company, performing this work.
Requested by Engineering. RFP 16-161.
Background:Engineering Construction Services Program (AE) is assisting
Environmental Services Operations and taking the lead in roadway & other
infrastructure repairs and rehabilitation activities at the landfill site.
Landfill Phase 3 Active phase access road is the primary route for waste
haulers to get to working phase. This road is failing and in immediate need
of rehabilitation to ensure onsite safe hauler traffic. The Landfill also
receives periodic complaints concerning road conditions. Also, road
condition is a regulatory compliance concern too. Timely repair and
restoration of failing segments of access haul road is important for safe and
continued landfill operation. This work is continuity of the channel upper
segment restoration work. AE is proposing completing this work under its
current on-call paving contract and using one of the contractors that has
resources available and the ability to complete this work without further
delay.
Analysis:Given area-wide roadwork current load and relevant workforce
availability, paving contractors are facing work scheduling and time
completion challenges. In addition, new procurement process takes
roughly 90 days to complete. Utilizing already procured on-call contract is
cost effective way to get needed roadway rehabilitation work completed.
Georgia-Carolina Paving is providing similar work services to AE on other
projects and has resources to mobilize on short notice and complete the
task in a short period.
Financial Impact:Funds in the amount of $424,406.00 are available in landfill operations
ground maintenance funds (Account #541044210/5319150).
Alternatives:1). No Alternate proposed
Recommendation:Approve Supplementing funding to Engineering On-call Potholes Repairs,
Paving & Emergency Contract for Rehabilitation of Augusta Landfill
Phase 3 Active Phase Service Road in the amount of $424,406.00. Also
approve On-call Potholes Repairs, Paving & Emergency Contract
contractor, Georgia-Carolina Paving Company, performing this work.
Requested by Engineering. RFP 16-161
Funds are Available in
the Following
Accounts:
($424,406.00) Landfill Operations Fund 541-044210-5319150
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
FRONTAGE ROAD – PIPE REPLACEMENT
DATE: 5/24/2022
CAPTION: Approve: Design Build Frontage Rd. - Emergency replacement of existing
Triple 60” (INCH) Corrugated Metal Pipes (CMP) with Triple 6’x10’ Box
Culvert.
BACKGROUND: The existing Triple 60” CMP roadway crossing have corroded causing
roadway structural failure and safety hazard to traveling public. Roadway
elevation is in flood zone and subject to over topping during heavy storm
events.
COST ANALYSIS: $1.5 million (Conservative Estimate)
Design Engineering Cost- $135,000.00
Construction Cost $1.3 (mil)
1
Hameed Malik
From:Sean Barr
Sent:Wednesday, February 16, 2022 5:21 PM
To:Hameed Malik; June Hamal; Wes Byne
Cc:Anthony Taylor; Tess T. Thompson
Subject:RE: East Augusta Phase III
Dr. Malik and/or June,
Please use the following AUD Accounting information for the AUD Portion of the Project:
G/L 507043410-5425110
J/L 82000070-5425110
Thank You,
Sean Barr
Augusta Utilities Department - Engineering Division
452 Walker Street – Suite 200
Augusta, GA 30901
Office:706-312-4131
sbarr@augustaga.gov
From: Hameed Malik <HMalik@augustaga.gov>
Sent: Monday, February 14, 2022 11:40 AM
To: Sean Barr <SBarr@augustaga.gov>; June Hamal <JHamal@augustaga.gov>; Wes Byne <WByne@augustaga.gov>
Cc: Anthony Taylor <ATaylor@augustaga.gov>
Subject: RE: East Augusta Phase III
Thanks Sean.
To avoid any confusion later on, I need to go back to commission and make funding allocation adjustment. For that
reason, we need AUD account number to include in this funding allocation adjustment. I was hoping to get it done by
next month (March).
Thanks
_______________________________________________________
Hameed Malik, Ph.D., P.E.
Director Engineering
Augusta Engineering Department
452 Walker St., Suite 110, Augusta, Georgia 30901
(706)796‐5040 Phone / (706)796‐5045 Fax
Email: HMalik@augustaga.gov
2
From: Sean Barr <SBarr@augustaga.gov>
Sent: Monday, February 14, 2022 11:01 AM
To: June Hamal <JHamal@augustaga.gov>; Wes Byne <WByne@augustaga.gov>
Cc: Anthony Taylor <ATaylor@augustaga.gov>; Hameed Malik <HMalik@augustaga.gov>
Subject: RE: East Augusta Phase III
June,
We would attach to the account/PO just as we have always done ( see Marvin Griffin or Berckman’s Rd projects as
previous examples). I will check with our accountant to see if anything additional is needed besides the Commission
approval you provided, but in the past AED would provide us the PO and we would “back fund” the account.
Thank You,
Sean Barr
Augusta Utilities Department - Engineering Division
452 Walker Street – Suite 200
Augusta, GA 30901
Office:706-312-4131
sbarr@augustaga.gov
From: June Hamal <JHamal@augustaga.gov>
Sent: Monday, February 14, 2022 10:59 AM
To: Sean Barr <SBarr@augustaga.gov>; Wes Byne <WByne@augustaga.gov>
Cc: Anthony Taylor <ATaylor@augustaga.gov>; Hameed Malik <HMalik@augustaga.gov>
Subject: RE: East Augusta Phase III
Attached is the commission approval. We need AUD information to initiate the PO.
Thanks
June
From: Sean Barr <SBarr@augustaga.gov>
Sent: Monday, February 14, 2022 10:57 AM
To: June Hamal <JHamal@augustaga.gov>; Wes Byne <WByne@augustaga.gov>
Cc: Anthony Taylor <ATaylor@augustaga.gov>; Hameed Malik <HMalik@augustaga.gov>
Subject: RE: East Augusta Phase III
June – Please send me the Commission approval and PO information for this project.
Thank You,
Sean Barr
Augusta Utilities Department - Engineering Division
452 Walker Street – Suite 200
3
Augusta, GA 30901
Office:706-312-4131
sbarr@augustaga.gov
From: June Hamal <JHamal@augustaga.gov>
Sent: Monday, February 14, 2022 10:55 AM
To: Sean Barr <SBarr@augustaga.gov>; Wes Byne <WByne@augustaga.gov>
Cc: Anthony Taylor <ATaylor@augustaga.gov>; Hameed Malik <HMalik@augustaga.gov>
Subject: RE: East Augusta Phase III
Sean, We are still waiting on you to get AUD account info. Please provide the information as soon as possible as
preconstruction meeting is scheduled for today.
We are planning to capture the fund and use it for one of our emergency project.
Please let me know if you need anything from us.
Thanks,
June Hamal
Construction Project Manager
Augusta Engineering Department
452 Walker Street, Suite 110 | Augusta, GA 30901
706.821.1891
From: June Hamal
Sent: Wednesday, January 5, 2022 4:53 PM
To: Sean Barr <SBarr@augustaga.gov>
Cc: Anthony Taylor (ATaylor@augustaga.gov) <ATaylor@augustaga.gov>; Hameed Malik <HMalik@augustaga.gov>
Subject: East Augusta Phase III
Sean, As discussed in today’s meeting AED will cover the Utility conflict for Sanity Sewer ( pay Items : S1A. S‐1B and S
13 = $110,665.41)
Augusta Utilities will be paying for Water Line ‐ $ 970, 101.54. Please send me AUD account information so that our
accounting will be able to add AUD portion to the PO.
Please let me know if you have any questions.
Thanks,
4
June Hamal
Construction Project Manager
Augusta Engineering Department
452 Walker Street, Suite 110 | Augusta, GA 30901
706.821.1891
This e-mail contains confidential information and is intended only for the individual named. If you are not the named addressee, you should not disseminate,
distribute or copy this e-mail. Please notify the sender immediately by e-mail if you have received this e-mail by mistake and delete this e-mail from your system.
