Loading...
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