The City of Augusta accepts no liability for the content of this e-mail or for the consequences of any actions taken on the basis of the information provided, unless that information is subsequently confirmed in writing. Any views or opinions presented in this e-mail are solely those of the author and do not necessarily represent
those of the City of Augusta. E-mail transmissions cannot be guaranteed to be secure or error-free as information could be intercepted, corrupted, lost, destroyed,
arrive late or incomplete, or contain viruses. The sender therefore does not accept liability for any errors or omissions in the content of this message which arise as a result of the e-mail transmission. If verification is required, please request a hard copy version.
AED:104.1
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS
Capital Project Budget is hereby authorized:
Section 1: This project proposes to award construction contract to Reeves Construction
in the amount of $6,241,856.93 for the East Augusta Roadway and Drainage Improvements Project
SPLOST Recaptured Funds, and LMIG FY2022 budgets.
Section 2: The following revenues are anticipated to be available to the Consolidated Government to
complete the project.
SPLOST Urban Phase III Recapture $500,000
GDOT STATE AID CONTRACT $450,000
SPLOST PHASE VI $4,133,563
SPLOST IV Fund Balance $1,781,597
SPLOST VII $5,551,292
SPLOST Recaptured Funds $1,500,000
SPLOST VIII $2,000,000
LMIG FY2022 $830,640
AUD Funds $970,101
$17,717,193
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
CPB# N/A
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following
Honorable Hardie Davis, Jr., Mayor
(Marion Homes SPLOST VII). Funds are available in the SPLOST VII, SPLOST VIII,
1 of 3 08.16.2019
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS
CPB# N/A
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
URBAN SPLOST PHASE III RECAPTURE
327-041110-296812333 ($500,000)($500,000)
GDOT STATE AID CONTRACT ($450,000)($450,000)
SPLOST PHASE VI ($3,200,000)($3,200,000)
328-041110-5414110-211828101
($933,563)($933,563)
SPLOST PHASE VI
328-041110-5414110-211828102
SPOLST IV FUND BALANCE ($1,781,597)($1,781,597)
SPLOST PHASE VII ($5,551,292)($5,551,292)
SPLOST RECAPTURED FUNDS ($1,500,000)($1,500,000)
SPLOST VIII ($2,000,000)($2,000,000)
LMIG FY 2022 ($830,640)($830,640)
335-041110-5414110
AUD Funds ($970,101) ($970,101)
507043410-5425110
TOTAL SOURCES:($16,747,092) ($970,101) ($17,717,193)
USE OF FUNDS
ENGINEERING
327-04-1110-5212115-209812101 $950,000 $950,000
ENGINEERING
328-04-1110-5212115-211828101
328-04-1110-5414110-211828102 $3,200,000 $3,200,000
ROADS
328-041110-5414110/211828101-5414110 $1,781,597 $1,781,597
ROADS
329-041110-5414110/217829109-5414110 $3,640,075 $3,640,075
328-041110-5414110-211828102 $933,563 $933,563
SPLOST VII $1,911,217 $1,911,217
SPLOST RECAPTURED FUNDS $1,500,000 $1,500,000
SPLOST VIII $2,000,000 $2,000,000
2 of 3 08.16.2019
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS
CPB# N/A
LMIG FY 2022 $830,640 $830,640
AUD FUNDS
507043410-5425110
82000070-5425110 $970,101 $970,101
TOTAL USES:$16,747,092 $970,101 $17,717,193
3 of 3 08.16.2019
Engineering Services Committee Meeting
7/26/2022 1:15 PM
East Augusta Roadway and Drainage Improvements Brunswick Ave. & Azalea Street Phase Construction Contract
Funding Allocation Revision Bid 21-208
Department:Engineering
Presenter:
Caption:Approve Revision to Funds Allocation of Construction Contract to Reeves
Construction in the amount of $6,241,856.93 for East Augusta Roadway
and Drainage Project Brunswick Ave. & Azalea Street as itemized under
Financial Impact Section. Also authorize and approve reallocating
Engineering SPLOST Recaptured $1.5M balance of $970,101 from East
Augusta Roadway and Drainage Project Brunswick Ave. & Azalea Street
to Frontage Road, Emergency Repair & Reconstruction. Bid 21-208
Background:On November 16, 2021, Augusta Commission funding for the East
Augusta Street and Drainage Improvements Project- Brunswick Ave. &
Azalea Street Phase and awarded contract to Reeves Construction. The
project construction is funded by blended funds (various funding sources).
The project scope consists of water & sewer (utilities) improvements and
Augusta Engineering was in communication with Augusta Utilities
Department (AUD) for utilities construction cost sharing. While such
communication was in progress, Augusta Engineering proceeded with
awarding the contract to avoid contract cost escalation due to current
material supply chain concerns. Later Augusta Engineering and AUD
reached a consensus on utilities construction scope and associated cost that
will be funded by AUD.
Analysis:The project improvements construction is in progress. Included are utilities
improvements that are funded by AUD. The improvements contract cost is
$970,101.54. In February 2022, AUD provided the funding account
information. Commission approval is required for allocation of AUD to
the Project construction contract and to recapture the balance of previously
allocated Augusta Engineering SPLOST funds in the same amount and
reallocate to Emergency repair/reconstruction of a Frontage Road segment
that experienced severe damage due to recent heavy rain and is a public
and traffic safety risk under its current condition. This work will be
performed under Engineering On-Call Contracts.
Financial Impact:Revised allocation of Funds in the amount of $6,241,856.93 is as follows
including allocation of the balance of Engineering Recaptured SPLOST
Funds: Project Funds (SPLOST 7): $1,911,217 Engineering SPLOST
Recapture: $1,500,000 East Augusta Supplement (SPLOST8): $2,000,000
LMIG 2022 $830,640 AUD Funds $970,101 (AUD account: G/L
507043410-5425110; J/L 82000070-5425110)Engineering SPLOST
Recapture $1.5M balance of $970,101 is allocated to Frontage Road
Emergency Repair/Reconstruction project.
Alternatives:Do not approve and cancel the project.
Recommendation:Approve award of Construction Contract to Reeves Construction Approve
Revision to Funds Allocation of Construction Contract to Reeves
Construction in the amount of $6,241,856.93 for East Augusta Roadway
and Drainage Project Brunswick Ave. & Azalea Street as itemized under
Financial Impact Section. Also authorize and approve reallocating
Engineering SPLOST Recaptured $1.5M balance of $970,101 from East
Augusta Roadway and Drainage Project Brunswick Ave. & Azalea Street
to Frontage Road Emergency Repair & Reconstruction. Bid 21-208.
Funds are Available in
the Following
Accounts:
Project SPLOST 7: ($1,911,217) 329-041110-217829109 ; SPLOST 3
Recaptured funds: ($1,500,000) 323-041110-222823104; SPLOST 8:
($2,000,000) 330-041110-222830101; LMIG2022 ($830,639.93) 335-
041110-L22241347 SPLOST and AUD account: G/L 507043410-
5425110; J/L 82000070-5425110 ($970,101)-sufficient funds
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Earthmoving Sales Order
Yancey Bros.Co. 330 Lee Industrial Blvd.Austell, GA 30168
DATE May 27, 2022
S
O
L
D
T
O
PURCHASER AUGUSTA, GEORGIA
STREET ADDRESS 530 GREENE ST PURCHASING DEPT ROOM 105
CITY/STATE AUGUSTA,GA COUNTY RICHMOND
POSTAL CODE 30911-4406 PHONE NO.706-821-2334
CUSTOMER CONTACT:
EQUIPMENT LONNNIE WIMBERLY
PRODUCT SUPPORT LONNNIE WIMBERLY
INDUSTRY CODE:LOCAL GOVERNMENT(GV93)PRINCIPAL WORK CODE
COMMERCIAL & PUBLIC
SITE
DEVELOPMENT(251)
S
H
I
P
T
O
<SAME>
F.O.B. AT:
CUSTOMER 901240 Sales Tax Exemption # (if applicable)QUOTE NO CUSTOMER PO NUMBER
NUMBER N/A 220210
T
E
R
M
S
PAYMENT TERMS:
NET PAYMENT ON RECEIPT OF INVOICE NET ON DELIVERY NEGOTIATED TERMS FINANCIAL SERVICES CSC LEASE
CASH WITH ORDER 0 BALANCE TO FINANCE 0 CONTRACT INTEREST RATE 0
PAYMENT PERIOD PAYMENT AMOUNT 0.00 NUMBER OF PAYMENTS 0 OPTIONAL BUY-OUT 0
DESCRIPTION OF EQUIPMENT ORDERED / PURCHASED
MAKE:CATERPILLAR, INC.MODEL:826H YEAR:2005
STOCK NUMBER:HRP07608 SERIAL NUMBER:0AWF00264
CAB,AC,48"CHPPR WHEELS,BULLDOZER BLDE W HYD TILT,FR AXL0322
TRADE-IN EQUIPMENT
MODEL:YEAR:SN.:
PAYOUT TO:AMOUNT:PAID BY:
MODEL:YEAR:SN.:
PAYOUT TO:AMOUNT:PAID BY:
MODEL:YEAR:SN.:
PAYOUT TO:AMOUNT:PAID BY:
MODEL:YEAR:SN.:
PAYOUT TO:AMOUNT:PAID BY:
ALL TRADES-INS ARE SUBJECT TO EQUIPMENT BEING IN "AS INSPECTED CONDITION" BY VENDOR AT TIME OF
DELIVERY OF REPLACEMENT MACHINE PURCHASE ABOVE.
PURCHASER HEREBY SELLS THE TRADE-IN EQUIPMENT DESCRIBED ABOVE TO THE VENDOR AND WARRANTS IT
TO BE FREE AND CLEAR OF ALL CLAIMS, LIENS, MORTGAGES AND SECURITY INTEREST EXCEPT AS SHOWN
ABOVE.
SELL PRICE 270,650
TOTAL PAYMENTS MADE (161,700)
NET BALANCE DUE 108,950
TOTAL QUOTE PRICE 108,950
CATERPILLAR EQUIPMENT WARRANTY INITIAL
The customer acknowledges that he has received a copy of the YANCEY/Caterpillar Warranty and has read and understood said warranty.
Scheduled oil sampling (S.O.S.) is mandatory with this warranty. The customer is responsible for taking oil samples at designated intervals
from all power train components and failure to do so may result in voiding the warranty.
Warranty applicable including experation date where necessary:
USED EQUIPMENT
WARRANTY INITIAL
All used equipment is sold as is where is and no warranty is offered or implied except as
specified here:
Warranty applicable:
CSA:
NOTES:
THIS AGREEMENT IS SUBJECT TO THE TERMS AND CONDITIONS ON THE REVERSE
YANCEY
ORDER RECEIVED BY Callaway, Rick RepSign
REPRESENTATIVE
PURCHASER
APPROVED AND ACCEPTED ON ds-dt1
AUGUSTA, GEORGIA
PURCHASER
BY
CustomerSign
SIGNATURE
ds_txtTitle
TITLE
TERMS AND CONDITIONS
PRICE: THE PRICES LISTED ARE SUBJECT TO INCREASE IN THE EVENT (i) HIGHER PRICES ARE BEING GENERALLY QUOTED BY YANCEY BROS. CO. FOR SIMILAR EQUIPMENT AT THE TIME THE EQUIPMENT IS
DELIVERED TO CUSTOMER, OR (ii) A CHANGE OCCURS IN THE CONTEMPLATED TIME OR MANNER OF DELIVERY.
TITLE AND SECURITY INTEREST.
(a) In the event this Order provides for a lease of the Equipment to Customer, Customer hereby acknowledges and agrees that title to all such equipment and to all replacements or substitutions thereof shall at
all times remain in Yancey Bros. Co. Customer further agrees to keep the Equipment free from any all liens, claims, and security interests, and shall do or permit no act or thing whereby Yancey Bros. Co.
title or rights may in any way may be encumbered or impaired. Customer shall not be entitled to exercise any purchase option, which may be granted with respect to the Equipment if Customer is in default
of its obligations to Yancey Bros. Co. under this Order or any equipment lease, conditional sales contract, or other agreement with Yancey Bros. Co.
(b) In the event this Order provides for a sale of the Equipment to Customer, and Customer does not pay Yancey Bros. Co. in full for all obligations relating to the Equipment as designated by this Order upon or
prior Customer does hereby create and grant a purchase money security interest in and to the Equipment in favor of Yancey Bros. Co., and Yancey Bros. Co. hereby reserves a purchase money securityinterest in the Equipment secure payment of all Customer’s obligations to Yancey Bros. Co. in connection with the Equipment as provided under this Order. Upon customer’s execution of this Order, andwritten acceptance thereof by this Order shall constitute a security agreement and shall be enforceable against Customer as such in accordance with the Uniform Commercial Code as adopted in the State
of Georgia. Upon any default by Customer in its obligations pursuant to this Order, Yancey Bros. Co. may exercise any and all rights available to it by agreement or under law, including the aforesaid
Uniform Commercial Code. Without limiting the generality of the foregoing, upon any default, Yancey Bros. Co. may declare the entire unpaid portion of the Customer’s obligation hereunder immediately due
and payable, and the agreement of sale or lease terminated, and may require Customer to assemble the Equipment and make it available to Yancey Bros. Co. at a convenient place designated by Yancey
Bros. Co. In addition, Yancey Bros. Co. may , at its option, charge and collect from Customer, as liquidated damages, and amount equal to all costs and expenses incurred by Yancey Bros. Co. in delivering,
repossessing, and returning the Equipment, plus rental payments for the period Customer had possession of the Equipment in an amount not less than the rental payments normally charged by Yancey
Bros. Co. for similar equipment on a month-to-month lease.
As used herein, the term "Equipment" shall mean all machinery and equipment described in the face of this Order, together with all parts, accessories, supplies, materials, and other items attached to or located on the
Equipment, and, unless the context otherwise requires, shall also include all dealer preparation services related to the Equipment which Yancey Bros. Co. may agree to provide.1. Acceptance: Applicable Terms and Conditions of Purchase.(a) This Equipment order shall become a contract between Customer and Yancey Bros. Co., subject to all terms and conditions set forth herein and on the reverse side hereof, upon Yancey Bros. Co.’s
written acceptance of this order at its offices at 330 Lee Industrial Blvd, Austell, Georgia.
(b) Acceptance of this Equipment Order is expressly limited to the terms and conditions set forth herein and on the reverse side hereof. Yancey Bros. Co. shall not be bound by any provisions on
Customer’s purchase order, acceptance, or other forms or documents (including counter offers) which purport to impose any terms and conditions at variance with the terms and conditions herein set
forth, and any such terms and conditions of Customer shall have no force or effect and shall not constitute any part of the applicable terms and conditions of the purchase or lease, except to the
extent that said terms and conditions are separately and specifically agreed to in writing by Yancey Bros. Co. Yancey Bros. Co.’s failure to object to provisions contained in Customer’s order,
acknowledgement, or other forms or documents shall not be deemed a waiver of the provision of Yancey Bros. Co.’s terms and conditions herein set forth.
2. Payment:Customer hereby promises to pay to the order of Yancey Bros. Co. all amounts shown due on the reverse side hereof in accordance with the terms therein set forth, together with all costs of collection,
including (15%) percent as attorney’s fees if collected by law or through an attorney at law. No discount or other reduction in the amount due may be taken by Customer unless specified on the face of this Order.Any check or remittance received from or for the account of Customer may be accepted and applied against any indebtedness or obligation owing by Customer, as shown by the books and records of Yancey Bros.Co. without prejudice to or the discharge of the remainder of any such indebtedness or obligations, regardless of any condition, proviso, statement, legend or notation appearing on, referring to or accompanying
such check or remittance. Customer shall pay interest to Yancey Bros. Co. from maturity date of the invoice or the date any payment is due hereunder (i) if the amount payable exceeds $3,000 at the rate per month
of one and one half (1 ½%) percent, or (ii) of the amount payable is less than $3,000 at the rate per annum of nine (9%) percent provided however, that in no event shall interest rate exceed the maximum lawful
interest rate applicable.
3. Credit and Default:Yancey Bros. Co. may, at any time and from time to time, upon the occurrence of any adverse change in the financial condition or creditworthiness of Customer, limit or cancel the credit of
Customer as to time and amount, and , as a consequence, may require a new application for credit or demand payment in cash prior to delivery of any unfilled or unpaid portion of this Order. Upon Customer’s
failure to make any such payment within ten (10) days after demand, or in the event of any default, breach or repudiation by Customer of any agreement with Yancey Bros. Co., or if customer shall become
insolvent, call a meeting of its creditor, or make an assignment for the benefit of creditors, or if a bankruptcy, insolvency, reorganization or arrangement proceeding shall be commenced by or against Customer,
Yancey Bros. Co. may cancel this and any other contracts with Customer (Customer remaining liable for all damages in connection therewith), defer any shipments hereunder, declare forthwith due and payable alloutstanding bills of Customer under this or any other agreement, sell all or any part of the undelivered Equipment, without notice, at public or private sale, Customer to be responsible for the costs and expenses ofsuch sale and for any deficiency, Yancey Bros. Co. to account to Customer for any excess (Yancey Bros. Co. having the right to become the buyer of such Equipment at any such sale), and bill all or any part of the
undelivered Equipment to Customer. Approval of credit for one or more deliveries under this Order shall not be deemed a waiver of the provisions of this paragraph. Any property of Customer, including but not
limited to Equipment billed and held (whether paid for or not) at any time and in Yancey Bros. Co.’s possession, either as a principal or agent, shall be deemed held as security for, and may at Yancey Bros. Co.’s
option be set off against any and all of Customer’s obligations to Yancey Bros. Co.
4. Delivery Force Majeure:Yancey Bros. Co. makes no guarantee or warranty as to the exact date of shipment or delivery, and any date specified in this Order is merely an estimated date of shipment or delivery.
Unless otherwise specified in writing, delivery of Equipment may be effected by (i) the acceptance of the Equipment from shipment by a licensed public truck-man or common carrier, (ii) actual delivery of the
Equipment to Customer by Yancey Bros. Co. or its agent, or (iii) allocation of the Equipment to Customer at Yancey Bros. Co.’s facilities and notification to Customer that Equipment is available for pick-up, where
Customer has advised Yancey Bros. Co. that Customer will arrange for transportation of the Equipment. Except where the Equipment is being leased by Customer or payment in full is not to be made until after the
Equipment has been delivered to Customer, title to the Equipment shall pass to Customer upon delivery, subject to Yancey Bros. Co.’s right of stoppage in transit. Equipment invoiced and held at any location, forwhatever reason, shall be at Customer’s risk and Yancey Bros. Co. may, at its option, charge for insurance and storage at prevailing rates.5. Yancey Bros. Co. shall not be liable for any non-delivery or delay in delivery of all or any part of the Equipment due to accidents, strikes, fires, floods, war, civil insurrections, government regulation, delay or inability
to obtain labor material or services through Yancey Bros. Co.’s usual and regular sources, casualty, acts of God or any other conditions or causes of like or unlike nature beyond the control of Yancey Bros. Co. in
any such event, Yancey Bros. Co. may, in its sole discretion, without notice to Customer, at any time and from time to time, postpone the delivery dates under this Order for a time, which is reasonable under all the
circumstances, or make partial delivery or cancel all or any portion of this order.
a) Storage and Handling Charges.Yancey Bros. Co. may assess a service charge against Customer for handling, storing and transporting any of the Equipment ordered by Customer where Customer
changes the terms of delivery from those set forth herein, or which Customer for any reason fails to accept when tendered by Yancey Bros. Co. or wrongfully rejects.
b) Risk of Loss; Insurance.After delivery of Equipment to Customer, the risk of any loss, injury, or destruction of said Equipment shall be borne by Customer. Customer agrees to insure for the full
insurable value thereof all of the Equipment and to keep the same insured against fire, theft, vandalism, and accidental physical damage on a standard policy with “Loss Payable Clause” for the
benefit of Yancey Bros. Co. so long as any indebtedness to Yancey Bros. Co. is unpaid in connection with the Equipment. Customer shall purchase and maintain in effect during the term of thisagreement, a Commercial General Liability Insurance policy, at an insured limit of no less than $500,000 combined single limit per occurrence, with an insurer carrying an A.M. Best rating of no lessthan A-VII, written on an occurrence form, and including Yancey Bros. Co. as Additional insured. Such insurance shall be considered primary insurance for the benefit of Yancey Bros. Co. as
Additional Insured with any other insurance maintained by Yancey Bros. Co. to be excess and non-contributory with respect to claims, loss or liability arising from the operations of Customer.
c) Inspection and Notice of Nonconformity.Customer shall inspect the Equipment within five (5) days after the actual delivery of the Equipment at Customer’s facilities or other location designated by
Customer. Failure to make such inspection with five (5) day period shall constitute a waiver of the right to make any inspection prior to payment for the Equipment and shall further by a waiver of any
defect which reasonable inspection prior to payment would have revealed. Yancey Bros. Co. shall in no event have any obligation to Customer for shortages or other patent defects in the Equipment
unless written notice of such alleged shortages or defects shall have been delivered to Yancey Bros. Co. within ten (10) days after Customer’s receipt of the Equipment, and Yancey Bros. Co. is
afforded reasonable opportunity to examine the Equipment for the alleged shortages or defects within thirty (30) days after the receipt of such written notice. Customer’s failure to reply promptly to
Yancey Bros. Co.’s request for a full and detailed written statement of all alleged defects shall preclude Customer from relying on such defects to reject the Equipment. Customer’s failure to comply
with these requirements shall constitute irrevocable acceptance of the Equipment by Customer and bind Customer to pay the price of the Equipment.d) Restrictions on Use.Customer shall comply with any and all limitations or restrictions, which may be imposed by Yancey Bros. Co. on the use and location of the Equipment where the Equipment isbeing leased to Customer or delivered to Customer prior to Customer’s payment in full for the Equipment.
e) Customer's Remedies.In the event the Equipment is covered by any warranty from the manufacturer of the Equipment, such warranty shall be Customer’s sole and exclusive remedy with respect to
any alleged defects in the Equipment, whether relating to material, workmanship, performance, or any other matter, and Customer shall have no claims or rights or causes of action against Yancey
Bros. Co. with respect to such alleged defects in the Equipment. Yancey Bros. Co. shall in no event be liable for any costs, expenses, or damages incurred or sustained by Customer arising from any
alleged loss of profits, interruption of operations, or other incidental or consequential damages.
f) Power of Attorney.Customer does hereby irrevocably make, constitute and appoint Yancey Bros. Co. or any of its officers or designees Customer’s true and lawful attorney in fact with full power and
right to (i) complete, execute, and file any necessary or appropriate Uniform Commercial Code financing statements and similar documents evidencing or reflecting the grant by Customer of a
security interest in and to the Equipment to Yancey Bros. Co., (ii) take possession of the Equipment and sell or cause to be sold such Equipment upon the occurrence of any default hereunder by
Customer, and (iii) enter into and execute any and all agreements, conveyances, and other documents or instruments necessary or appropriate in connection with the enforcement by Yancey Bros.Co. of its rights and remedies upon the occurrence of any default hereunder by Customer, and Customer hereby ratifies and confirms all that Yancey Bros. Co. or its officers or designees, as suchattorney in fact, shall do by virtue hereof. This power of attorney is one coupled with an interest and is irrevocable so long as there is any liability or obligation owing by Customer to Yancey Bros. Co.
in connection with the equipment.
g) Indemnify.To the fullest extent permitted by law, Customer agrees to defend, indemnify, and hold harmless Yancey Bros. Co., and Yancey Bros. Co.’s officers, agents and employees from any and
all claims, demand, actions, causes of action, damages, losses, costs and expenses (including reasonable attorney’s fees) related to or arising from, in whole or in part, any act, error, omission, fault
or negligence of Customer, Customer’s officers, agents, employees, subcontractors, or anyone acting on Customer’s behalf or for who actions Customer may be liable, related to the operation or use
of equipment or goods leased under this contract. However, Customer’s obligations under this paragraph shall not extend to the sole negligence of Yancey Bros. Co. or Yancey Bros. Co.’s officers,
employees or agents.
h) Limitation of Actions.Any judicial proceeding or other cause of action which Customer may bring against Yancey Bros. Co. for any alleged default in its obligations to Customer must be asserted or
instituted within one (1) year after actual delivery of the Equipment to Customer or after such cause of action shall arise, whichever is later.i) Miscellaneous:i. In the event more than one person, corporation, business association, or other entity constitutes the Customer identified on the reverse side hereof, all such persons, corporations, business
associations, or other entities shall be jointly and severally liable to Yancey Bros. Co. for all indebtedness and obligations under this Order.
ii. Yancey Bros. Co. shall not, by any act, delay, omission or otherwise, be deemed to have waived any of the rights or remedies under this Order, and no waiver, whatsoever shall be valid
against Yancey Bros. Co. unless in writing signed by an authorized representative of Yancey Bros. Co. and then only to the extent set forth herein. Yancey Bros. Co.’s waiver of any right or
remedy under the terms of this Order on any one occasion shall not be construed as a waiver of any right or remedy which Yancey Bros. Co. would otherwise have on a future occasion.
iii. Except as otherwise expressly provided herein, any notice or communication required or permitted hereunder shall be sufficiently given if sent in writing by registered or certified mail, postage
prepaid to Customer at Customer’s address as the same appears on the reverse side hereof. Any such notice, if so mailed shall be deemed to have been received the third business day
following such mailing. Customer may change its address for notice purposes by written notice to Yancey Bros. Co. as specified herein.
iv. The provisions of this Order shall be binding upon and shall inure to the benefit of the respective successors, assigns, heirs, and legal representatives of Customer and Yancey Bros. Co..v. All rights and obligations under this Order, including matters of construction, validity and performance, shall be governed by the laws of the State of Georgia, including the provisions of theUniform Commercial Code as enacted in said State.
vi. The various provisions of this Order are severable and any determination of invalidity, illegality, or unenforceability of any one provision hereunder shall have no bearing on the continuing
force and effect of the remaining valid provisions hereof.
vii. Captions given to various sections herein are for convenience only and are not intended to modify or affect the meaning of any of the substantive provisions hereof.
viii. Customer hereby agrees that Customer will execute and deliver to Yancey Bros. Co. any and all instruments, agreements, or other documents requested by Yancey Bros. Co. which Yancey
Bros. Co. deems necessary or appropriate in connection with the sale or lease of Equipment to Customer.
6. In the event this machine is equipped with Product Link, I understand data concerning this machine, its condition, and its operation is being transmitted by Product Link to Caterpillar Inc., its affiliates (Caterpillar),
and/or its dealers to better serve me and to improve upon Caterpillar products and services. The information transmitted may include: machine serial number, machine location, and operational data, including but
not limited to: fault codes, emissions data, fuel usage, service meter hours, software and hardware version numbers, and installed attachments. Caterpillar will not sell or rent collected information to any other thirdparty and will exercise reasonable efforts to keep the information secure. Caterpillar, Inc. recognizes and respects customer privacy. I agree to allow this data to be accessed by Caterpillar and/or its dealers.
Initial ds-init1 Date ds-dt1
You are receiving this message in regard to your Caterpillar connected asset(s), that have the ability to transmit
telematics data directly from your equipment to Caterpillar. To ensure your acceptance of telematics data being
transmitted to Caterpillar, and use of such telematics data consistent with the Caterpillar Data Governance
Statement , we require your authorization. Authorization will be obtained via the Caterpillar Digital Authorization Tool
(DAT), which is a web application used to obtain and record customer authorization. You will also be able to use the
DAT to participate in remote services, which allows Caterpillar to remotely access, program, and install updates
and/or upgrades to telematic devices located on your assets, in accordance with the Remote Services Process
Document.
Authorization should be granted from your company representative at the executive or decision-making level who is
authorized to sign on behalf of the company (legal entity purchasing product(s) manufactured by, or on behalf of
Caterpillar, through a Caterpillar dealer or directly from Caterpillar).
ACTION:
Please use your mobile device and click the QR Code to be directed to the Digital Authorization Tool (DAT)
requesting your authorization. We ask that you please complete the authorization at your earliest convenience. If
you have any questions, please do not hesitate to reach out to your Yancey Representative.
Sincerely,
Yancey Bros. Co. Digital Team
Caterpillar: Confidential Green
Engineering Services Committee Meeting
7/26/2022 1:15 PM
Equipment Buyout (Rental to Purchase) Deans Bridge Road MSW Facility-Phase 3 Operation File Reference: 22-014
(L)
Department:Engineering
Presenter:
Caption:Approve Yancey Bros. Co. $108,950.00 Buyout Option for Environmental
Services Rented Compactor (Caterpillar 826H) for Landfill Phase 3 Waste
Placement Operation. Also, Approve and Authorize Converting the
Compactor Rental Fee of $108,950 to the Cost to Purchase of the
Compactor. Requested by AE&ES.
Background:On September 7, 2021 the Aljon 525 compactor caught fire and burned
beyond repair. The burning of the Aljon left Environmental Services
without a backup compactor to the Caterpillar (CAT) 836. On October 20,
2021, Environmental Service made an emergency authorization notice
request to Procurement for renting a backup compactor to assist the
landfill with staying in compliance with EPD, since the CAT 836 had
begun to experience mechanical failures. A rental agreement was entered
to rent a 2005 CAT 826H compactor, to be delivered in November 2021.
Analysis:The monthly cost to rent the CAT 826 is $23,100.00. The selling price of
the CAT at the time of rental agreement was $270,650. The renting agency
has agreed to sell Environmental Services the compactor and apply all
monthly rental fee to the selling price at the start of the rental agreement.
At the May 27, 2022, offer to sell the compactor, Environmental Services
had slightly over four more months of renting which will cover the
remaining balance. Environmental Service expects it will need a backup
compactor for the next twelve months.
Financial Impact:Funds in amount of $108,950 available in ES Account 541044210-
5421110
Alternatives:Do not approve and continue the Equipment Rental Option.
Recommendation:Approve Yancey Bros. Co. $108,950.00 Buyout Option for Environmental
Services Rented Compactor (Caterpillar 826H) for Landfill Phase 3 Waste
Placement Operation. Also, Approve and Authorize Converting the
Compactor Rental Fee of $108,950 to the Cost to Purchase of the
Compactor. Requested by AE&ES.
Funds are Available in
the Following
Accounts:
($108,950.00) Environmental Services Account 541044210-5421110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Request for Qualifications
Request for Qualifications will be received at this office until Tuesday, April 26, 2022 @ 11:00 a.m. via ZOOM Meeting ID: 879
2446 1156; Passcode: 848679 for furnishing:
RFQ Item #22-197 ITS Network Maintenance and Monitoring Services for Augusta, GA – Engineering Department –
Traffic Engineer
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents
may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901
(706-821-2422).
Pre-Qualification Conference will be held on Monday, April 11, 2022A@ 2:00 p.m. via Zoom – Meeting ID: 842 8382 2420
Passcode:238970
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 Tuesday, April 12, 2022 @ 5:00 P.M. No RFQ will be accepted by fax or email, all must
be received by mail or hand delivered.
No RFQ may be withdrawn for a period of 90 days after bids have been opened, pending the execution of contract with the
successful bidder(s).
Request for qualifications (RFQ) and specifications. An RFQ 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 request for qualification 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 waivable 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 RFQ number on the outside of the envelope.
GEORGIA E-Verify and Public Contracts: The Georgia E-Verify law requires contractors and all sub-contractors on Georgia public
contract (contracts with a government agency) for the physical performance of services over $2,499 in value to enroll in E-Verify,
regardless of the number of employees. They may be exempt from this requirement if they have no employees and do not plan
to hire employees for the purpose of completing any part of the public contract. Certain professions are also exempt. All requests
for qualification issued by a city must include the contractor affidavit as part of the requirement for their bid to be considered.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement
Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of
receiving incomplete or inaccurate information upon which to base their qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 17, 24, 31, 2022 and April 7, 2022
Metro Courier March 17, 2022
Revised: 3/22/21
OFFICIAL
VENDORS Attachment
"B"
E-Verify
Number
SAVE
Form Original 7 Copies
SOUTHEAST UTILITIES OF GA LLC
1020 FRANKE INDUSTRIAL DRIVE
AUGUSTA, GA 30909
GTS SOLUTIONS, INC.
6300 BLUE STONE RD
SUITE 5029
SANDY SPRINGS, GA 30328
Yes 864063 Yes Yes Yes
LUMIN8 TRANSPORTATION
TECHNOLOGIES, LLC
27 N. FAIRGROUND STREET
MARIETTA, GA 30060
Yes 31569 Yes Yes Yes
RFQ Opening - RFQ Item #22-197
ITS Network Maintenance and Monitoring Services for Augusta, GA –
Engineering Department – Traffic Division
Date: Tuesday, April 26, 2022 @ 11:00 a.m.
Total Number Specifications Mailed Out: 14
Total Number Specifications Download (Demandstar): 8
Total Electronic Notifications (Demandstar): 116
Georgia Procurement Registry: 1154
Total packages submitted: 3
Total Noncompliant: 0
No Submittal
Response
Page 1 of 1
GTS SOLUTIONS, INC.
6300 BLUE STONE RD
SUITE 5029
SANDY SPRINGS, GA 30328
LUMIN8 TRANSPORTATION
TECHNOLOGIES, LLC
27 N. FAIRGROUND STREET
MARIETTA, GA 30060
GTS SOLUTIONS, INC.
6300 BLUE STONE RD
SUITE 5029
SANDY SPRINGS, GA 30328
LUMIN8 TRANSPORTATION
TECHNOLOGIES, LLC
27 N. FAIRGROUND STREET
MARIETTA, GA 30060
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested information
as required per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS
2. Qualifications & Experience (0-5)15 4.7 4.7 70.0 70.0
3. Organization & Approach (0-5)25 4.7 3.7 116.7 91.7
Scope of Services
Vendors are required to have the minimum required
experience listed in Section II Introduction. Evaluation will
be based on vendors high ethical and professional standing,
recent experience in monitoring and maintenance of similar
networks, experience in working with municipalities or state
agencies, experience in working with ITS / ATMS networks,
and the ability to complete the work within the budget.
Included current workload and availability of staff to perform
the services requested in the RFQ in and timely manner and
ability to respond to network issues quickly.
Vendor shall provide written documentation that they have
hardware and software experience in the following:
• Cisco IE4000 and Catalyst 38xx Series Switches
• Cisco ASA with Firepower / Advanced Malware Protection
• Cisco UCS Servers
• HP Servers
• VMWARE
• Intelight Maxview or other similar ATMS software
• Emtrac Preemption Software
• Axis Camera Systems with IP Multicast Distribution
• Barracuda Business Continuity onsite and cloud based
• SNMP based NMS monitoring and maintenance
(0-5)30 4.7 3.7 140.0 110.0
5. Financial Stability (0-5)5 4.7 4.3 23.3 21.7
6. References (0-5)5 4.7 4.0 23.3 20.0
Within Richmond County 5 5 0 0
Within CSRA 5 4 0 0
Within Georgia 5 3 5 5 15 15
Within SE United States (includes AL, TN, NC,
SC, FL) 5 2 0 0
• All Others 5 1 0 0
23.7 21.0 388.3 328.3
8. Presentation by Team (0-5)10 0 0
9. Q&A Response to Panel Questions (0-5)5 0 0
Total Phase 2 - (Total Maximum Ranking
10 - Maximum Weighted Total Possible 75) 0 0 0 0
23.7 21.0 388.3 328.3
Procurement DepartmentRepresentative:_____Nancy Williams_____________________________________
Procurement Department Completion Date: 5/6/22
Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluator: Cumulative Date: 5/6/22
Total (Total Possible Score 500) Total (May not Receive Less Than a
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 425)
Phase 1
RFQ Evaluation Sheet - RFQ Item #22-197
ITS Network Maintenance and Monitoring Services
for Augusta, GA – Engineering Department – Traffic Division
Date: Friday, May 6, 2022 @ 9:00 a.m.
Weighted Scores
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Vendors
ENGINEERING DEPARTMENT
Hameed Malik, Ph. D., PE, Director
John Ussery, PE, Assistant Director Traffic
Augusta Engineering Administration
535 Telfair Street, Bldg 4000 - Augusta, Georgia 30901
Phone: (706) 796-5040 - Fax: (706) 796-5045
www.augustaga.gov
MEMORANDUM
TO: Ms Geri Sams, Procurement – Director
FROM: Hameed Malik, Ph. D, PE, Director- Engineering
DATE: May 18, 2022
SUBJECT: ITS Network Maintenance and Monitoring Services – RFQ #22-197
______________________________________________________________________________
Ms. Sams, it is the recommendation of AED Traffic Engineering to award the Network Monitoring
and Maintenance Services for the subject project to GTS Solutions. AED also request that the scope
of work be initiated, and we enter into fee negotiations.
Should you require additional information please contact John Ussery at (706) 821-1710 or
jussery@augustaga.gov.
Thank you for your attention to this matter.
HM/SR
cc: John Ussery, PE, Assistant Director – AED, Traffic Engineering Division
File
Engineering Services Committee Meeting
7/26/2022 1:15 PM
ITS Network Monitoring and Maintenance Services RFQ #22-197
Department:Engineering
Presenter:
Caption:Approve entering into an annual contract with GTSS for the maintenance
and monitoring services for the Traffic Engineering ITS network in the
amount of $211,524.50. The recommendation is for 1 year with the option
to extend for two (2) additional years. Requested by AE&ESD.
Background:The Intelligent Transportation System (ITS) Project, Phase 1, completed
construction in 2018 and is currently being utilized by the Augusta
Engineering Department (AED), Traffic Engineering. This project
connected numerous traffic engineering devices together utilizing fiber
optics and high speed communications in one cohesive network.
Analysis:This RFQ procurement provides the Augusta Engineering Department
Traffic Engineering with a highly qualified contractor to protect the ITS
network from outside intrusion, as well as allow them to monitor and
maintain the network hardware and software systems. The Augusta
Engineering Department worked through the Procurement RFQ process to
find the most qualified consultant to perform these essential services. This
will be an annual contract with the option to extend for two additional
years.
Financial Impact:The cost to provide the network monitoring and security services is
$17,627.04 per month for a period of 12 months (annually) for a total of
$211,524.50 and all costs are funded thru the Traffic Engineering Budget
Account 101041710-5212999 Other Professional Services and SPLOST 8
Traffic Operations Improvements fund.
Alternatives:1) Approve the maintenance and monitoring annual contract services
through GTSS for the Traffic Engineering ITS network in the amount of
$211,524.50. 2) Do not approve annual contract.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
Traffic Engineering Operating Budget ($180,000) - 101041710-5212999;
SPLOST 8 Traffic Operation Improvements ($31,524.50) – 330-041110-
222830904-5212999
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting Commission Chamber - 7ll2l\0L2
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Garrett, chairman; Hasan, vice
Chairman; Johnson and McKnight, members.
ENGINEERING SERVICES
1. Motion to approve additional fees in the amount of $131,531 to ZEL
Engineers for engineering services supporting the FERC licensing of the
Augusta Canal.
2. Award Bid Item 22-204 for the Purchase of Multiple Onsite Generators.
Commissioner Commissioner
Jordan Johnson Ben Hasan Passes
seconded By ffitjirll
Commissioner
Ben Hasan Passes
Motions
Motion
Type
Approve
Motions
Motion
Type
Approve
Motion Text
Motion to
approve.
Motion Passes
4-0.
Motion Text Made By
Motion toapprove. Commissioner
Motion Passes Jordan Johnson
Made By Seconded By Motion
Result
Item
Action:
Approved
Item
Action:
Approved
Item
Action:
Approved
4-0.
3. Consider award of Bid #22-178 to Blair Construction, Inc. to perform asphaltpatch repair, concrete curb and sidewalk replacement for the Utilities
Department.
Motions
Motion
Type
Approve
Motions
Motion
Type
Approve
Motions
Motion
Type
Approve
Motion Text
Motion to
approve.
Motion Passes
Motion Text
Motion to
approve.
Motion Passes
4-0.
Motion Text Made BY
Motion to
approve. Commissioner
Motion Passes Jordan Johnson
Commissioner
Ben Hasan rasses
Seconded By Motion
Result
Motion
Result
Motion
Result
Passes
4-0.
4. Approve and authorize Augusta Utilities Department (AUD) to enter into an Item
VfbU with the Phinizy Center for Water Sciences (PCWS), a contract with Action:
Georgia EPD (GAEPD), and accept awarded grant from GAEPD. Approved
Commissioner Commissioner
Jordan Johnson Ben Hasan Passes
Made By Seconded By
Made By Seconded By
Commissioner Commissioner
Jordan Johnson Ben Hasan
www.augustaga.qov
4-0.
Motion to approve the minutes of the Engineering Services Committee held ltem
on June 14,2022. Action:
Approved
Engineering Services Committee Meeting
7/26/2022 1:15 PM
Minutes
Department:
Presenter:
Caption:Motion to approve the minutes of the Engineering Services Committee
held on July 12, 2022.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Augusta-Richmond County, Georgia
BID 22-237
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby authorized:
Section 1: The project is authorized to award Construction Contract to Reeves
Construction Co. in the amount of $6,068,473.00 for Resurfacing Various Roads
(Crosscreek Rd, Woodlake Dr, Burning tree Ln, Quail Hollow Dr., etc.). Funding is available
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
LMIG Funds (2022)583,023$
SPLOST 7 (Overage)2,500,000$
SPLOST 8 (Resurfacing)1,500,000$
TIA Discretionary 1,485,450$
6,068,473$
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
Honorable Hardie Davis, Jr., Mayor
CPB#N/A
CAPITAL PROJECT BUDGET
RESURFACING VARIOUS ROADS
in LMIG FY 2022, SPLOST 7, SPLOST 8 and TIA Discretionary funds
1 of 2
09.26.2019
Augusta-Richmond County, Georgia CPB#N/A
CAPITAL PROJECT BUDGET
RESURFACING VARIOUS ROADS
CPB AMOUNT
SOURCE OF FUNDS CPB
LMIG FUNDS (2022) ($583,023)
SPLOST 7 ($2,500,000)
SPLOST 8 ($1,500,000)
TIA DISCRETIONARY ($1,485,450)
TOTAL SOURCES: ($6,068,473)
USE OF FUNDS
LMIG FUNDS (2022) $583,023
335-041110-5414110
SPLOST 7 $2,500,000
329-041110-5414110
SPLOST 8
330-041110-5414110 $1,500,000
TIA DISCRETIONARY $1,485,450
235-041110-5414110
TOTAL USES: $6,068,473
2 of 2
09.26.2019
Invitation to Bid
Sealed bids will be received at this office until Wednesday, June 22, 2022 @ 3:00 p.m. for furnishing – Via ZOOM. Meeting ID: 870 5966
3204 Passcode: 683282
Bid Item #22-237 Resurfacing Various Roads 2022 – for Augusta, GA – Augusta Engineering Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA
30901 (706-821-2422). Plans and specifications for the project shall be obtained by all prime contractors, subcontractors and suppliers
exclusively from ARC. The fees for the plans and specifications which are non-refundable are $50.00.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is
providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Thursday,
May 12, 2022. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of
construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the
project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from
unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Pre-Bid Conference will be held on Tuesday, June 7, 2022 @ 10:00 a.m. Via Zoom Meeting ID: 821 4619 9044 Passcode: 291176
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 Wednesday, June 8, 2022 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or
hand delivered.
No bid proposal may be withdrawn for a period of ninety (90) days after Bids have been opened, pending the execution of contract with
the successful vendor. A 10% Bid Bond is required. A 100% performance bond and a 100% payment bond will be required for award.
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.
GEORGIA E-Verify and Public Contracts: The Georgia E-Verify law requires contractors and all sub-contractors on Georgia public contract
(contracts with a government agency) for the physical performance of services over $2,499 in value to enroll in E-Verify, regardless of the
number of employees. They may be exempt from this requirement if they have no employees and do not plan to hire employees for the
purpose of completing any part of the public contract. Certain professions are also exempt. All requests for proposals issued by a city
must include the contractor affidavit as part of the requirement for their bid to be considered.
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.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle May 12, 19, 26, 2022 and June 2, 2022
Metro Courier May 12, 2022
Revised: 2/19/2016
OFFICIAL
Vendors Attachment
"B"E-Verify Addendum 1 SAVE
Form Bid Bond Total
Bid Price
Compliance
Review 4%
Goal
Reeves Construction Co.
1 Apac Industrial Way
Augusta, GA 30907
Yes 667047 Yes Yes Yes $6,068,473.00 Yes
4%
Bid Opening Item #22-237
Resurfacing Various Roads 2022
for Augusta, GA - Engineering Department
Bid Date: Wednesday, June 22, 2022 @ 3:00 p.m.
Total Number Specifications Mailed Out: 18
Total Number Specifications Download (Demandstar): 3
Total Electronic Notifications (Demandstar): 254
Total Packages Submitted: 1
Total Noncompliant: 0
Page 1 of 1
ATTN RICHARD BERRY
TRI-STAR CONTRACTORS INC
47 LEGACY LANE
EDGEFIELD SC 29824
ATTN BARRETT BOWDEN
CONTRACT MANAGEMENT INC
1829 KILLINGSWORTH
AUGUSTA GA 30904
ATTN: DAVID WHEATLEY
COLUMBIA DIVERSIFIED INC.
6677 EUBANKS DRIVE
APPLING, GA 30802
ATTN THERON SAPP
QUALITY STORM WATER
SOLUTIONS
437 CAMBRIDGE CIRCLE
MARTINEZ GA 30907
WALL ASPHALT SERVICES
65 SCHOOL LANE ROAD
FRANKLIN, GA 30217
ATTN PATRICK DILLARD
BLAIR CONSTRUCTION
PO BOX 770
EVANS, GA 30809
ATTN BILL HEAD
D & S UTILITIES
1644 HOLY TRINITY CHURCH ROAD
LITTLE MOUNTAIN, SC 29075
J & H GRADING & PAVING
1579 EDGEFIELD HIGHWAY
AIKEN, SC 29801
C&H PAVING
204 MAIN STREET
THOMSON, GA 30824
PAVEWAY OF AUGUSTA/AIKEN
306 SILVER BLUFF RD.
AIKEN, SC 29803
J&B CONSTRUCTION & SRVC INC
3550 GORDON HIGHWAY
GROVETOWN GA 30813
BEAM’S CONTRACTING
15030 ATOMIC ROAD
BEECH ISLAND, SC 29842
SITEC
ATTN; DAVID MCGHEE
522 RAILROAD AVE
NORTH AUGUSTA, SC 29841
REEVES CONSTRUCTION
ATTN: GREG HAMILTON
1 APAC INDUSTRIAL WAY
AUGUSTA, GA 30907
ATC SITE CONSTRUCTION
614 BRIGHAM ROAD
NORTH AUGUSTA, SC 29841
WINSAY CONSTRUCTION INC.
6499 CARRIAGE LN
HARLEM, GA 30814
ER SNELL CONTRACTOR
1785 OAK ROAD
SNELLVILLE, GA 30078
C&H PAVING
204 MAIN STREET
THOMSON, GA 30824
JUNE HAMAL
ENGINEERING DEPARTMENT
HAMEED MALIK
ENGINEERING DEPARTMENT
PHYLLIS JOHNSON
COMPLIANCE
BID ITEM# 22-237
RESURFACING VARIOUS ROADS 2022
FOR AUGUSTA ENGINEERING
DEPARTMENT
BID DUE: WED. JUNE 22, 2022 @ 3:00 P.M
BID ITEM# 22-237
RESURFACING VARIOUS ROADS 2022
FOR AUGUSTA ENGINEERING
DEPARTMENT
BID MAILED: Thurs. 5/12/2022
Engineering Services Committee Meeting
7/26/2022 1:15 PM
Resurfacing Various Roads 2022 Bid 22-237
Department:Engineering
Presenter:
Caption:Approve award of Construction Contract to Reeves Construction Co. in
the amount of $6,068,473.00 for Resurfacing Various Roads as requested
by Augusta Engineering. Award is contingent upon receipt of signed
contracts and proper bonds. Bid 22-237 Requested by AE&ESD
Background:Each year Augusta Engineering procures road paving services for
resurfacing of selected roads. Roads are identified based on road
conditions, traffic safety priority, and requests submitted by elected
officials & Augusta residents. Number and miles of road paved each year
is dependent on that year’s allocated funds for road paving. Historically it
is Local Maintenance and Improvement Grant (LMIG) funding for
completing Augusta Engineering (AE) roadway maintenance and
improvements projects. For past few years AE is supplementing LMIG
resurfacing funds with TIA-Discretionary funds and SPLOST funds to
increase yearly number of roads resurfaced. Roads covered under
captioned bid are: Cross Creek Rd., Woodlake Dr., Burning Tree Ln, Quail
Hollow Dr., Foxhall Dr. & Cir., Milledge Rd., Wallace St., Royal St.,
Weed St., Earl St., Delano ST., Lawton St., Grady St., Hazel St., Elliot
Blvd., Toms Dr., Inwood Dr., Rosier Rd. In addition, as other funding
became available, AED may include additional roads to resurface. As part
of the FY22 Proposed Budget (Transmittal Letter), $2.5M S in (SPLOST7
overage) funding was allocated to implement a (new) 'Pothole Palooza'
Program. The program was designed to be a countywide effort to repair
potholes across the County in one coordinated effort. Due to changes in
road resurfacing analysis and operations, the program funding is deemed
to be more adequately suited to support this agenda item-as many of the
previously critical pothole areas are now repaired. Thus this agenda item
becomes the replacement of the previously designed Pothole Palooza
Program.
Analysis:Bids were received on June 22, 2022 with Reeves Construction Co. being
the low responsible bidder. The bid results are as follow:
CONTRACTORS BID 1. Reeves Construction Company $6,068,473.00 It
is the recommendation of the Engineering Department to award this
project to Reeves Construction Co.
Financial Impact:
Proposed project funds are presented below: 1. LMIG Funds (2022)
$583,023 2. SPLOST 7 Overage $2,500,000 3. SPLOT 8 (Resurfacing)
$1,500,000 4. TIA -Discretionary $1,485,450 TOTAL: $6,068,473.00
Alternatives:Do not approve and cancel the project.
Recommendation:Approve award of Construction Contract to Reeves Construction Co. in
the amount of $6,068,473.00 for Resurfacing Varies Roads as requested by
Augusta Engineering. Award is contingent upon receipt of signed contracts
and proper bonds. Bid 22-237.
Funds are Available in
the Following
Accounts:
($583,023.00) 335-041110-5414110- LMIG FY22 fund; ($2,500,000.00)
329-041110-5414110 SPLOST 7 overage; ($1,500,000) 330-041110-
5414110 SPLOST 8; ($1,485,450.00) 235-041110-5414110–TIA
Discretionary Funds
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
7/26/2022 1:15 PM
RIF - Environmental Services Engineering Restructing
Department:Engineering & Environmental Services
Presenter:Interim Administrator Douse / Director Hameed Malik
Caption:Motion to approve implementation of “Reduction in Force” (RIF) due to
Reorganization/ Restructuring of Environmental Services and Engineering
Departments.
Background:On June 14, 2022, Augusta approved the Environmental Services
Department (Department) operations efficiency improvements plan and
the Department restructuring implementation. It included consolidation of
Environmental Services Operations with Engineering Operations under the
creation of one unified department, now referred to as the Engineering and
Environmental Services (AE&ES Dept.). Implementation of approved
consolidated operations and functioning of unified AE&ES Dept.
warranted modifications in roles and responsibilities of Environmental
Services Operations employees and the modification of respective job
descriptions. As a result, certain positions are abolished and operations
previously performed by the Department either are significantly changed
or eliminated. Since the Environmental Services Operations employees
are given opportunity to assume new roles and responsibilities under the
restructured AE&ES Dept. organization, a Reduction in Force (RIF)
implementation is required in accordance with Section 800.027 of the
Augusta, Ga PPPM.
Analysis:
Financial Impact:
Alternatives:
Recommendation:Motion to approve implementation of “Reduction in Force” (RIF) due to
Reorganization/ Restructuring of Environmental Services and Engineering
Departments.
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission