HomeMy WebLinkAboutBee Creek Greenway TrailMeeting Notes
Hike and Bike Trail Completion
Bee Creek Greenway Trail
(Along FM 2818 between Texas and Wellborn)
May 1, 2009
City Attendees: Danielle Charbonnet, Graduate Engineer (CIP); Venessa Garza, Greenways Program
Manager (P&DS); Joe Guerra, Transportation Planner (P&DS); and Beth Boerboom, Staff
Assistant (P&DS)
TxDOT Attendee: Mr. Chad Bohne, P.E., Bryan District Advanced Planning Engineer
After a brief overview given by Danielle Charbonnet, Venessa Garza and Joe Guerra, the following notes
were collected based on Chad Bohne's feedback.
• Current progress of plan
o AFA review
• AFA review for Bike Loop Phase 3 is finished with no surprises
• Potential issues with trail on south side of FM 2818
o Environmental clearance
• Needed due to disturbance of public ROW
• We may able to obtain a Categorical Exclusion
o Confirmation of necessary width
• Chad would need to verify the area is not needed/planned for another facility or
needed by TxDOT
o Confirmation of no conflicts with existing utilities
o Drainage issues
• Existing improvements
o Wellborn
• Normal, off-set sidewalk planned for east side
• Plan for multi-use path on west side of Wellborn between road and railroad was
considered but railroad company did not approve
o FM 2818 -south side
• No current plans or proposals for the section between the high school and Longmire
o FM 2818 -north side
• Grade separation project is currently taking place
o FM 2818
• Originally planned to be a freeway but now this is improbable
o Christine Ln
• Right in/Right out
• General suggestions
o Send an informal layout to TxDOT for any additional plans or changes to plans before
progressing too far in planning process
• Include crossing information with the layout
From:
To:
CC:
Date:
Subject:
Joe Guerra
Charbonnet, Danielle
Garza, Venessa; Rother, Troy
2/15/2010 4:07 PM
FM 2818 Hike & Bike Trail Comments
I I
Sheet #1 List of sheets -TxDOT has SW3P Standard Sheets. Note begin project and end project on vicinity map
Sheet #5 Check station limits on sheets 9 & 10. Note begin project and end project.
I
Sheet #6 Typical Sections are not drawn to scale relative to each other. 10' on one typical section looks longer than on another
typical section.
Sheet #7 Line symbology I am guessing is for silt fence because it is not on a legend. The plan sheets are to busy, I suggest a
separate sheet for SW3P items. Again we talked about this last meeting, but the absence of a vertical profile makes it hard to
check ADA grade requirements.
Sheet #8 Line symbology for tree protection is not on a legend.
Sheet #9 Tree list and numbering system is hard to read on plan view, I suggest a separate sheet maybe combining it with the
separate SW3 P sheets. ·
General comments: I assume quantity sheets will be part of 100% submission. Cross slope labeling and station limits were not
included.
Joe R. Guerra Jr. AICP, PTP
Transportation Planning Coordinator
Planning and Development Services
P.O. Box 9960
1101 Texas Avenue
City· of College Station, TX 77842
979-764-3556 Office Phone
979-764-3496 Fax
email: jguerra@cstx.gov
City of College Station
Home of Texas A&M University @
Multi-Use Path Alqng Harvey Mit hell PaA
Hike and Bike Trail Completion (ST-0904)
Presentation by:
CITY OF COLLEGE STATION
I p Bury+ Partners
ENGINEERING SOLUTIONS
Multi-Use Path Along Harvey Mitchell Pa ,,
Hike and Bike Trail Completion (ST-0904)
i> Bury Partners CJrr-..
E N G I N E E R I N G s 0 l u T I 0 N s Crrv OF Cou.F.GF. STATION
Project Overview
• Funding - 1 million dollars was allocated from the
November 2008 Bond Referendum.
• The Hike and Bike Task Force identified high priority t1
projects in 2004. A portion of this multi-use path was
identified in that process.
• The corridor will provide connectivity to key destinatio
including A&M Consolidated High School, Bee Creek
Park and commercial property such as Walmart.
I! p Bury 1-Partners
On OF C01.1.F.GE ST,\TION ENGINEERING SOLUTIONS
..
General Improvements
• 10 ft wide trail
• Drainage improvements along trail route
• Pedestrian signage and striping
• Pedestrian signalization and push-buttons at interse
crossings on the north side only
! p Bury -Partners
CITY OF Cou.F.GF. STATIO ENGINEERING SOLUTIONS
Safety Consideratio s
• Trail will be ADA compliant through the entirety of the r
• Safety handrail installed at Bee Creek Crossing on ere
side
• Pedestrian friendly improvements at intersection cross
I p Bury+ Partner s
CITY OF Cou.r.cr. ST,ITJON ENGINEERING SOLUTIONS
Tim ·eline
• Anticipated Completion
• Design: February 2010
• Construction: September 2010
~ p Bury -Partners
ENGINEERING SOLUTIONS CITY OF Cou.F.GE ST,moN
Section 1
! P Bury Partners
ENGINEERING SOLU T IONS CITY OF Cou .F .• r. STATIO
• •
Section 2
! P Bury Partners
ENGINEERING SOLUTIONS Crrv OF Cou.r.cE ST,mo '
Section 3
! p Bury _.__ Partners
ENGINEERING SOLUTIONS CITY OF Cou .F.GF. 5TA1·10N
Section 4
~ Bury Partners
ENGINEERING SOLUTIONS CITY OF Cou.F.GE STATION
P1 Bury p artners
ENGINEERING SOLUTIONS
Section 5
CITY OF COl.1.F.CE STATION
Contacts
For additional information or to submit comments, pleas
the following link and click on "Projects".
www.cstx.gov/greenconnections
City of College Station Contact Information
Danielle Charbonnet
Capital Projects Department
979-764-5028
dcharbonnet@cstx.gov
Venessa Garza
Planning and Development Serv
979-764-367 4
vgarza@cstx.gov
! p Bury Partners
CITY OF COLLF.l.F. STATIO ENGINEERING SOLUTIONS
Background
Bike Loop Phase II
Realignment
Capital Projects Department
March 8, 2010
~ Original 1993 grant proposal for the College Station Bike
Loop to provide roughly circular connection of bicycle
facilities connecting Texas A&M University, regional and
local retail centers, residential areas , as well as various
municipal buildings and several city parks.
~ 3 Phase Project:
0 Phase I -Constructed 29,000 If (5.5 miles) of bike lanes and signed
bike routes, and upgrades to existing paths;
0 Phase II -Constructed 7,800 If (1.5 miles) of bike paths through
Central Park, Lemontree Park, and Bee Creek Park;
0 Phase Ill -Upon completion of Bee Creek Drainage Improvements,
would complete path along the Bee Creek shelf to Texas Avenue.
1
Original Alignment
2
Proposed Alignment
Node Connection
3
Benefits
~ Accomplishes same goals with benefit of
preserving trees
~ Allows connectivity with east side of Texas
Avenue
~ Provides more direct connection from south
of town northward towards the A&M campus
Questions
4
Design Progress MeITD
To: Danielle Charbonnet
From: Alex Reyna, P.E.
CC:
Date: February 1, 2010
BURY+ PARTNERS, INC.
Re : Hike and Bike Trail Completion (ST-0904) -90% Submittal ·
Dear Ms. Charbonnet:
We will be submitting the 90 % design of the hike and bike trail along Harvey
Mitchell Parkway on Monday February 1, 2010 to your office for your review.
Please accept this memorandum as a summary of tasks that have been completed,
issues that have arose during the 90 % design, and tasks to be completed. Also
attached to this memorandum is a response to the comments generated during the
60 % design review.
Upon being released to proceed with 90 % plans on December 22, 2009, BPI began
addressing comments generated by City of College Station staff as well as adding
the final components to the plan set. The geotechnical engineering report for the
project was completed on January 8, 2010 and has been included with this
submittal package for the City's use. Furthermore, the environmental sub-
consultant anticipates that the Categorical Exclusion document to be completed and
ready for client review by February 8, 2010.
For the 90 % Design, BPI focused on finalizing the grading, adding the drainage
improvements, and finalizing traffic improvements for the project. The drainage
improvements at Nueces A venue Crossing, Southwood Drive Crossing, and
Longmire Drive Crossing have been appropriately sized placed in order to aid in
the drainage with the construction of the trail.
Upon consulting with our environmental sub-consultant and TxDOT environmental
engineers, any disturbance to the trees at Bee Creek Crossing will not trigger
coordination with the Texas Parks and Wildlife Department (TPWD) because the
trees do not meet the "mature" classification as set by TPWD. With regards to the
permit obtain by the City for the Bee Creek area, any disturbance to these trees will
not affect the permit as long as the trees are restored and maintained after the
completion of the trail construction.
Finally, the bid proposal as well as the specifications have been completed and
included with this submittal package for the City's review.
The items in the above memorandum are only a brief summarization of the tasks
that have been completed and what is to be completed. We will be able to go into
greater detail during the 90% Submittal Meeting. Please do not hesitate to contact
us if you should have any questions or comments.
Project Engineer
Page2
60% Design Review Comment Response
1. Sheet 6 -The cross-section for the 6' sidewalk scales off at 3 inches, but our COCS standard
states that we do a 4 inch sidewalk.
BPI received the Geotechnical Engineering Report and have revised and finalized the
various cross-sections per the recommendations of the report.
2. Please review AASHTO "Guide for the development of bicycle facilities" for design criteria. I
believe it states a 6: 1 slope for the first 2 feet off of the edge of the path, 3 feet being preferred
for vertical clearance.
The grading has been reviewed and revised to reflect 6:1 slope for the first 2jeet off the
edge of the trail. All areas along the trail meet or exceed the minimum vertical clearance at
this time. Tree pruning will be required in the fature to maintain the minimum vertical
clearance.
3. Include station numbers for where each cross-section applies.
The range of stations for each cross-section has been provided on Sheet 6 -Typical
Sections.
4. Include cross-section for traffic rated section at driveway crossings.
BPI received the Geotechnical Engineering Report and have revised and finalized the
various cross-sections per the recommendations of the report.
5. Sheet 7 -Note to adjust existing electrical ground box.
A note has been included on Sheet 7 to address the adjustment to the electrical ground box.
6. Sheet 8 -Show where the gas line runs from the gas marker along Nueces.
A subswface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility .
Page3
7. Reconsider the design of the culverts on the west side of Nueces. You have the proposed
culvert connecting in against the flow of the existing culvert pipe that is being extended.
Based upon the survey data that was obtained and visual inspections ofthe existing culverts,
the proposed culverts have been appropriately sized and designed.
8. Label Nueces.
All roadways have been labeled within the plan set.
9. Will adjustments to the light pole be required adjacent to the path on the west side of Nueces?
An annotation has been included within the plan set describing the relocation of the laminar.
10. Show where the electrical conduit runs to from the light poles.
A subsurface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
11. Show the depth of the culvert in plan-view and show cross-section.
Flow line data has been included within the plans for all existing and proposed drainage
features. A cross-section has also been included for all proposed drainage features.
12. Verify that proposed stop bar location is less than or equal to 30 feet from the edge line
marking. Reference TMUTCD requirement.
The proposed relocation of the stop bar meets the minimum requirements of the TMUTCD
requirements.
13 . Stop sign located per TMUTCD.
The proposed relocation of the stop sign meets the minimum requirements of the TMUTCD
requirements.
14. Label all ambulatory ramps and reference detail.
All ambulatory ramps have been labeled and referenced to their appropriate detail.
Page4
15. Culvert on the east side of Nueces does not appear positioned with the flow-line of the ditch.
Based upon the survey data that was obtained and visual inspections of the existing culverts,
the proposed culverts have been appropriately sized and designed.
16. Show underground electric near Sta. 20 + 50 in cross-section view.
A subsuiface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
17. Reference intersection detail sheet.
For proposed improvements with regards to signage and striping at intersections, exzstzng
conditions have been included within the plan set and annotations have been included
stating that proposed signage and stripping has been included on the respective intersection
detail sheet.
18. Sheet 9 -Design path across private driveway so that there isn't a sharp slope between the
sidewalk and the edge of roadway.
Comment Noted
19. Label tree type and sizes on the plans.
Tree tables have been included on the plan sheets that include trees that have been
surveyed.
20. Path appears too close to cluster of trees on the north side of the path, within 5'. Construction
will impact root zone . Position path such that it minimizes impact on the trees.
' The cluster of trees was surveyed and marked at the outside edge of the branches and brush.
We are confident that this alignment will not impact the root zone of the trees.
21. Show where the conduit runs between light poles.
A subsuiface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
Pages
22. Show the radius of the path at the light pole near Sta. 25+50.
Line and curve tables have been included with the plan set.
23. Label rock wall on plan view. Will a handrail still be included? Provide detail view .
The rock wall has been labeled and a cross-section of this area has been included on the
specific plan sheet. Details have also been included within the detail sheets.
24. Rock wall alignment can remain as shown in 60 % plans and the trees can be removed to be
replaced provided you provide a detailed spec that outlines the care and maintenance of the
trees while uprooted. Can also consider changing rock wall angle to minimize tree impact.
May consider doing this to stay below trigger points of the environmental review.
BPI has consulted TxDOT environmental staff as well as our environmental sub-consultant
with regards to the disturbance to the trees. Any impact to the trees will not trigger review
with the Texas Parks and Wildlife Department (IPWD) because the existing trees do not
meet the "mature" classification as set by TPWD.
25. Sheet 10-Show where the conduit runs from the light pole near Sta. 28+00.
A subsurface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
26. Include tree protection/pruning plan for areas where path near trees or brush, like Sta. 31 +50.
Also, see AASHTO requirement for vertical Clearance of bike paths.
Tree protection will be included with the specifications of the project.
27. Sheet 11 -Label electrical crossing at Sta. 33 +00 as overhead or underground electrical.
The label has been revised to reflect the appropriate type of electrical crossing.
28. Pipeline marker symbol not shown in legend. Show where the pipeline runs on the plans from
the marker.
The pipe line marker has been added to the legend. A subswface utility investigation was
not conducted as part of this project, therefore the location of dry utilities that have been
identified by survey data is for reference only. It is the responsibility of the contractor to
identify and locate underground dry utilities. Various notes and annotations have been
Page6
included within the plan set to show the contractor where crossings are located and their
assumed responsibility.
29. Path seems to close to the trees at Sta. 33 + 50. How will root zone be handled so trees do not
die?
The route was first walked with BPI and City staff to obtain an approved alignment. BPI ·
feels that the current alignment will not affect the root zones of the trees.
30. Show the path radius around the tee near Sta. 36+00.
Line and curve tables have been included with the plan set.
31. Sheet 12 -Flatten the curvature of the path in this area similar to Sheet 15.
The alignment has been modified in this area to reduce the curvature of the path.
32. Show where electrical runs that connects to the existing electric ground box near Sta. 39+00.
A subsuiface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
33. Show where the conduit runs between the light poles.
A subsuiface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
34. Shrubs or bollards at the end of the asphalt driveway.
City staff need to make a decision on what type of treatment shall be proposed, if any. The
cross-section of the trail will be traffic rated from the Utility Substation to just east of the
beginning of the frontage road in order to prevent vehicles from crushing the trail.
35. Sheet 13 -Label rock wall. Show in detail.
The rock wall has been labeled and a cross-section of this area has been included on the
specific plan sheet. Details have also been included within the detail sheets.
Page?
36. Make sure grading will not impact signal pole. Foundation and bolts cannot be covered.
The gra.ding has been modified and/or a.djusted near the signal foundations to prevent the
foundations from being covered.
37. Include pedestrian buttons for both north and south directions.
Pedestrian buttons have been included for a user to travel from north to south.
38. Label ambulatory ramps and reference appropriate detail.
All ambulatory ramps have been labeled and referenced to their appropriate detail.
39. Reference intersection detail sheet.
For proposed improvements with regards to signage and striping at intersections, ex1stmg
conditions have been included within the plan set and annotations have been included
stating that proposed signage and stripping has been included on the respective intersection
detail sheet.
40. Label culvert as proposed at Sta. 48 + 25.
Flow line data has been included within the plans for all existing and proposed drainage
features. A cross-section has also been included for all proposed drainage features.
41. Sheet 16 -Label the box at the intersection on the west side of Longmire.
The symbol for a traffic control box has been added to the master legend on Sheet 2.
42. Label and reference ambulatory ramp detail.
All ambulatory ramps have been labeled and referenced to their appropriate detail.
43. Show depth of gas line west of intersection. Show in cross-section view.
A subsuiface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Van·ous
notes and annotations have been included within the plnn set to show the contractor where
crossings are located and their assumed responsibility.
Page8
44. Label culverts that are proposed as proposed.
Flow line data has been included within the plans for all existing and proposed drainage
features. A cross-section has also been included for all proposed drainage features.
45. Reference intersection detail sheet.
For proposed improvements with regards to signage and striping at intersections, exzstzng
conditions have been included within the plan set and annotations have been included
stating that proposed signage and stripping has been included on the respective intersection
detail sheet.
46. Rework the east corner at the intersection for compliant ADA ramps.
The comer of Longmire and FM 2818 has been revised to comply with ADA requirements.
47. Sidewalk east of Longmire should be 8 foot wide.
The sidewalk has been revised to reflect 8-foot width with a taper to 6 feet at the end in
order to tie in to the existing sidewalk.
48. What's the depth of the underground electrical in the grading area?
A subsuiface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey data is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
49. Sheet 17 -What are these gaps in the curb? Not clear.
The gaps in the curb represent existing cuts in the curb to allow for drainage.
SO. Taper down sidewalk width from 6 feet to 8 feet where it ties in to existing sidewalk at back of
curb.
A taper has been added.
S 1. Show trees as to be protected.
Tree protection has been added.
Page9
52. Include any trees and irrigation from Texas Ave. Streetscapes project on the plans and show to
be protected.
BPI has coordinated with WP and we have added the Texas Avenue Streetscape Plans to
assure we do not affect that project.
53. Sheets 18-20 -In addition to the summary of Proposed pavement markings, show in the plans
and give summary of existing pavement markings to be removed.
Pavement markings to be removed have been added to the plan sheets.
54. Existing pavement markings need to be removed and not just covered in black paint.
Comment Noted
55. Confirm distance from pavement edge per TMUTCD requirement.
The proposed relocation of the stop bar meets the minimum requirements of the TMUTCD
requirements.
56. Sheet 18 -Relocate existing lane assignment sign north 50 feet from current location.
The proposed relocation of the lane geometry sign has been moved to 50 feet north of the
existing location.
57. Sheet 19 -Show existing signage.
Existing signage has been added to the plan sheet.
58. What is the box labeled 'A'?
This is a reference to the electrical schedule table on the sheet. This annotation is common
practice when identifying electrical runs for the purposes of signals.
59. #4 stripe, 12" white solid scales off as 34 LF.
Quantities have been checked and revised.
60. Show existing signal pole-as ilepicted in legend.
Existing signal poles have been revised to reflect the depiction of the legend.
Page 10
61. Sheet 20 -Show existing signage.
Existing signage has been added to the plan sheet.
62. What is the box labeled 'A'?
This is a reference to the electrical schedule table on the sheet. This annotation is common
practice when identifying electrical runs for the purposes of signals.
63 . Show existing signal pole as depicted in legend.
Existing signal poles have been revised to reflect the depiction of the legend.
64. Show depth of gas line .
A subsurface utility investigation was not conducted as part of this project, therefore the
location of dry utilities that have been identified by survey dala is for reference only. It is
the responsibility of the contractor to identify and locate underground dry utilities. Various
notes and annotations have been included within the plan set to show the contractor where
crossings are located and their assumed responsibility.
General Comments:
65. Include both up and downstream flow-lines for all existing and proposed drainage features .
Flow line dala has been added for all existing and proposed drainage features.
66. Show cross-sections at all utility crossings and drainage structures, proposed and existing.
A cross-section has been included for proposed and existing drainage crossings.
67 . Provide a horizontal alignment data sheet to include vertical and horizontal control on the
ground, specify datum.
Datum, curve, and line data tables have been included within the plan set.
68. Provide curve data on each plan sheet.
Datum, curve, and line data tables have been included within the plan set.
69. Provide station locations where slope changes on multi-used path.
Spot elevations have been included at the north, middle, and south edge of the trail along
the entire path of the trail.
Page 11
70. We will not use an alternate trail material for the path. The path shall be concrete.
Comment Noted
71. We do not wish to include an alternate for a sidewalk along Nueces.
Comment Noted
72. No brick pavers shall be included from Longmire to Texas.
Comment Noted
73 . The approximate letting date is driven mostly by the environmental review time. You can
include July 14, 2010 as the date for the CE.
Comment Noted
7 4. A waiting approval from TxDOT on the construction staging area and the rock wall approval.
Comment Noted
75. Include survey control points and benchmarks.
Survey control points and benchmarks have been added.
Page 12
CITY OF C OUEGE STATION
Platni"K t7 Dn'f!.lo/mntl Stntica
PROJECT STATUS REPORT
PROJECT: Bee Creek Greenway Trail along FM 2818
Date: May 13, 2009
Project Status: Planning
CIP Project Manager: Danielle Charbonnett
Client Department: Planning and Development Services
Venessa Garza -Greenways Program Manager
Other Departments: Parks and Recreation; Public Works
BACKGROUND ~
One million dollars ~e allocated through the November 2008 Bond for the implementation of
projects identified by the Hike and Bike Task Force and adopted by City Council on November J <>-:t'
23, 2004. Roi lout for these funds are slotted from FY 09 -FY 11. f' l-t 1'~ -tW \cPIU .......+<.. ~~~T ~~ p"-'°j~'t--\~
High priority trail projects, identified by the Hike and Bike Task Fo rce in 2004, that have not
been completed include Bee Creek Trail West South {#2), Gulf States Utilities ROW (#5) and Bee
Creek Trail West North (#6). Based on these priorities initial conclusions indicated the
completion of Bee Creek Trail West South. This trail would follow FM 2818 on the south side
from Steeplechase Park to Southwood Drive which would also connect Larry J. Ringer Library
and Georgie K. Fitch Park.
Staff, however, recommends the completion of Bee Creek Trail West North (as identified on the
attached map from Welsh to Texas) due to a number of factors described here including: 1)
Connectivity to key destinations including A&M Consolidated High School, Bee Creek Park and
commercial property such as Walmart (crossing at Longmire) 2) Intersection improvements
(existing/under construction) at Welsh & FM 2818 and Longmire & FM 2818 and 3)
Demonstrated need from students attending A&M Consolidated High School wishing to walk
and bike to school along this corridor.
PROJECT STATUS
• Staff met with Hannah White, a student at A&M Consolidated HS who participated in
the walking demonstration on April 24th in front of the school. Students plan to attend
the City Council meeting on May 18th to express their desire for sidewalks along FM
2818 and present a petition.
• Staff met with TxDOT to discuss the proposed alignment within FM 2818 right of way.
TxDOT has given preliminary approval and requested a map to distribute to appropriate
departments for final approval.
..
• Staff also met with Mr. Ernest Reed, the principal of A&M Consolidated HS who is in
favor of a trail in front of the school.
Based on the current situation and factors listed above, staff recommends design and
construction of a greenway trail along the north side of 2818. Staff saw an opportunity at this
stage in the project to reevaluate priorities and consider factors described above.
July 9, 2009
Consent Agenda Item #
Hike & Bike Trail Completion
Professional Services Contract
To: Glenn Brown, City Manager
From: Chuck Gilman, Director of Capital Projects
Agenda Caption: Presentation, possible action, and discussion on a resolution awarding
the professional services contract (Contract No. 09~41) with Bury + Partners, Inc. in the
amount not to exceed $112,133 for engineering design services for the Hike & Bike Trail
Completion Project (ST-0904).
Recommendation{s): Staff recommends Council approval of the resolution and award
of the professional services contract to Bury+Partners, Inc.
Summary: The Hike & Bike Tra jl Com pletion Project was part of the 2008 bond
authorization to implement projects identified by the Rike & Bike Task Force and adopted by
Council on November 23 After hearing the concerns of students at A&M Consolidated
Hig c oo a e May 18th council meeting, staff proposed an alignment change and
Council supported the decision for a greenway trail to be constructed on the north side of
FM 2818 from Welsh to Texas Avenue. The Welsh to Texas Avenue trail is identified on the
HikQ g. 6ik8 ~iii6te r PlaA. "f,1 \(.L.L.J~ ~ Pe.~'""-MA.Stl.Ju Pl~.
Staff recommends building this portion of the plan to address the students' concerns and
provide greater multimodal mobility along the FM 2818 corridor. The Welsh to Texas
Avenue trail will also connect to the current improvements along Longmire, including the
intersection improvements at FM 2818 and the bridge crossing Bee Creek, which will further
increase multimodal connectivity throughout the city.
Budget & Financial Summary: This project is funded from the 2008 Bond Authorization
in the amount of $1,000,000. Funds in the amount of $333,000 have been appropriated
this fiscal year for the design of the trail. $1,302.80 have been expended or committed to
date, leaving a balance of $331,697.20 for this contract award and future expenses.
Attachments: 1.)
2.)
p Tt ·~~of
Resolution
Project Location Map
~~/ _ ___,"
Q~ot -fk ptUot1.-(1', p"°)t-Li.S
Engineering Services Scope of Work
Prepared by Bury+ Partners
For
Texas Avenue/Welsh A venue Hike And Bike Trail
Project Description
The City of College Station (City) has established a Hike and Bike Trail Task Force, which
has identified approximately 40 projects for new construction or rehabilitation of trails
throughout the City. One of the projects selected is a new trail to be constructed from
Texas Avenue to Welsh Avenue along Harvey Mitchell Parkway (FM 2818).
Starting in front of A&M Consolidated High School at the northeast comer of
Welsh Avenue and FM 2818, the trail traverses east along the north right-of-way (R.O.W.)
of FM 2818 to reach a major creek crossing. Upon crossing the creek, the trail continues
east to terminate at Texas A venue at the northwestern return. The alignment of the trail lies
entirely within the Texas Department of Transportation's (TxDOT) R.O.W. The total length
of this project is approximately 6, 100 linear feet.
It is assumed that this alignment has been established by the City and an evaluation of
alternate alignments is not part of this scope of work.
Bury+ Partners, Inc. (Bury) has prepared the following scope of work for Preliminary
Engineering Services, Environmental, Preliminary Design, Final Design, and
Bidding/Construction Administration.
1. Data Collection
Bury and its sub-consultant team members (the Project Team) propose to include the
following services during the Data Collection phase of the project:
1.1. Conduct a project kick-off meeting with City staff and the Project Team. A walk of
the area will be conducted with City staff and the Project Team to spot any sensitive
areas and obtain concurrence on an alignment for the trail.
June 2, 2009
Page 2of6
1.2. The City has attended meetings with the TxDOT to understand what level of review,
including environmental, will be required. The City will provide meeting minutes
from this meeting.
1.3. The Project Team will coordinate with TxDOT to gather roadway plans for
FM 2818 for the extents of the project.
1.4. The Project Team will gather existing dry utility data along the trail path.
1.5. The City will provide any information regarding all existing wet utilities.
2. Environmental
Any project that lies within TxDOT R. 0. W. is required to submit some level of an
environmental document. This document depends on the level of disturbance in which the
project will have on the land which it is planned to be constructed. City staff attended a
meeting with TxDOT in which it was documented that a Categorical Exclusion (CE) would
be the required environmental document for this project. The following services will be
included within the Environmental Investigation of this project:
2.1. Per conversations with City staff, the Project Team has assumed that a CE will be the
required environmental report to be submitted to TxDOT. The CE report will address
the following:
2.1.1. Need and Purpose
2.1.2. Proposed Action
2.1.3. Project Setting and Land Use
2.1.4. Socioeconomics
2.1.5. Environmental Justice
2.1.6. Limited English Proficiency
2.1.7. Section 4(f) Resources
2.1.8. Historic Properties
2.1.9. Archeological Resources
2.1.10. Vegetation
2.1.11. Water Quality
2.1.12. Soils/Farmland
2.1.13. Utilities
2.1.14. Invasive Species
2.1.15. Threatened and Endangered Species
2.1.16. Air Quality
2 .1.17. Noise Impacts
2.1.18. Hazardous Materials
2.1.19. Visual
2.1.20. Flood Plains
2.1.21. Wild and Scenic Rivers
2.1.22. Public Involvement
June 2, 2009
Page 3of6
2.2. Submit the finalized CE report to TxDOT for review. The Project Team will
coordinate with TxDOT staff to address any comments.
2.3. Revise and submit updated report to TxDOT for final review and approval.
3. Preliminary Design
The Project Team will conduct the following tasks to complete the Preliminary Design of the
Hike and Bike Trail:
3.1. Conduct progress meetings, three (3), with City staff at each milestone submittal:
preliminary, 30 %, and 60 % submittals. A progress memorandum will be submitted
to the City at least one (1) week prior to each progress meeting.
3.2. Weekly progress emails will be sent out detailing project progress as well as
upcoming tasks for the· following week.
3.3. Conduct a field survey to include topographic features and tree data. The survey will
capture all areas 25-feet off the centerline of the trail route. All trees eight (8) inches
and larger in caliper will be surveyed.
3.4. Conduct a field survey to tie R.O.W. monumentation to locate R.O.W. limits of
FM 2818.
3.5. The Project Team will conduct a geotechnical analysis along the trail. One (1) boring
sample at a 25-foot depth will be conducted on either side of the major creek crossing.
Four (4) other boring samples at a five (5) foot depth will conducted along the trail.
3.6. Create preliminary route exhibits and schematic drawings of the trail alignment. This
is to include schematic drawings of the pedestrian bridge to be constructed over the
major creek crossing. Submit schematics to the City to gain concurrence.
June 2, 2009
Page 4of6
3. 7. Preliminary designs for the trail will include the design of a structural pedestrian bride
to span across the major creek crossing. The bridge is assumed to be a precast
concrete double tee type bridge.
3.8. Bury will attend two (2) public meeting on behalf of the City.
3.9. Prepare 30 % plans/construction drawings for the pedestrian hike and bike trail to
submit to the City for review.
3.10. Meet with the City in order to review and incorporate the City's 30 % review
comments .
3.11. Prepare 60 % plans/construction drawings for the pedestrian hike and bike trail to
submit to the City for review.
3 .12. Meet with the City in order to review and incorporate the City's 60 % review
comments.
3.13 . Prepare an opinion of probable cost per the preliminary designs for the route.
3.14. Coordinate with TxDOT to understand the requirements of the Multiple Use
Agreement (MUA) and what supporting documents will be required.
3.15. Prepare and submit the MUA to TxDOT with supporting exhibits and drawings. 60 %
plans are typically submitted with the MUA.
3.16. Coordinate with TxDOT and the City of College Station in order to execute the
MUA.
3 .17. Prepare a Traffic Control Plan (TCP) to be included within the construction
documents.
3.18. The TCP will be submitted to TxDOT for review and approval.
4. Final Design
Upon the completion of the Preliminary Design phase, the Project Team will begin the
Final Design phase . The following services will be included within this phase of the project:
4.1. Conduct progress meetings, two (2), with City staff at each milestone submittal: 90 %
and 100 % submittals. A progress memorandum will be submitted to the City at least
one (1) week prior to each progress meeting.
June 2, 2009
Page 5of6
4.2. Prepare 903 plans and specifications to the City for review. Specifications will be in
City format to include the bid document in Word format, special provisions, and
technical specification
4.3. Meet with the City in order to review and incorporate the City's 90 3 review
comments.
4.4. The Project Team will submit plans to a Registered Accessibility Specialist to review
the plans against the Texas Department of Licensure Requirement (TDLR) standards.
We will coordinate with the reviewer to address any comments.
4.5. Finalize plans/construction documents to 1003 completion.
4.6. Provide 8 bid documents (not including construction drawings) to the City. A
total of three (3) sets of final construction documents at 100 3 completion will
be submitted to the City. Of the three (3) set of plans, one (1) set will be full-size
(22-inch x 34-inch), and two (2) sets will be half-size sets.
4.7. One (1) digital copy of all engineering documents, plans, and design documents will
be submitted to the City.
4.8. One (1) digital copy of electronic CAD file s in AutoCAD format will be submitted to
the City.
4.9. Assist the City in the preparation of construction contract documents.
5. Bidding/Construction Administration
After all bid and construction documents have been finalize, the Project Team will begin the
Bidding/Construction Administration phase of the project, which will include the following
services:
5 .1. Assist the City in advertisement of bid.
5.2. Assist in conducting a pre-bid meeting.
5.3. Prepare and issue any necessary addenda to bid.
5.4. Receive and evaluate bids.
5.5. Make recommendation of award of bid.
5.6. Assist the City in preparing construction contract documents.
5. 7. Assist the City in conducting pre-construction meeting
5.8. Attend up to six (6) monthly progress meetings
June 2, 2009
Page 6of6
5.9. Provide periodic onsite field observation trips for an average of two (2) visits per
month for a six (6) month construction phase (maximum).
5.10. The Project Team will provide materials testing during the duration of the
construction phase.
5 .11. Review monthly pay requests from contractor.
5.12. Respond to questions during construction and any necessary Request For Information
(RFI) responses.
5 .13. Review and provide recommendations to the City regarding any proposed change
orders.
5.14. Prepare As-Built plans and submit in electronic AutoCAD format to the City.
ASSUMPTIONS
The follow items are assumptions that have been made for the purposes of this scope based on
conversations with the City:
1. The City will provide any surveys that have been done for the area in which the trail will be
built.
2. The construction of the pedestrian trail will be entirely within TxDOT R. 0 . W.; therefore, no
easements will be required.
3. The preferred alignment has been established and, therefore, an evaluation of alternatives is
not part of this scope.
4. It is assumed TxDOT will grant a CE for this project.
5. Plans will be prepared in AutoCAD.
P:\ADMIN\80061-College Sration\01-Hike & Bike Trail\PM\Scope of Work 060209.doc
0 [QOOI "J)~\M
'.Cj} j_
~s:----·--
a6t?d
pafOJd
I
date
project
~pa_g_e -------~----'···· _ .. __ ......... _ .. ...... ........ ..... .. .... .. ....... t'Yl.~. I~~~-~~~--....... .
.. bio~')\"1~~-~ ../e..~-~.: .......................................................... .
-· --· .. ---· ··-.. -... ·-........ --..... ----' ........ ' .. -· -· --· .. . .... .. --· .. -----~ .. . . .. ·-. -.... ·-·--...... -· .. -· ... ----...................... ---.. ., -----
----------·-··········-·········--·-····················-··············· "~~~~-.. ·············-~·-·································-·······································································································
f.~ (!tlt:t:, ftCe>-y, ~ fT<-... · .·.·.·~·-·_·_·_·_·_· . .-.. -.. -.-.-.. ~.--.. _._._._. ______ _. __ ._ ___ ._.__._._._ ....... -.. ··.···-~------··.· . .-.·.· ....... :.· . .-.-.·.·.· . .-···.····.·· .. ~.-;&_ci .... ·~.;;;;;;;, . .-.-.-.. ~ .. i;.~ .. f .. ·;gi~i--;·~~--!1--
---------------·····. •· ................ ------------------------------------------·----·----·-·-·-----··--.
···-··············· ································· ·······························-··········h .. (C4:~·::<, ... ::·;;;_~.5~::;··:.::.·.:::·.:····.::·::·.::::::·.:::.:.:::.::::::::::::.:::::·:::.:::.·:::::·:.::.··::·::.:
. ............. .... :.:: : ...... :··.···:.~----~:: .. ::·.· ::::::.: .. :·:·:·::.:~···::·::.::: .. · ·: .... :~·~·~'± ... :: .. :: .. :· .. :· ... :.:·::.: ... :::··:·::···::: .. ::.::::·: .. ·.:::: .. ·:.···.:::.· .. :::: ... :.··:.:.::.::::::.::: .... :: .. ·:· .... ·····:·: .. ·::::·::·.:::
-_·· ..••••...••.••••.•••••••••••.••.••..•••••••..••...•..••••••••••••• ~~············································································
•····•·•····•···· .. ···.· --~ri~u:t ~ltl~~-< .•..... ····•·· ... ·.·. > ,. " . v · ... L -Y.j
task list:
-.
... .. --·----------------· - -----··-·"'-· ·'---'.:;.--:;~··---
j
--------~ ·_ :...._.,{<.----.. --~ ... -·---.......... --------.... .
. " . C4..4(lj (Yl.{ l ,J.. (f. ~ t~---· .. .. . .. .. . ······· .....
... ····lk···;···. ~--·········
..•..•• pMn~O'(,············· .• ... r~-rs --~~
. ............. . ..... -~·-···········
····.· ... ······ · .. ······. · .. · ........ ··· ~ ~;~~t~~~lb--
201 6.
l
..,
Bury+ Partners
ENGINEERING SOLUT I ONS
City of College Station
Hike and Bike Trail Completion (ST-0904)
(Texas A venue/Welsh A venue Hike and Bike Trail)
Meeting Agenda
August 23 , 2010
Type of Meeting: Pre-Construction Meeting
Meeting Facilitator: Bury+ Partners
Attendees: Danielle Charbonnet, Project Manager (City of College Station)
Vanessa Garza, Greenways Program Manager (City of College Station)
Jerry Jones , Engineering Inspector (City of College Station)
Steven Kasberg (TxDOT)
Trey Taylor (Bury+ Partners)
Bobak Tehrany (Bury+ Partners)
Ricky Palasota (Brazos Valley Services)
Bill Gaston (Bravos Valley Services)
Peter Paletta (Terracon)
Mark Dornak (Terracon)
\)it)S ~
Topics of Discussion:
1. Introductions
2. Project Overview and Limits
3. Submittals
4. Construction Schedule/Sequence of Construction:
• Time to Completion wobl\~~ ~ 3b-t!J.
I ·i d_>c-.r 3
• Establish NTP date _ c(~ce., ~-~ ~I 1J10 1\1)\ bn.l\-<t'J
P:\ADMIN\80061-College Station\01-Hike & Bike Trail\! 1.03 Pre-Bid Documents\082310 Pre-Construction Agenda.doc Page 1 of 2
5. Special Items:
• Grading and ADA Requirements
• Bee Creek Area Construction
• Electrical and Conduit Work at Southwood
• Thickened slab and rails at Southwood and Longmire
• TxDOT concerns
~ • Public Notification (72 hour advance for lane closures)
• Construction site maintenance (erosion control, trash, restoring site conditions)
6. Material Testing
7. Summary
P AI-~~'-~
8. Adjourn
P:\ADMIN\80061-College Station\01-Hike & Bike Trail\11 .03 Pre-Bid Documents\082310 Pre-Construction Agenda.doc Page 2 of 2
May 17, 2010
Regular Agenda
Hike & Bike Trail Completion Project
Final Design Presentation
To: Glenn Brown, City Manager
From: Chuck Gilman, Director of Capital Projects
Agenda Caption: Public Hearing, presentation, possible action and discussion concerning
approval to publicly bid the Hike & Bike Trail Completion Project.
Recommendation(s):
construction bid.
Staff recommends proceeding with advertisement for the
Summary: Hike & Bike Trail Completion Project (ST-0904) was part of the 2008 Bond
Authorization to implement projects identified by the Hike & Bike Task Force and adopted by
Council on November 23, 2004. After hearing the concerns of A&M Consolidated High
School students at the May 18, 2009 council meeting, staff proposed an alignment change
and Council supported the decision for a multi-use trail to be designed and constructed
along the north side of FM 2818 from Welsh to Longmire. The design contract was awarded
July 9, 2009. Design was completed and environmental clearance obtained from TxDOT in
April 2010. Given that the City has received favorable bids on recent construction projects,
Staff has also included a bid alternative to extend the sidewalk from Texas Avenue to
Longmire.
The Welsh to Longmire trail is identified on the Bicycle, Pedestrian, and Greenways Master
Plan recently adopted by Council. The trail will provide greater multimodal mobility along
the FM 2818 corridor connecting destinations including A&M Consolidated High School, Bee
Creek Park, and commercial and residential property.
Budget & Financial Summary: This project is funded from the 2008 Bond Authorization
in the amount of $1,000,000. Funds in the amount of $120,813.76 have been committed or
expended to date, leaving a balance of $879,186.24 for construction of the trail and other
expenses.
Attachments:
1.) Project Map
Date/Time:
Location:
Agenda:
City of College Station
Hike and Bike Trail Completion (ST-904)
PRE-BID CONFERENCE AGENDA
June 24, 2010; 2:00 p.m.
City Hall
2nd Floor Conference Room 1
1101 Texas Avenue
College Station, TX 77842
1. Sign-in Sheet
2. Introductions
3. Project Overview
a.
b.
c.
d.
Tree Planting Times and Coordination -f'ltkt
tzepl~.( 'I<. ~&.V. ~t' 0(., t.
Southwood Traffic Work Coordination L. -~ • -· MM-«c~Oli-. -coc.~ ..-~ "-"''~'~
TxDOT Considerations
Storm Water Pollution Abatement Plan (SWPPP)
4. Bid Date July 1, 2010, 2:00 p.m.
5. Bid Requirements
6. Time to Achieve Substantial Completion/Liquidated Damages
7. Work Hours
8. Site Access/Use of Premises
9. Bidder's Questions
BPI Job No. 80061-01 Page 1of1
P:IADMIN\80061-College Station\01-Hike & Bike Trail\1 1.03 Pre-Bid Documents\062310 Pre-Bid Agenda.doc
Pre-Bid Agenda
May 17, 2010
Regular Agenda
Hike & Bike Trail Completion Project
Final Design Presentation
To: Glenn Brown, City Manager
From: Chuck Gilman, Director of Capital Projects
Agenda Caption: Public Hearing, presentation, possible action and discussion concerning
approval to publicly bid the Hike & Bike Trail Completion Project.
Recommendation(s):
construction bid .
Staff recommends proceeding with advertisement for the
Summary: Hike & Bike Trail Completion Project (ST-0904) was part of the 2008 Bond
Authorization to implement projects identified by the Hike & Bike Task Force and adopted by
Council on November 23, 2004. After hearing the concerns of A&M Consolidated High
School students at the May 18, 2009 council meeting, staff proposed an alignment change
and Council supported the decision for a multi-use trail to be designed and constructed
along the north side of FM 2818 from Welsh to Longmire. The design contract was awarded
July 9, 2009. Design was completed and environmental clearance obtained from TxDOT in
April 2010. Given that the City has received favorable bids on recent construction projects,
Staff has also included a bid alternative to extend the sidewalk from Texas Avenue to
Longmire.
The Welsh to Longmire trail is identified on the Bicycle, Pedestrian, and Greenways Master
Plan recently adopted by Council. The trail will provide greater multimodal mobility along
the FM 2818 corridor connecting destinations including A&M Consolidated High School, Bee
Creek Park, and commercial and residential property.
Budget & Financial Summary: This project is funded from the 2008 Bond Authorization
in the amount of $1,000,000. Funds in the amount of $120,813.76 have been committed or
expended to date, leaving a balance of $879,186.24 for construction of the trail and other
expenses.
Attachments:
1.) Project Map
S ~ V t:'LN otJ
tlin-\-o.. µ.< ( Ler
~ O~V\ U Lb-SD
1>~ f/1 1:,~
~V:t:>O-~ 0-AT\ 1~
~~f-
TeoV\ ~(){1c..Lv\Mclk'
Eht\.ct \ \ A<ld.-K e 5: <;.
Su ~r.;a~ ~ fu ks / t;}\.1( Neet-1n7 . ~
m \"ta 68-@ <JM-°'-l J ,c_o ~
jOV\V\· ~~c @ JMA~J-c~
A}_ 'SM{eg /lrl.6t,/ 1. l /JVT'...
ell ~~@ {i::4k .~
f\-u PA rr 5"@ V l:.. ltt z..o Al . t\l ~ T
{k W7~<2~~~1J77 .COUA._
~m \I\/\ \ti'C!Yt@ ~J t~
Bryan/College Station Connectivity Discussion
Joint P&Z Commission Meeting
9 November 2009
College Main
•
Bryan -planned project includes the reconstruction of College Main from Old College to the city
limits. The street is to be widened and the open ditch will be converted to storm sewer with curb
and gutter and sidewalks. This project is in design with planned construction start in summer of
2010.
College Station -Existing sidewalks and designated bike lanes from University Drive to the city
limits
South College
• Bryan -planned reconstruction of South College from Sulphur Springs to Villa Maria. The project
includes bike lanes and 6 foot wide sidewalks along both sides of the street. This project is
currently approved for the 2012 fiscal year in [he CIP plan.
• College Station -multi-use path planned along South College is shown as the # 1 priority in the
draft bike/pedestrian master p!an
Texas Ave.
Bryan -plans to install 6 foot wide sidewalks along both sides of Texas Ave. from the city lim its to
Elm Avenue (Tejas Center). The project is under design with construction planned in early 2010.
College Station -existing sidewalk along Texas (primarily on the east side)
29th Street/Tarrow
•
Bryan -plans to install includes 6 and 8 foot wide sidewalks on both sides of 29th street from
Barak to Briarcrest and from Carter Creek to the city limits. This project is currently approved for
the 2011 fiscal year in the CIP plan.
College Station -Existing sidewalk on Spring Loop from University to Tarrow. Tarrow and Spring
Loop designated as a high priority bike lane in the draft bike/pedestrian master plan -Sidewalks
are also proposed along Tarrow from University to the city limits. -
University Drive
• College Station -multi-use path shown along Cater Creek and the Gulf States easement. A
connection is also shown to the existing path in Veteran's Park. CS staff has been involved in
discussions with TXDOT and the City of Bryan regarding best type and location for connection(s).
TXDOT staff has indicated that the best location for a below grade connection would be under the
University Drive bridge closest to Earl Rudder Freeway (AKA the bypass).
• Bryan -recent opening of a multi-use path in Bryan. Ongoing discussions between the Parks
Department staff regarding a possible connection to Veteran's Park.
! p Bury +Partners Bury+Parmers -Public Works, Inc.
221 West Sixth Street, Suite 600
Austin, Texas 78701 ENGINEERI N G SOLUTI ON S
Meetmg Notes
Project
Hike and Bike Trail Completion (ST-0904)
Client
City of College Station
(512) 328-0011 -Phone
(512) 328--0325 - Fax
Conference Date
August 14, 2009
Issue Date
Revised August 24, 2009
August 18, 2009
Conference Location
Bryan, Texas
Project No.
80061-01
Attendees
Alex Reyna -Bury + Partners
Bobak Tehrany -Bury + Partners
Danielle Charbonnet -City of College Station
Maury Jacob -TxDOT Bryan District
John D . Moravec -TxDOT Bryan District
Andrew Greer -TxDOT Bryan District
m " .,.
Routing
Discussion: The following is our understanding of the subject matter covered in this conference. If this differs with your understanding, please
notify us:
I. The meeting was started with introductions and the project overview. Mr. Tehrany went over the general
trail alignment which was presented on the provided exhibits. The trail is planned to be 10-feet wide,
concrete, and ADA Accessible from Welsh Avenue to Longmire Drive as the base bid and to Texas
A venue as an add alternate.
II. A list questions was provided to all in which the meeting generally followed the list of questions in order.
Please reference the attached document which is the list of questions along with the answers to the
questions.
III. The point of contact for TxDOT over the next two (2) weeks will be Andy Greer (agreer@dot.state.tx.us).
Andy will also be the person completing the Categorical Exclusion document on behalf of TxDOT.
IV. Items which require further action:
•
•
•
•
Attachments: 1
Ms. Charbonnet is to coordinate with J. Paige for any improvements at the intersection of FM 2818
and Rio Grande Boulevard. Also, in order to understand if the Frontage Road is planned to be
extended from Southwood Drive to Rio Grande Boulevard.
Ms. Charbonnet is to coordinate with the Property Owner as well as J. Paige in order to discuss the
private drive just west of Bee Creek.
Ms. Charbonnet is to coordinate with Bob Richardson in order to understand the process which will
take place if TxDOT will be completing the Categorical Exclusion document.
Ms. Charbonnet is to set the PAC meeting for a date to be determined .
Prepared by: Bobak Tehrany
P:ll Engineering\80061\01\Meetings\Meering Mintues 081409 (revised). doc Page 1of1
Trail Alignment
CITY OF COLLEGE STATION
Hike and Bike Trail (ST-0904)
TxDOT Meeting Questions
August 2009
• Is the alignment that we have flagged and shown on the provided exhibit acceptable
by TxDOT?
The alignment as shown on the provided exhibits is acceptable.
• How far do we need to stay away from Harvey Mitchell Parkway (FM 2818)?
There is a clear zone requirement of 30jeet, however it does not need to be met for
this project. As a guideline, the trail should be installed as far away as allowable
from FM 2818. Mr. Jacob mentioned that the utilities tend to hug the TOW line,
therefore it will be a good idea to stay some distance from the ROW line.
• In the median near Welsh A venue, can we stay on top of the hill, out of the swail,
for the alignment?
Yes, the trail may stay outside of the swail and traverse along the ridge within the
median near Welsh Avenue.
• Will the public meetings that the City of College Station has planned pass the
TxDOT public meeting requirements?
As long as a Notice goes out to the property owners in which the trail will
immediately affect, the TxDOT requirement will be covered.
Creek Crossing
• Can we utilize the box culvert to cross the creek?
Yes, the trail may pass on top of the box culvert in order to cross Bee Creek.
• If we can utilize the box culvert, what safety device will be required to create a
buffer between pedestrians and vehicles (e.g . traffic barrier)?
TxDOT will require a guardrail to be installed on the creek side of the proposed
trail. When passing over the box culvert, the trail maybe raised in order to create a
swail on the roadway side of the trail.
• What environmental issues will come about in the creek area with the construction
of the trail?
A Categorical Exclusion will be the only environmental document required for this
project.
FM 2818 Improvements
• Will the Frontage Road at just west of Southwood Drive be extended to Rio Grande
Boulevard?
TED -Contact J. Paige
• What intersection improvements are planned at Rio Grande Boulevard and FM
2818?
TED -Contact J. Paige
• Will the private drive just west of the creek be removed or improved in the near
future?
The property owner and J. Paige need to be contacted to understand if the private
drive will remain.
Categorical Exclusion Document
• Will TxDOT want to complete the CE document for this project?
TxDOT has expressed that they would like to complete the CE document.
• How much will it cost?
Bob Richardson will need to be contacted in order to better understand how TxDOT
will charge for these services.
• How long will it take to complete?
TxDOT has stated that if they complete the CE document internally, the process will
take six (6) to nine (9) months from preparation to approval.
• Does it fit within the City of College Station's schedule?
The City agrees that the timeline of six (6) to nine (9) months falls in line with their
schedule for the project.
Page 1of1
Workshop Agenda Item No. 4 -Presentation, discussion, and possible action regardin~ the
activities of the Bike and Hike Task Force as it relates to their prioritization of future CIP trail
projects.
Kristan Clann, Greenway Program Manager provided a brief overview of the greenway activities that
the staff is focused on. The Bike and Hike Task Force has categorized trail projects into high, medium,
and low priorities. Ms. Clann presented the following projects list with priority rating:
Project Priority Ranking
G Brison Park Connection High 01 td Bee Creek Trail West South High 02
f\lrA Lick Creek Trail West High 03
~· Bee Creek Bridge High 04
Gulf States Utilities ROW Trail High 05
Bee Creek Trail West North High 06
~Pen Creek Upper Trail Phase III Medium 07
Creek Trail East Medium 07
Wolf Pen Creek Upper Trail Phase II Medium 08
Wolf Pen Creek Trail West Medium 09 ~td Lick Creek Trail East Medium 10
Bike Loop Continuation Medium 11
~WQlf Pen Creek Trail Lower Phase II Medium 12
Spring Creek Trail East Low 13
Spring Creek Trail West Low 14
Hensel Park Trail Low 15
I&GN Trail Low 16 ~CTrail Low 17
um Creek Trail Low 18
Council member Berry moved to approve the proposed project list as recommended by the Bike and
Hike Task Force. Council member Massey seconded the motion.
After a series of specific questions, Council member Massey moved to approve the bike plan, modifying
the priority of the Bee Creek Bridge from high to medium priority. Council member Berry seconded the
motion. Motion failed by a vote of 5-1
FOR: Massey
AGAINST: Silvia, Happ, Wareing, Lancaster, Berry
ABSENT: Maloney
Council member Happ moved to approve the proposed project list and expand the scope of the Bee
Creek Project to include improving Bicycle and Pedestrian access along Longmire Drive across FM
2818. Council member Wareing seconded the motion, which carried unanimously,
6-0.
FOR: Silvia, Happ, Wareing, Lancaster, Berry, Massey
AGAINST: None
ABSENT: Maloney
http:// agenda. cstx. gov/Council %20Minutes/2004/Minutes%2 Ofor%20N ovember%2 023, %2... 1 /3/2009
Bury+Partners Team Member
Representative Hike & Bike
Trail Experience
Walk for a Day (WFAD) for Hill Country Conservancy -Austin, Texas
• Summary of the project scope: designing 35 mile trail to connect Zilker Pork to existing trails as well as
construction of new trails down to FM 150
• Construction cost: Anticipated $20 million
• Challenges: This project hos numerous environmental challenges, heavy public involvement, and
coordination between multiple agencies (COA, TxDOT, USFW, Texas Porks and Wildlife, TCEQ, etc .)
• Innovative solutions/approaches: Utilizing new pedestrian signalization technology, crushed crashed
granite and natural trails (no impervious cover), stimulus application experience
• Public involvement: The City of Austin has established a WFAD Committee that meets monthly to discuss
the project and how to move forward dealing with Water Quality Land, Land Preserves, User Education as
well as to discuss maintenance issues, ownership, and funding.
City of San Marcos River Road/Riverside Drive Project:
• Summary of the project scope: The trail will be designed to connect trails east of IH-35 to City parks west
of IH-35. This project was funded through Stimulus money.
• Construction cost: Anticipated $200,000
• Challenges: Environmental challenges, endangered birds, multi-route, USFW, TxDOT, Texas Historic
Committee, Archeological, Corp of Engineers
• Innovative solutions/approaches: The project is required to be ADA accessible throughout the entire trail .
• Public involvement: Moderate
Crestview Station Phase I -Austin, Texas
• Summary of the project scope: design of 1,700 LF of Sidewalk and Bikewoy along the urban corridor
Lamar Road
• Construction cost: ~$55,000
• Challenges: Existing Trees and Utility conflicts
• Innovative solutions/approaches: Sidewalk and Bikeway ore sometimes combined, sometimes separate in
order to save existing trees, ovoid utility conflicts and provide on interesting layout.
• Public involvement: n/a
Crestview Station Phase II -Austin, Texas
• Summary of the project scope: design of 2,400 LF of Sidewalk and Bikeway to link Crestview Phase I, the _
Capitol Metro Train Station and the adjacent Crestview Neighborhood.
• Construction cost: ~$40,000
• Challenges: integrating the bikewoy with urban neighborhood design
• Public involvement: Feedback from the Crestview Neighborhood Association
~B +Part s
ENGINEER! G SOLUTIONS
Brushy Creek Regional Trail -Williamson County, Texas
• Summary of the project scope: Over three miles of trails from east of Great Oaks Drive to Brushy Creek
Lake Park adjacent to the Avery Ranch Development. Mr. Ran dazzo and the design team walked
the entire route predevelopment and placed stakes for the surveyors to perform the route survey. Mr.
Randazzo prepared the grading, drainage, and erosion and sedimentation control plans.
• Construction cost: $750,000
• Challenges: The most challenging aspect technically was managing the project budget while utilizing
erosion resistant materials for a proposed trail route which was almost entirely withi n the l 00 year
floodplain adjacent to Brushy Creek.
• Innovative solutions/approaches: n/a
• Public involvement: The trail was a regional project for Williamson County but within the City limits of
Round Rock. Therefore, th is required review by both authorities as well as public meetings with both.
Gables Park Plaza and Gables Sand Beach -Austin, Texas
• Summary of the project scope: Coordinating with the City of Austin to integrate the Gables projects with
the City's Lance Armstrong Bikeway and Pfluger Bridge Bike Extension . The project included the design of
360 LF of City Bikeway to connect to the Pfluger Bridge Extension.
• Construction cost: -$40,000 (including Soft Costs)
• Challenges: Coordinating the site design of intensive utilities, stormwater management, parkland and two
large commercial buildings with other agencies' and consultants' design of the Lance Armstrong Bikeway
and Pfl uger Bridge Extens ion.
• Innovative solutions/approaches: Despite the very urban nature of the project, extensive effort was made
to keep manholes and other hazards out of the Pfluger Bridge Bikeway, which involved variances and
waivers from TCEQ and AWU.
• Public involvement: Public hearings took place to gain public approval of the bikeway layouts.
EYA Hyattsville East -Hyattsville, Maryland
• Summary of the project scope: Designing approximately 3 ,000 feet of the city's first hike/bike facility. This
will eventually connect the City of Hyattsville in Maryland to Washington, DC's hike/bike trails .
• Construction cost: -$100,000
• Challenges: Extreme grade variations and sensitive existing environmental features in the proposed hike/
bike trail path
• Innovate solutions/ approaches: The layout snaked around to save and avoid trees and excessive cut/fill.
Retaining Walls were utilized where necessary.
• Public involvement: Public hearings took place to gain public approval of the hike/bikeway plan.
Colleyville and North Richland Hills Trail -North Dallas Area, Texas
• Summary of the project scope: Designed two miles of hike and bike trail in Colleyville, Texas and 4 miles
in North Richland Hills along the Cotton Belt Railroad which also included drainage issues, bridges, culvert
extensions, street crossing, and two railroad crossings.
• Construction cost: NRH costs was $2.3M and Colleyville was$ l .2M
• Challenges: The design had many challenges including drainage issues, pedestrian bridges, culvert
extensions, street and railroad crossing and grading for HC accessible. In addition, some of the trail was
designed over an existing Explorer Petroleum Pipeline and their concern was easy access to the pipeline
t.-Bm
ENGINEERI G SOLUTIONS
in case of on emergency and needed the ability to remove the trail without cutting it. Our solution was to
design the trail in sections as a removable panel with lifting hooks.
• Innovative solutions/approaches: Some of the trail was not accessible for concrete trucks so we eliminated
the reinforcing steel which allowed the trucks to drive down the trail and place the concrete. The steel was
replaced with fiber mesh which allowed the concrete to be place very rapidly without the delay of laying
and tying the steel.
• Public involvement: Two public meetings were requ ired in each city. The first meeting was to present a
preliminary design and get community input and the second was to present the final design and cost
estimates.
White Rock Lake Trail Improvements -Dallas, Texas
• Summary of the project scope: Mr. Lindner was responsible for the evaluation and improvements to 24
miles of hike and bike trail around White Rock Lake in Dallas.
• Construction cost: $6.0 million
• Challenges: This project was in a heavily utilized pork around White Rock Lake, through the Dallas
Arboretum and high affluent neighborhoods. Public involvement, traffic control and environmental
sensitivities were all major challenges.
• Innovative solutions/approaches: Built new pedestrian bridge over White Rock Lake spillway.
• Public involvement: This project involved coordination with multiple city deportments, bike clubs and
citizens' groups around the lake.
Brushy Creek Municipal Utility District Phase I, II, and Ill Park Improvements -Round Rock, Texas
• Summary of the project scope: Mr. Ku was responsible for planning, layout, and design of over 20,000
LF of 8' wide crushed granite and concrete Hike and Bike Trails, trail heads, trail markers, ADA sidewalks,
ramps, parking and playground facilities at various porks throughout the District.
• Construction cost: Total project cost $1 ,205,000.
• Challenges: Major challenges included routing trails across existing drainage features and providing ADA
compl iant sections of the trail .
Watters Creek -Allen, Texas
• Summary of the project scope -designed 3,400 LF of 12' wide concrete Hike & Bike trails as port of
the City of Allen's master planned trail system located adjacent to the Bury designed Watters Creek at
Montgomery Form mixed-use development project. The tra il will allow residents of Watters Creek to hove
access to other parts of the City & users of the trail to interact with the events within the project.
• Construction cost -$520,000
• Challenges: located in the floodplain of Watters Branch, blending grades & location of trails into the
existing topography & trees; connecting trails to existing street bridge & sidewalks while meeting City
& ADA maximum slope requirements; providing trailheads with amenities connecting to the pedestrian
facilities leading into the Watters Creek project. Design involved widening an existing concrete bridge
over Watters Branch to make a trail connection to other projects.
• Innovative solutions/approaches -used steel & concrete in bridge widening design which saved
significant dollars.
• Publ ic involvement -City of Allen Porks Department criteria was used for design & construction . Integrating
the City's trail system connection & pedestrian traffic flow into the Watters Creek project was a critical part
~B
ENGINEE P.1 G SO L UTlONS
of the zoning & site planning in the initial stages of the project because the City will be using the park &
open spaces w ithin Watters Creek for special events.
TxDOT SH 161 Park Mitigation -Grand Prairie, Texas*
• Summary of the project scope: As the Project Director, Mr. N icholson led the conceptual design, design
development, and construction documentation for the parks mitigation project. The improvements include
approximately three miles of fourteen-foot-wide concrete hike and bike trail that also included several
bridges, an elevated boardwalk through wetland zones, trinity river overlook, pavil ions, equestrian
center upgrades, equestrian center judges stand , parks maintenance facility building, restroom building,
parking, internal park roads, playground, exercise stations, site furnishings, pedestrian lighting, landscape
plantings, irrigation, and site and entry signage.
• Construction cost: $10,400,000
• Challenges: dealt with developing within the Trinity River floodplain as well as crossing through several
thousand feet of wetland habitat areas. The project involved sensitive detailing and construction to keep
within mitigation requirements.
• Innovative solutions/approaches: The Trinity overlook serves as a dual-purpose flood gauge and
pedestrian destination. The detailing of the family of furnishings brings in the wild grassland type theme.
• Public involvement: The public involvement actually occurred ten years before project began.
Plum Creek Preserve and Nature Trail -Kyle, Texas*
• Summary of the project scope: LDP is partnering with the City in planning a natural trail system with
ameniti es connecting an approximate two-mile corridor between Steeplec hase Pa rk and Waterleaf Park
and the surrounding neighborhoods. In addition, land is being identified along the corridor for acquisition
and preservation to enhance the trail corridor and protect the ecosystem of Plum Creek. LDP is preparing
the Master Plan and Preliminary Trail Design for the project.
• Construction Cost: $3,000,000 (estimated)
• Challenges: l .) Assisting the City to piece together a contiguous piece of property for the preserve across
many different single land owners and developments; 2 .) Providing a master plan to help the City in
obtaining a TPWD grant. The City received a $500,000 TPWD grant for the project in 2009.
• Innovative Solutions/ Approaches: Using GIS databases to assist in planning and create the overall
Preserve plans
• Public Involvement: LDP worked with individual land owners to assist the City in acquiring an easement
agreement and a lso to help in the sale of a 120 acre parcel of land t~at is the anchor of the Preserve .
Winter's Mill Parkway Trail -Wimberley, Texas*
• Summary of the project scope: LDP is designing and preparing construction documents for the 3.4 mile
Winter's Mill Parkway Trail. The trail itself is a 1 O' wide mix of decomposed granite and concrete surface
with several low water and creek crossings. The trail is funded through a CAMPO Bicycle and Pedestrian
Project Grant, Hays County and the Village of Wimberley.
• Construction Cost: $1,000,000
• Challenges: 1.) Designing the trail to AASHTO and TXDOT standards to meet requirements of the CAMPO
funding; 2.) Balancing the tra il design to minimize disturbance of sensitive natural features on Blue Hole
Park such as large trees, rock outcroppings and creeks while maximizing the experience of being in
nature for the tra il user.; 3.) Working with and satisfying multiple publ ic entities to complete the project
I p Bm +P
ENGINEE R ! G S.OlUTlONS
-Hays County, City of Wimberley, TXDOT; 4.) Assisting Hays County to evaluate whether to obtain trail
easements across private property or acquire the property itself
• Innovative Solutions/ Approaches: N/ A
• Public Involvement: No public meetings on the LDP end
The Hollow Pedestrian Trails and Bridges -Jonestown, Texas*
• Summary of the project scope: With such an expansive site and relatively scattered but numerous
amenities, the need to create a extensive network of trails and bridges at the Hollows became a large
component of the landscape architectural efforts. Particular care was given in laying out the tra ils so as
to minimize disturbance to the site while at the same time still providing a safe and enjoyable pedestrian
experience. Custom built, long pedestrian bridges, where they were adjudged to be necessary, were
completed by the contractor who had to put the bridges together in place, as hauling in an entire bridge
was not possible. In some areas of the Hollows where access to amenities needed to traverse slopes,
wood walkways were installed. These constructions were laid out to weave through the existing trees and
maintain the dense canopy. As the walkway was -completed, materials were hauled down the walkway
and refuse back up the walkway in order to reduce disturbance to the site. In additio·n, throughout the trail
system, down lighting was put into large existing trees creating a striking moonlighting effect.
• Construction Cost: $650,000
• Challenges: Much of this project was in a riparian zone. In an effort to reduce the disturbance to the site,
no large equipment was brought in so much of the labor was done by hand and only materials found on
site were used for the mountain bike trails.
• Innovative Solutions/ Approaches: Fibercrete (which is sturdier than asphalt) was used over existing so
excavation wasn't necessary, causing little disturbance to the land.
• Public Involvement: None (private project)
Additional projects include:
• Shops at Arbor Tra ils -Austin, Texas: 1.5 miles of granite hike and bike trails that used a public ADA
route.
• StoneCreek Crossing -San Marcos, Texas: 81 wide path 1 mile long of granite hike and bike trail,
adjacent to a public right-of-way
• Water Oak -Austin, Texas: designed approximately one mile of trail
• Peter Pan Park Improvement Project -Dallas, Texas: The scope of services included slope stabilization
(featuring the use of limestone-faced gravity walls), the installation of upland pedestrian amenities
including the restoration of an existing 80-foot long pedestrian bridge and adjoining trail system; and
public involvement meetings to build consensus for the park improvements with the public. Estimated
construction cost: $300,000.
* The following projects were performed by members of Land Design Partners (LDP), a member of the Bury
Family of Companies. We would subcontract with LDP if necessary.
~B I
ENGlNEERI G SOlUTlONS
Hike and Bike Trail Completion (ST-0904) RFQ #
a) Detailed Project Description
The Hike and Bike Trail Completion project includes the design of the Bee Creek Trail
West South project, the #2 ranked project by the Bike & Hike Task Force. The project
involves a bicycle and pedestrian trail that generally runs parallel to Harvey Mitchell
Parkway on the south side from Southwood Drive to FM 2154. Some drainage crossings
and trail amenities will be included in the design. The consultant will develop design
drawings and technical specifications for construction bids, and provide construction
administration services.
b) Budget Amount
Total project budget is $1,000,000
c) Scope of work
It is the City's intent that the successful firm will provide professional engineering
services to perform the necessary evaluation, design, and all related functions required for
the development of plans, specifications, and estimates for the construction of the Hike
and Bike Trail Completion Project (City of College Station Project No. ST-0904 ).
d) General ledger account number and project number.
General Ledger: 139-9111-971.30-10
Project Number: ST-0904
e) Contact person information
Project Manager: Danielle Charbonnet
Brison Park Connection
• High Priority -#1
• Connection: south College Station & TAMU
• Scope:
signage
beautification
pavement improvements
• Ownership: City of College Station
• Cost Estimate: $25,000
••• ..... ... ..
·~· ...
~-
2/23/2009
./
1
Bee Creek Trail -South/West
• High Priority -#2
• Connection: Wellborn Road to Southwood
Steeplechase Park
Larry J, Ringer Library
Georgie K, Fitch Park
A&M Consolidated High School
• Scope:
beautification
new concrete trail
bridge crossing Bee Creek
• Ownership: City of College Station, Private, TxDOT
• Cost Estimate: $600,000
••• •••• ...... . ,,,,.
2
Bee Creek Trail -North/West
• High Priority -#6
• Connection: Holleman Drive to Bee Creek
It Lincoln Center
* future Southwest Park
.t A&M Consolidated High School
•Scope:
., new concrete trail
••• •••• •••• ••• -~-. ..
• Ownership: City of College Station, Private,
TxDOT, negotiating for greenway
• Cost Estimate: $660,000
Bee Creek Trail -West
••• ... ~· ...... . •· '"
• Ownership: We have CoCS property (south section
I) and we are hoping to negotiate access to the
current BTU electrical line easement (for both south
sections I & II). For the North alignment, we are
negotiating for greenway along most of the
proposed trail route. We also plan to traverse CoCS
parkland and travel along Christine Lane.
2/23/2009
3
Lick Creek Trail -West
• High Priority -#3
• Connection: Victoria Avenue to Highway 6
·· Edelweiss Gartens Park
Westfield Park
Cypress Grove Intermediate School
residential neighborhoods
• Scope:
· new concrete trail
. bridge crossing Lick Creek
• Ownership: City of College Station, Private, negotiating for
greenway
• Cost Estimate: $550,000
••• •••• •••• .... .. .,
'\.
2/23/2009
4
Lick Creek Trail -West
• Ownership: Working on gaining access or
ownership of -0.5 mi. Owner indicates
willingness for public greenway and trail.
Sidewalk is already along public greenway
property. Footpath is in private greenway,
but HOA has expressed interest in that
becoming a public greenway.
••• •••• •••• ••• •• 4
2/23/2009
5
Bee Creek Bridge
• High Priority -#4
• Connection: Longmire Court to Bike Loop
D.A. "Andy" Anderson Arboretum
, Bee Creek Park
Adamson Lagoon
•Scope:
beautification
bridge crossing Bee Creek
• Ownership: City of College Station , Private
• Cost Estimate: $150,000
••• •••• •• <I' .. ... . . ..
2/23/2009
6
2/23/2009
7
. .
2/23/2009
8
1
Parks and Leisure Services
Vision Statement
••• •••• •••• ••• ... . •
"We will continue to promote a wide range of
leisure, recreational and cultural arts
opportunities."
Strategy #1.c. Implement greenway/bikeway
plans that foster connectivity.
Representatives
• Recreation
• Planning & Zoning Commission
• Parks Advisory Board
• Brazos Greenways Council
• Environmental/Ecological Science
• Neighborhood/HOA
• Landscape Architecture
• Development Community
• •• •••• •••• .. .. ,., .
2
3
4
5
6
7
8
C Project Funding and Planning Information
The project is a part of the 2007 Safe Routes to School program and is included in the
November FY 2009 Revisions to the Statewide Transportation Improvement Program for FY
2008-2011 . It is proposed to be funded by the City of College Station as the local sponsor
with federal Transportation Enhancements (Category 9) assistance using 100% federal
funding. It is included in the 2008-2011 Statewide Transportation Improvement Program
(STIP) under the grouped CSJ #5000-00-916 for bicycle and pedestrian projects. Current
total project cost is estimated to be xx. The estimated project letting date is August 2010
and the estimated completion of construction date is December 2010 . Reference
Appendix D.
D Need and Purpose
The subject reach of existing Harvey Mitchell Parkway was constructed without a pedestrian
sidewalk along the north side of the roadway. Residents attending the A&M Consolidated ·
High School at Welsh Avenue, living in the existing single-family residential develc_:>pment in
neighborhoods north of the Parkway and living in the high-density residential areas along
Welsh Avenue within~ mile of the Parkway do riot currently have safe pedestrian access to
the significant commercial development that is available in the vicinity of Texas Avenue at
the project's eastern terminus. Safe, multi-modal transportation facilities for walking and
cycling are also generally desired as healthy alternatives for a more active lifestyle and to
help reduce emissions due to motor vehicle traffic.
The proposed project would connect to existing sidewalks at Welsh Avenue and Texas
Avenue, providing safe, pedestrian and bicycle access between the existing school and
residential development west of Texas Avenue and existing commercial development in the
vicinity of Tex~s Avenue.
Geotechnical Engineering Report
Hike and Bike Trail
College Station, Texas
January 8, 2010
Terracon Project No. A 1095063
Prepared for:
Bury + Partners, Inc.
Austin, Texas
Prepared by:
Terracon Consultants, Inc.
College Station , Texas
,_
January 8, 201 O
Bury + Partners, Inc.
221 West Sixth Street
Austin, Texas 78701
Attention : Mr. Bobak Tehrany
PHN: 512.328.001 1
Regarding: Geotechnical Engineering Report
Hike and Bike Trail
College Station, Texas
Terracon Project No. A 1095063
Dear Mr. Tehrany:
Terracon Consultants, Inc. is pleased to submit our Geotechnical Engineering Report for the
above-referenced project. We trust that this report is responsive to your project. needs. Please
contact us if you have any questions or if we can be of further assistance.
We appreciate the opportunity to be of service to you during the design phase of your project,
and we look forward to assisting you during the construction pl1ase . Please contact us if you
have any questions about our report, or if we may be of further service to you .
Sincerely,
Terracon Consultants, Inc.
(Texas Firm Registration No. F-3272)
Geotechnical Engineer
~· ,.,,,_,.,~..., ~14...,<:<:7-o</
/<-' Daniel E. Pickett P.E.
Senior Geotechnical ~ngineer
Enclosures
Copies Submitted: Addressee: (1) Bound & (1) Electronic
f ~~ ~a.lletta , PE
Senior Associate/Office Manager
................. ,,"\\ ~-·OFT \\ .: ~'\Y,. ........ !f..f4 \~ .-~:::... ... · * ··· . .JI'· ,--~. . ...,,., . •1 ;*..... \*'J "*: ~*I , ..... ':. ... !•••······~··~········ .. ··"I. ~-ABIGJ\ll. \!J. ALFOR D :; f. ........................... :····-' ' ·. g72·-:'3: # , .......... 1 :/:I:'; f ~. • '-V'"" •1ro~··.~!CENS~.:.~.··~<:J; ' ~~ ·~ ....... 1C:i -\\\. 'S°/ONA\..e _.:-\. ,, ......... -
Terracon Consultants, toe. 6198 Imperial Loop College Station. TX 77845
P 197$) 846 3767 F [979] 846 7604 tetracon.com
.,,~-·~-.~t .,,. -':/'' \'t"J''"~'.-" ·;., ..... ,, 1'...,. ~ .. -•• ... ~. l':· ';;:""' "· ·•: .. • "" •' r ,. · .... ~ · ,,., · .... . .... -;. ... , · .,-.,-...... ,,¢ :'-· •-.. .,,, ..
Geotechninl ·. • ·Environ·mentnl • C'onstruction Mo'teria,ls • · .fa.cjlJties '·'~ -• f •• ~.... ~ • • , "' ..,. ... ... • • •
TABLE OF CONTENTS
Page
EXECUTIVE SUMMARY ............................................................................................................... i
1.0 INTRODUCTION ............................................................................................................... 1
2.0 PROJECT IN FORMATION ............................................................................................... 1
2.1 Project Descri ption ................................................................................................. 1
2.2 Site Location and Description ................................................................................ 2
3.0 SUBSURFACE CONDITIONS .......................................................................................... 2
3.1 Typical Soil Profile ................................................................................................. 2
3.2 Groundwater .......................................................................................................... 2
4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION ......................................... 3
4.1 Geotechnical Considerations ................................................................................. 3
4.2 Earthwork .............................................................................................................. 4
4.2.1 Wet Weather/Soft Subgrade Considerations .............................................. .4
4.3 Grading and Drainage ........................................................................................... 4
4.4 Bridge Foundation Systems .................................................................................. 5
4.4.1 Straight Shaft Drilled Pier Foundation System ............................................. 5
4.4.2 Drilled and Underreamed Pier Foundation System ...................................... 6
4.5 Foundation Construction ....................................................................................... 7
4.5.1 Straight Shaft Drilled Piers and Drilled and Underreamed Piers .................. 8
4.6 Pavements ............................................................................................................ 8
4.6 .1 Design Traffic ............................................................................................ 9
4.6.2 Pavement Design Th ickness ................................................................... 10
4.6.3 Pavement Construction Specifications .................................................... 11
4.6 .3.1 Pavement Subgrade Preparation and Fill ........................................ 12
4.6.3.2 Pavement Design and Construction Considerations ........................ 12
5.0 GENERAL COMMENTS ................................................................................................. 13
APPENDIX A-FIELD EXPLORATION
Exhibit A-1
Exhibit A-2
Exhibits A-3 through A-8
Exhibit A-9
Vicinity Plan
Plan of Borings
Boring Logs
Field Exploration Description
APPENDIX B -LABORATORY TESTING
Exhibit B-1 Laboratory Testing
APPENDIX C -SUPPORTING DOCUMENTS
Exhibit C-1
Exhibit C-2
General Notes
Unified Soil Classification
Geotechnical Engineering Report
Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
EXECUTIVE SUMMARY
lrerracon
A geotechnical investigation has been performed for the proposed Hike and Bike Trail in College
Station Texas. The proposed concrete hike and bike trail will connect Texas Avenue and Welsh
Avenue along the northern side of Harvey Mitchell Parkway (FM 2818) within the Texas
Department of Transportation's (TxDOT) right-of-way (R.O.W.). The hike and Bike trail will have a
· major creek crossing and also intersects several driveways, requiring pavement recommendations.
A total of six borings, designated B-1 through B-6, were drilled to depths of 5 or 25 feet for this
project. Soil stratigraphy below the surface is predominantly clayey sand and lean and fat clays
with varying amounts of sand that have a low to high potential for shrink/swell movement.
Seepage was not observed while drilling, except in Boring B-3, where seepage was encountered at
1 O feet while drilling. Groundwater was observed in the 25-foot borings at depths of 5.5 feet
after 24 hours.
Based on the information obtained from our subsurface exploration, the site can be developed for
the proposed project. The followi ng geotechnical considerations were identified:
• Stripping should include existing pavements, vegetation, or other unsuitable materials.
• Proof rolling should be performed after overexcavation to detect weak areas. Weak
areas should be removed and replaced with select fill .
• The surface soils and soils underlying the concrete surface will exhibit trafficability
problems, if they become wet and weak.
• Concrete trail design, with the exception of where it crosses driveways, will be in
accord ance with Bryan/College Station (B/CS) Unified Design Guidelines.
• Pavement recommendations are provided for locations where the trail crosses existing
driveways.
• Straight shaft drilled piers or drilled and underreamed piers will be used to support the
bike bridge. Recommendations for design and constructi on of pier foundations are
provided in the report.
• This summary should be used in conjunction with the entire report for design purposes.
It should be recog nized that details were not included or fully developed in this section, and
he report must be read in its entirety for a comprehensive understanding of the items
contained herein. The section titled GENERAL COMMENTS should be read for an
understanding of the report limitations.
iReliable • Responsive • Convenient • Innovative
GEOTECHNICAL ENGINEERING REPORT
·HIKE AND BIKE TRAIL
COLLEGE STATION, TEXAS
Project No. A 1095063
January 8, 201 O
1.0 INTRODUCTION
Terracon Consultants Inc. (Terracon) is pleased to submit our Geotechnical Engine~ring Report
for the prop osed Hike and Bike Trail in College Station, Texas. This project was authorized by
Mr. John H. Lindner, P.E., through signature of "Agreement Between Engineer and Consultant"
on November 11 , 2009. The project scope was performed in general accordance with Terracon
Proposal No. PA 1090047 dated June 2, 2009.
The purpose of this report is to describe the subsurface conditions observed at the six borings
drilled fo r this study, analyze and evaluate the test data, and provide recommendations with
respect to:
• Site and subgrade preparation , including removal of existing pavements,
• Foundation design and construction; and
• Concrete pavement recommendations.
2.0 PROJECT INFORMATION
2.1 Project Description
ITEM DESCRIPTION
Site layout See Appendix A, Exhi bit A-2, Plan of Borings
Hike and Bike Trail Con crete hike and bike trail, 10 feet wide, approximately
6, 100 feet long , with a major creek crossing.
Trail surface Concrete
Finished elevation Unknown
Maximum loads Bridge loads: unknown
Maximum allowable settlement 1 inch (assumed)
Reliable • Responsive • Convenient • Innovative
Geotechnica Engin ering epo ._
Hike and Bike Tra il •College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracan
2.2 Site Location and Description
ITEM
Location
Existing improvements
Current ground cover
Existing topography
DESCRIPTION
North side of Harvey Mitchell Parkway (FM 2818) between
Texas Avenue and Welsh Avenue in the TxDOT R.O.W. in
College Station, Texas. See Appendix A, Exhibit A-1 , Vicinity
Plan.
Existing concrete driveways.
Grass.
Existing grade is similar to FM 2818, with a major creek
crossing.
3.0 SUBSURFACE CONDITIONS
3.1 Typical Soil Profile
Subsurface soil conditions encountered during the geotechnical study are described in detail on
the Logs of Borings. Strata lines shown on those logs represent the estimated depths at which
the changes of soil types occur in the borings. However, the soil strata often transition gradually
from one type of soil to the underlying type.
Soil stratigraphy was predominantly sandy lean clay that extended to depths ranging from about
2 to 6.5 feet below the surface, underlain by clayey sand that extended to the termination
depths of 25 feet in Borings B-2 and B-3 drilled for the bridge. Fat clay with variable amounts of
sand was observed from the ground surface to the termination depth of 5 feet in Boring B-6 .
The lean and fat clays and clayey sands have plasticity indices ranging from 11 to 39, indicating
a low to high potential for shrink/swell movement.
The soils at this site are generally of moderate to high strength. Details for each of the borings
can be found on the Logs of Borings in Appendix A of this report.
3.2 Groundwater
The borings drilled fo r this project were advanced by the dry auger drilling method to the boring
termination depths of 5 or 25 feet below the existing ground surface. Groundwater observations
were made during drilling the borings, upon completion of each boring, and at 24 hours after
completion of Borings B-2 and B-3 . Seepage was observed at about 10 feet below the surface
Reliable • Responsive • Convenient• Innovative 2
Geotec n·cal Engin ering, .epo
Hike and Bike Trail• College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracon
while drilling Boring B-3 . Groundwater was observed in both of the 25-fo ot bo rings at 5.5 feet
below the surface 24 hours after completion of drilling.
The above measurements recorded during and after drilling were made on a very sho rt-term
basis at the time the borings were drilled. On a long-term basis, the groundwater might be
observed at different depths. Rainfall might become temporarily trapped in the near-surface soi l
layers causing perched water at very shallow depths from time to time. In addition , perched
water could develop in deeper sandy soils overlying lower-permeability clayey soils following
periods of heavy or prolonged precipitation. Seasonal groundwater conditions may vary
throughout the year, depending upon prevailing climatic conditions, and other factors such as
significant changes in site topography. The possibility of water level fluctuations should be
considered when developing the design an d construction plans for the project.
4.0 RE CO MMENDATIONS FOR DESIGN AND CONSTRUCTION
The fo llowing recommendati ons are based upon the data obtain ed in ou r field and laboratory
progra ms, project information provided to us , and on our experience with similar subsurface and
site co nditions.
4.1 Geotechnical Considerations
The proposed project is a hike and bike tra il and a bike and pedestrian bridge spa nn ing a creek
along FM 2818. Terracon understands the proposed bridge may be constructed on either
straight shaft drilled piers or drilled and underreamed piers. Structural live and dead loads were
not known when the report was prepared.
A geotechnical item of concern is any potential for shrink/swell movement of soil bel ow and
around the piers. Highly-plastic, fat clay soils are present on this site. Such soils are commonly
referred to as "expansive" or "swelling" soils because they expand or swell as their moisture
contents increase. However, these soils also "contract" or "shrink" as their moisture contents
decrease. Piers supported within the active zone of expansive soils, but not anchored below
the active zone, will experience cycles of upward and downward movement that might result in
distortion, possibly causing cracking or structu ral damage to the structure.
This site has the potenti al for creek bank an d bottom erosion caused by rapidly-moving water,
drainage from surround ing areas flowing down the bank of the creek, and other means. Such
erosion could cut away soi ls near the foundation and potentially reduce the effectiveness of the
soils surrounding the foundation. This could potentially reduce the skin friction resistance of the
straight-sided shaft as stated in this report. To help reduce the risk of loss of skin friction
support, the potential for creek bank erosion should be considered wh en developing the design
and construction plans for the project.
Reliable • Responsive • Convenient • Innovative 3
Geotechnical Engineering Report
Hike and Bike Trail •College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
rerracan
Another geotechni cal item of concern is the presence of clayey sand and lean and fat clay soils
at or near the surface. These soils may become saturated during heavy rainfall and/or wet
seasons, and that condition could cause trafficability problems at this site.
The following sections present detailed geotechnical recommendations for design and
construction of straight shaft drilled piers and drilled and underreamed piers.
4.2 Earthwork
Existing pavements within the hike and bike trail should be demolished, and construction areas
should be stripped of all vegetation , organics, and debris. Underground utilities and fill may
exist at the site. Alth ough not observed in our borings, buried debris and fill could be uncovered
at the site. If encountered during excavation, debris or unsuitable fill would need to be
completely removed and replaced with compacted pavement fill soil, specified in "4.6.3.1
Pavement Subg rade Preparation and Fill" section of this report. The construction contract
documents should make provision for the possibility of encountering buried utilities, unsuitable
fill, or debris.
4.2 .1 Wet Weather/Soft Subgrade Considerations
Near-surface soils include lean and fat clays with varying amounts of sand , and clayey sand that
will become wet and weak following rainfall events after the concrete and vegetation are
removed. Construction operations may encounter difficulties due to the wet or soft subgrade
soils becoming a general hindrance to equipment due to rutting and pumping of the soil surface ,
especially during and soon after periods of wet weather. If the subgrade cannot be proof rolled
or adequately compacted to minimum densities as described above, one of the following
measures will be req uired: 1) removal and replacement with select fill, 2) chemical treatment of
the soi l to dry and increase the stability of the subgrade, or 3) drying by natural means if the
schedule allows. In our experience with similar soils in this area, chemical treatment is the most
effi cient and effective method to increase the supporting value of wet and weak subgrade.
Terracon should be contacted for additional recommendatio ns if chemical treatment of the soils
is needed.
4.3 Grading and Drainage
All grades must provide effective drainage away from the construction areas during and after
constructio n. Water permitted to pond next to the trail and bridge can result in unacceptable
differential movements and distress to the trail and bridge.
Trail and bridge foundation performances descri bed in this report are based on effective
drainage for the life of the trai l and bridge and cannot be relied upon if effective dra inage is not
maintained. Trail and surrounding ground shou ld be designed to promote proper surface
Reliable • Responsive • Convenient • Innovative 4
Geotec hnical En gineering Re port
Hike and Bike Trail • College Station, Texa s
January 8, 2010 • Terracon Project No. A 1095063
lrerracon
drainage , preferab ly at a minimum grade of 2 percent. After construction and landscaping, we
recommend verifying fina l grades to document that effective drainage has been achieved.
Grades around the trail and bridge foundations should also be periodically ins pected and
adjusted as necessary, as part of the maintenance program .
4.4 Bridge Foundation Systems
Terracon understands that the bridge may be supported on straight shaft drilled piers or drilled
and underreamed piers . Recommendations for both fo undation systems are discussed in the
following sections .
4.4.1 Straight Shaft Drilled Pier Foundation System
It is our understanding that the proposed bridge may be supported on straight sh aft drilled pier
foundations. Geotechnical parameters for straight shaft drilled piers are provided below. The
straight shaft design parameters should be neglected in the upper 5 feet below finished grade to
account for strength loss due to surface effects an d moisture varia ions within the near-surface
soils. The potential for erosion and scour should be considered in design of straight shaft piers.
DESCRIPTION BRID GE LOADS
Minimum embedment below existing grade1•2 5 feet below existi ng grad e
(grade at the time of our field investigation)
Neglect 0 to 5 feet
Net allowable end bearing pressures3 3,000 psf@ 5 to 10 feet
5,000 psf @10 to 25 feet
Neglect 0 to 5 feet
Allowable skin friction for vertical 150 psf@ 5 to 10 feet compression loads
300 psf @10 to 25 feet
Estimated uplift pressure from foundation 500 psf soil4
Minimum Percentage of steel5 0. 75 percent for 40 ksi steel
0.5 percent for 60 ksi steel
Approximate total settlement 1 inch or less
Estimated differential settlement6 Approximately % of total settlement
Allowable passive pressure7 750 psf
1. To bear within the native sandy lean clay and clayey sand soils.
2. In addition to having an adequate bearing area to support the compressive loads, the depth of the
straight shaft should be adequate to overcome uplift forces on the footing without causing detrimental
movement of the stra ight shaft pier. The depth required to meet that criteria mig ht be greater than the
Reliable • Responsive • Convenient • Innovative 5
Geotechnical Engineering Report lrerracan Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
3.
4.
5.
6.
7.
DESCRIPTION BRIDGE LOADS
minimum depth listed in the .table. Uplift resistance is provided by dead weight of the footing and
supported structure, and by skin friction over the perimeter of the shaft below the active soil zone. The
skin friction component of uplift resistance below the active soil zone can be estimated by using 500 psf
over the entire perimeter of the shaft below a depth of 8 feet.
Whichever condition yields a larger bearing area.
The magnitude of uplift caused by foundation soil surrounding the shaft is difficult to predict, and will
vary with moisture content changes and soil stratigraphy. That component of uplift loads can be
approximated by using the indicated uplift pressure over the entire perimeter of the shaft between the
top of the shaft and a depth of 8 feet below final grade.
The footings should contain sufficient vertical reinforcing steel throughout the entire shaft length to
resist uplift (tensile) forces due to post-construction heave of the clay soils, as well as structural uplift
loads. The amount of reinforcing steel required can be computed by assuming that the dead load of the
structure surcharges the footing, that the estimated tensile force acts vertically on the shaft, and that the
underream acts as a rigid anchor.
Differential settlements will result from variances in subsurface conditions, loading conditions and
construction procedures, such a cleanliness of the bearing area or flowing water in the shaft.
For footings placed against an undisturbed vertical face of the in-situ soils. Lateral resistance of the
straight shaft drilled footings is primarily developed by passive resistance of the soils against the
side of the footing. Due to surface effects, the lateral resistance of the upper 3 feet of the soils at the
surface should be neglected , unless paving is provide around the pier.
4.4.2 Drilled and Underreamed Pier Foundation System
Structural loads for the proposed bridge could also be supported on a drilled and underreamed
pier foundation system. In our opinion, drilled and underreamed piers would better resist uplift
and lateral loads than would straight shaft piers . We therefore recommend that a foundation
system of drilled and underreamed piers be used for support of the proposed bridge. The
potential for erosion and scour should be considered in design of straight shaft piers.
DESCRIPTION
Minimum embedment below existing grade 1
Net allowable end bearing pressure2•3
Maximum underream-to-shaft diameter ratio
Estimated uplift pressure from foundation
soil4
Minimum 'percentage of steel5
Reliable • Responsive • Convenient • Innovative
BRIDGE LOADS
15 feet below existing grade
(g rade at the time of our field investigation)
5,000 psf
2:1
800 psf
0. 7 5 percent for 40 ksi steel
0.5 percent for 60 ksi steel
6
Geotech nical Engineering Report lrerracan Hike and Bike Trail •College Station , Texas
January 8, 2010 • Terracon Project No. A 1095063
DESCRIPTION BRIDGE LOADS
Estimated total settlement6 1 inch or less
Estimated differential settlement7 Approximately ~ of total settlement
Allowable passive pressure8 750 psf
1· To bear within the native clayey sand soils.
2.
3.
4.
5.
6.
7.
8.
4.5
Whichever condition yields a larger bearing area.
In addition to having an adequate bearing area to support the compressive loads, the diameter of the
underream should be large enough to overcome uplift forces on the footing without causing local soil
failure of the overlying soils. Uplift resistance is provided by dead weight of the footing and supported
structure, and upward bearing on the soil. For allowable upward bearing over the projected area of
the underream, we recommend 70 percent of the previously-noted net allowable bearing pressure
for vertical compression loads.
The magnitude of uplift caused by fo undation soil surrounding the shaft is difficult to predict, and will
vary with moisture content changes and soil stratigraphy. This component of uplift loads can be
approximated by using the indicated uplift pressure over the entire perimeter of the shaft between the
top of the shaft and a depth of 8 feet below final grade.
The footings should contain sufficient vertical reinforcing steel throughout the entire shaft length to
resist uplift (tensile) forces due to post-construction heave of the clay soils, as well as structural uplift
loads. The amount of reinforcing steel required can be computed by ass uming that the dead load of the
structure surcharg es the fo oting , that the estimated tensile force acts vertically on the shaft, and that the
underream acts as a rigid anchor.
Provided proper construction practices are followed. A clear distance between the footings of one
underream diameter of the larger footing should be provided between the underreams to facilitate
construction , to develop the recommended bearing pressures, and to control settlements. If a
clearance of one diameter cannot be maintained in every case, the above bearing pressures should be
reduced by 20 percent for a clearance between one half and one underream diameters. Underreams
closer than a clearance of one half of an underream diameter are not recommended.
Differential settlements will result from variances in subsurface conditions, loading conditions and
co nstruction procedu res, such a cleanliness of the bearing area or flowing water in the shaft.
For footings placed aga inst an undisturbed vertical face of the in-situ soils. Lateral resistance of the
drilled and underreamed footings is primarily developed by passive resistance of the soils against
the side of the footing. Due to surface effects, the lateral resistance of the upper 3 feet of the soils
should be neglected, unless area paving is provided around the pier.
Foundation Construction
We recommend that construction of piers be monitored by Terracon . This would help assure
that the piers are constructed in accordance with the project plans and specifications.
Reliable • Responsive • Convenient • Innovative 7
I
Geotechnical Engi ee ring Report
Hike and Bike Trail •College Station, Texas
Jan uary 8, 2010 • Terracon Project No. A 1095063
lrerraca
4.5.1 Straight Shaft Drilled Piers and Drilled an d Underreamed Piers
Clayey sands with high sand content and 'groundwater were observed in the borings for this
project. Th erefore, provision should be made in the construction contract documents for th e use
of temporary casing or slurry displacement methods if required by field conditions at the time of
construction. Concrete and reinforcing steel should be placed in each pier immediately after
underreaming or drilling straight shafts. In no case should an underreamed pier or shaft be left
open for more than 4 hours. The allowable end bearing pressure listed previously is for
undisturbed foundation soil. The pier contractor should not leave water or a layer of loose soil
at the base of the piers prior to placement of concrete.
Groundwater was observed on a short-term basis in the borings drilled at this site. Alth ough the
risk of groundwater typically increases with depth, sand layers, lenses, or pockets cou ld be
present and temporarily trap water du ring rainfall events, or during the seasons of winter and
spring. Groundwater in the soil might also be affected by water level in the creek. Construction
documents should make provision for handling groundwater in pier excavations.
4.6 Pavements
This project includes construction of an approximately 10-foot wide concrete hike and bike trail.
The trail will cross several paved driveways. We understand that portland cement concrete
surfacing is pla nned fo r all of the pavements on this project, and that trail design, with the
exception of where it crosses driveways, will be in accordance with Bryan/College Station
(B/CS) Unifi ed Design Guidelines.
Pavement design grades are expected to require minimal cut and fill. Recommendations for
pavement fi ll are presented subsequently. Following cut to design grade, and pri or to
placement of any fill, the pavement subgrade should be proof rolled to detect any soft areas.
Surface and near-surface soils at this site are fat clays and lean clays. That soil becomes
saturated and weak during wet weather. Depending on the time of construction, additional
removal and replacement or chemical treatment of existing weak soils might be necessary, as
discussed previously in the "4.2.1 Wet Weather/Soft Subgrade Considerations" section.
After design subgrade elevati on is achieved by cutting and fill ing , we recommend that th e top 8
inches of the fi nished subgrade soils directly beneat h the pavement be chemically treated.
Chem ical treatm en t will increase the supp orting value of the subgrade and decrease the effect
of moisture on subgrade soils. We recomm end that Terracon observe the subgrade soils
fo llowing cut and fi ll to the design pavement subgrade elevation in order to determine the type
chemical(s) that would be the most appropriate for treatment of the subgrade soil. Lime would
be the most appropriate chemical for treatment of the moderate-to high-plasticity lean clay and
fat clay soils at this site. Recommendations for treatment of the subgrade soil with lime are
presente d subsequently in this re port.
Reliable • Responsive • Convenient• Innovative 8
Geotechnical Engineering Report
Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
4.6.1 Design Traffic
l rerracan
Detailed traffic loads, frequencies, and service life were not available. The client indicated that
pavement would need to support HS20 traffic loading at the driveway crossings. We anticipate
that the remaining sections of the trail will need to support occasional maintenance and
construction vehicles in addition to bicycl es and pedestrains. Based on these assumptions, the
following three pavement alternatives have been evaluated: (1) Ve ry Light Duty -seasonal
recreational roads, bike paths, and golf cart paths, (2) Light-Duty -Passenger veh icles only,
and (3) Medium-Duty -Passenger vehicles with a limited number of multi-axle maintenance,
construction , and/or delivery vehicles. We have designated traffic for those three pavements as
Class I, Class II , and Class Ill , as described subsequently. Please contact us if the traffic
expected for this project is different than used for our analyses. Traffic loadings for various
classes of traffic are provided in the fo llowing table wh ich is based on a table published by the
Asphalt Institute. The approximate traffic for the design period is expressed in 18-kip equivalent
single axle load (ESAL) appli cations . Information in that table may be used to verify, or mod ify if
necessary , the design traffic we selected for the proposed pavement.
TRAFFIC CA TE GO RIES
~verage No. Heavy Approximate Trucks
Functional Use Group Daily Expected Over 18-kip ESAL for
Class Traffic Design Period
(ADT) Design Period (1 OOOs) (1 OOOs)
Very Light -small parking lots,
driveways, light farm roads , non-
traffic S,chool areas and 50-100 <7 5-10 I playgrounds, seasonal
recreational roads , bike paths,
golf cart paths, tennis courts
Light -residential roads, rural
farm roads, parking lots less < 200 7-15 10-50 ' II than 300 stalls, and light general
aviation (GA) airports
Reliable• Responsive• Convenient• Innovative 9
Geotechnical Engineering Report
Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracan
TRAFFIC CATEGORIES
!Average No. Heavy Approximate Trucks
Functional Use Group Daily Expected Over 18-kip ESAL for
Class Traffic Design Period
(ADT) Design Period (1000s)
I (1 OOOs)
Medium -Urban and rural
II minor collectors, parking lots < 700 70-150 100-250 greater than 300 stalls, 15-kip
max gross weight GA airports
Medium-Heavy -Urban minor
arterial and light industrial, rural
maj or collector and minor
IV arterial, industrial parking lots < 4500 700-1,500 1,000-2,000
and rue~ stalls, bus driveways
and loading zones, and 30-kip
max gross weight airports
NOTES: Table is based on the Traffic Classification table published in the Asphalt Institute IS-181
(MS-1 ). Heavy trucks include two-axle, six-tire trucks or larger. Pickup, panel, and light four-tire
trucks are not included as heavy trucks.
4.6.2 Pavement Design Thickness
The pavement component thicknesses listed below may be used as a guide for pavement
systems at the site for the traffic classifications and traffic loadings stated herein. These
systems were derived based on general characterization of the subgrade. No specific testing
(such as CBR, resilient modulus, etc.) was performed for this project to evaluate the support
characteristics of the subgrade.
RIGID PAVEMENT SYSTEM
I Material Thickness, Inches
I
Class I Class II Class Ill Pavement Component Very Light-Light-Duty Medium-Duty
Duty (50,000 ESAL) (250,000
(10,000 ESAL) ESAL)
Reinforced Concrete Surface 5.0 5.0 6.0
Chemically Treated Subgrade 6.0 8.0 8.0
Reliable • Responsive • Convenient • Innovative 10
Geotechnical Eng ineering Report
Hike and Bike Trail •College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracon
Please contact Terracon if recommendations are needed for other traffic loadings. We would
be pleased to perform add itional pavement analyses.
Acceptable performance of the new pavement will be strongly influenced by maintenance,
drainage, and other unknown factors. The service life of this pavement is based on periodic
maintenance, adequate drainage, and traffic that is consistent with the design traffic discussed
previously in this report.
4.6 .3 Pavement Construction Specifications
The following information may be used to prepare technical specifications for construction of the
pavement. Specifications referred to herein are the Texas Department of Transportation
(TxDOT) 2004 "Standard Specifications for Constru ction and Mainte nance of Highways, Streets,
and Bridges."
Reinforced Concrete Surface: Portland cement concrete pavement surfacing should be
constructed directly on the chemically treated subgrade soil. Concrete for the pavement should
be designed for a 28-day compressive strength of 3,500 po unds per square inch. An air
entraining admixture is recommended to increase durability of the concrete . Item 360 of the
previously-noted TxDOT Specifications may be used as a technical specification for reinforced
concrete pavement.
Steel reinforcement will not prevent the concrete pavement from cracking. Nevertheless, we
recommend that steel reinforcement be used to help ho ld cracks together. Guidelines
developed by the American Concrete Institute may be used to prepare technical specifications
for steel reinforcement.
Control and expansion joints should be provided in accordance with requirements of the
American Concrete Institute. All joints in the concrete should be sealed to make them
impervious to surface water intrusion. A sand leveling cou rse beneath concrete pavements
should not be permitted.
Lime Treated Subgrade: The lean and fat cl ay so ils at this site, or impo rted pavement fill, may
be treated with lime . Based on the classification test results, we recommend that about 5
percent lime by dry weight of soil (equal to about 35 pounds per square yard per 8-inch depth,
or 26 pounds per square yard per 6-inch depth) be used for estimating and planning of
subgrade treatment. That amount of lime should be verified by the use of pH tests at the time of
construction. Lime treatment of the subgrade soil should be in accordance with provisions of
TxDOT Item 260. After the specified'initia l mixing, moist curing, and final mixing , lime treated
subgrade soil should be compacted to at least 95 percent of the material's maximum dry unit
weight determined by ASTM 0 698 Standard Effort at a moisture content at, or within 4 percent
above, the optimum moisture content. ·
Reliable• Responsive• Convenient• Innovative 11
Geotechnical Engineering Report
Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracon
Type C quicklime meeting the req uirements of TxDOT Item 260 could be used in lieu of
hydrated lime. In no case should waste lime or by-product lime material (sometimes called
carbide lime or blue lime) be approved for use. The surface of the lime treated subgrade should
be protected until the concrete or crushed stone base is placed.
4.6.3.1 Pavemen Subgrade Preparation and Fill
Th e pavement areas shou ld be prepared as described in the "4.2 Earthwork" section . If the
surface soils are wet and weak at the time construction begins, a stable subgrade must be
provided by one of the options discussed in the "4.2.1 Wet Weather/Soft Subgrade
Considerations" section. Those options include removal and replacement of weak soil ,
chemical treatment, or drying by natural means. The construction contract documents should
make provision for encountering wet, weak subgrade soils.
On-site soils , exclusive of organic topsoil, may be used for pavement fill, but the lean cla y and
fat clay soils will be difficult to process and compact. Imported fill for pavement areas should be
clean clayey sand or sandy clay with an Atterberg plasticity index between 4 and 25 . All fill soil
for pavement sh ould be compacted to at least 95 percent of the material 's maximum dry unit
weight determined by ASTM D 698 Standard Effort at a moisture content within 3 percent of the
material's optimum moisture.
After the pavement subgrade has been prepared to a firm, unyielding condition, as evidenced
by proof rolling , and after any fill has been placed and compacted, we recommend that the
previously-recommended thickness of the finished subgrade soils directly beneath the
pavement be chemically treated. The recommended thickness of chemical treatment is a
required part of the pavement design, and is not a part of site and subgrade preparation for
wet/soft subgrade conditions.
Positive drainage of the construction areas should be maintained at all times. Rainfall and
stormwater on the open subgrade soil should be removed immediately. The exposed subgrade
soil sho uld not be allowed to dry out or become saturated. Trafficability of raw subgrade soil on
this site will be poor if that soil becomes saturated .
. It is possible that new underground utility lines may cross the proposed pavement areas.
Set lement of utility line backfill could result in pavement distress and failures. We recommend
that any utility trenches in pavement areas be backfilled with cement treated sand in order to
reduce the potential fo r set lement of he backfill.
4.6.3.2 Pavement Design and Construction Considerations
The pavement sections presented previously are based on the indicated traffic categories, and
those sections are not suitable for heavy construction traffic. A partially-constructed pavement
section may be subjected to heavy construction traffic that can result in pavement deterioration
Reliable • Responsive • Convenient • Innovative 12
Geotechnical Engineering Report
Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracon
and premature fa ilure. Our experience indicates that heavy construction traffic on the pavement
(partially or fully constructed) can result in pavements that will not perform satisfactorily. Thicker
pavement sections could be used to accommodate heavy construction traffic, or such traffic
could be routed around the pavement.
The following recommendations should be implemented to help promote long-term pavement
performance:
• The subgrade and th e pavement surface should be designed to promote proper
surface drainage, preferably at a mi nimum grade of 2 percent;
• Site grading sho uld be designed to drain away from the pavements, preferably at a
minimum grade of 2 percent;
• Joints and cracks should be sealed immediately;
Preventive maintenance should be planned and provided for the pavements at this site.
Preventive maintenance activities are intended to slow the rate of pavement deterioration, and
consist of both localized maintenance (e .g . crack and joint sea ling and patching) and global
maintenance (e.g. surface sealing). Prior to implementing any maintenance, additional
engineering observations are recommended to determine the type and exten t of preventive
maintenance.
The subgrade soil in the proposed pavement area includes expansive clayey soil. Despite the
lime treatment of upper subg rade soils, there is a possibility that shrinkage and swelling of that
deep subgrade so il might cause cracks to appear in the pavement and/or vertical movement of
the pavement. That con dition sometimes develops in concrete pavements on expansive clayey
subgrade soil. Although thickening of the pavement layers of concrete and chemically treated
subgrade would provide some resistance to those type cracks and movement, it is doubtful that
increasing thickness of those layers within reasonable limits, above the values needed for
structural design to support the traffic, would eliminate the risk of all cracks and movement
caused by shrinkage of the deep subgrade soil. Overexcavation of expansive subgrade soil and
replacement with non-expansive select fill could be used to reduce the ris k of cracks and
movement caused by shrinkage of the subgrade soil. Thickening of the pavement layers and
overexcavation of existi ng soil would increase cost of the project, and might not be justified.
5.0 GENERAL COMMENTS
Terracon should be retained to review the final design plans and specifications so comments
can be made regarding interpretation and implementation of our geotechnical recommendations
in the design and specifications. Terracon also should be retained to provide observation and
testing services during grading, excavation, foundation construction and other earth-related
construction phases of the project.
Reliable • Responsive • Convenient • Innovative 13
Geotechnical Engineering Report
Hike and Bike Trail •College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracon
The analysis and recommendations presented in this report are based upon he data obtained
from the borings perfo rmed at the indicated locations and from other information discussed in
this report. This report does not reflect variations that may occur between bo rings , across the
site, or due to the modifying effects of weather. The nature and extent of such variations may
not become evident until during or after construction. If variations appear, we should be
immediately notified so that further evaluation and supplemental recommendations can be
provided.
The scope of services for this project does not include either specifically or by implication any
environmental or biological (e.g., mold, fungi , bacteria) assessment of the site or identification or
prevention of pol lutants, hazardous materials or conditions. If the owner is concerned about the
potential for such contamination or pollution, other studies should be undertaken.
This report has been prepared for the exclusive use of our client for specific application to the
project discussed and has been prepared in accordance with generally accepted geotechnical
engineering practices. No warranties, either express or impl ied , are intended or made. Site
safety, excavation support, and dewatering requi re ments are the responsibility of others. In the
event that changes in the nature, design, or location of the project as outlined in this report are
planned, the conclusions and recommendations contained in this report shall not be considered
valid unless Terracon reviews the changes and either verifies or modifies the conclusions of th is
report in wri ing.
Reliable • Responsive • Convenient • Innovative 14
APPENDIX A
FIELD EXPLORATION
LW l[~!rn;,~ an ers and Scientists
Note: Vicinity Pl Develop an was prepar d ment Permit Plans for eH.~sing a vicinity mao f . I e and Bike T , rom City of C II
"''""''' rail Compl•tio•. o '''''"°"Sil•
;:---..::;.AW~'"':_A I Projecl No.
Drawn By:
Checked By:
VICINTY PLAN
HIKE AND BIKE TRAIL
H~RVEY MITCHELL PARKWAY
EXAS AVENUE TO WELSHAVENU
College Station, Texas E -·-·~·....!
A-1
~---
...,
LOG OF BORING NO. B-1
CLIENT: Bury + Partners, Inc. PROJECT: Hike and Bike Trail
Austin, Texas Harvey Mitchell Parkway
BORING See Plan of Borings SITE: Texas Avenue to Welsh Avenue
LOCATION: College Station, Texas
SAMPLES TESTS
0 u.. >!!. x 0 Zu.. u >!!. w z. I-<i.(f) Q 0 0 u.. Ui >!!. WC!J ~ _J u.. It-~ 0 I--?:: I-0 (i5 0 ' >!!. ~ ~ >I-Q Cl DESCRIPTION w CD 0 >-Ui -I-0 s: w:::? ~ 0 ('.)W _J w :2 1-0 w -(fJ :::i I-0 CfJI (fJ Zn'. u.. >-0 Q'. I-z :::i 0 ~* w I-u C2 Q'. ::iZ u Q'.('.) w -::i :E I -Cf) _J w Q'. ?;Cf) CD CD I-1-W 0 0 i= i= Cf) -o._Z a. I-Cf) w _w (fJ I-(fJ (fJ ::iw ::2:w ::i U..C!J ro Q u Q I--_J z -Z >-::i 5 5 ?::[;j 0 g: _J zw (9 Approx. Surface Elevation: Existing Grade w Cf) >-[L <l'.W oo Q'. a <( on:: 0 ::i I-(fJ U O.. :20 0 :::i Q Q ::2: Ui UC!J u.. Un.
~ SANDY LEAN CLAY; medium stiff to CL
hard, brown -SS 5 17 26 15 11 52
-
~ -becomes tan -SS 13 10 34 15 19 59
-
5.0 ST 4.5
Boring terminated at 5 feet. 5
STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: Dry auger to 5 feet.
BOUNDARIES BETWEEN SOIL TYPES. IN SITU. THE Seepage was not observed while drilling.
TRANSITION BETWEEN STRATA MAY BE MORE Boring was dry and open to near termination depth upon completion.
GRADUAL.
WATER LEVEL OBSERVATIONS DATE DRILLED Page 1of1
'SJ_ .!. lli!rracm 1 12/31/2009 FIGURE '1-l'. PROJECT NUMBER
3 FREE WATER WAS NOT OBSERVED DURING A1095063 DRILLING OPERATIONS
..
OG OF BORING NO. B-2
CLIENT: Bury + Partners, Inc. PROJECT: Hike and Bike Trail
Austin, Texas Harvey Mitchell Parkway
BORING See Plan of Borings SITE: Texas Avenue to Welsh Avenue
LOCATION: College Station, Texas
SAMPLES TESTS
0 LL ,,g x 0 Z LL u ~ w z I-<f.(f) Cl. ~ 0 LL en _J LL I I-~ 1-· ~ W (f) ~ Ol I-0 U5 0 ~ 1-" ~ >I-Cl.
0 DESCRIPTION w CD w~ ~ 0 en -I-_J w 2 ~ w -en ~ _J 0 (f)I (/) t9 w
u LL >-0 1-Q Cl'. I-z :::i ~~ w I-z o::: ;? Cl'. ::i Z u u Cl'. t9 w -::i :c I (/) _J w Cl'. ~(/) c. CD ~tu 1-W 0 g f== f== (/) -o_Z
~ I-(/) w (/)I-:::> (/) (/) ::iw 2W :::> LL(/)
Cl. u Cl. 1-· _J z -Z >-::i ::i ~iii _J zw t9 Approx. Surface Elevation: Existing Grade w (/) >-Cl. <(W o o Cl'. 0 o g: < oo::: 0 :::> I-(/) U ll. 20 0 :::i Cl. Cl. 2 en 0 ([) LL 0 Cl.
I SANDY LEAN CLAY; stiff to hard, brown CL
-SS 10
--becomes brown and red -ST 4.5 15 36 18 18 50 ~ --becomes dark gray ~ ~ 5-ST 1.5 17 101 36 16 20 1.9 10 0
~ 6.5 -
~: CLAYEY SAND; medium dense, gray -SC SS 12
I
I
-
-ST 3.0 29 92 42 22 20 35 6.1 4 0
10-
I -
-~ -
~ -ST 4.5 22 34 19 15 39
15-~ -m -
-~ -SS 27 24 34 21 13 39
20-
-~ -
-~ -becomes very dense -SS 50/4' ·.-·:/ 25.0 25 Boring te rminated at 25 feet.
STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: Dry auger to 25 feet.
BOUNDARIES BETWEEN SOIL TYPES. IN SITU, THE Seepage was not observed while drilling by dry auger.
TRANSITION BETWEEN STRATA MAY BE MORE Water at 5.5 feet after 24 hrs.
GRADUAL.
WATER LEVEL OBSERVATIONS DATE DRILLED Page 1 of 1
'Sl 5.5 ft at 24 hrs .!. II li!rnrcm 1
12/31/2009 FIGURE y l'.. PROJECT NUMBER
4 A1095063
\:cc--==----=-..., ..:,;;::r.u ·--~. ---'-..... .· : ,.. oa"¥.&.--w:.u;. -.:. .. .J..a=~....,_.----7_)
LOG OF BORING NO. B-3
CLIENT: Bury + Partners, Inc.
Austin, Texas
BORING LOCATION: See Plan of Borings
Ol 0 ...J u :c a. <1l
DESCRIPTION
(3 Approx. Surface Elevation: Existing Grade
PROJECT: Hike and Bike Trail
Harvey Mitchell Parkway
SITE:
1-w w LL
I I--Cl. w 0
...J
0 CD ::2: >-Cf!
Cf! u Cf! :::>
Texas Avenue to Welsh Avenue
College Station, Texas
SAMPLES
w
Cl. ~
TESTS
~ 0
SANDY LEAN CLAY; stiff, brown CL 1----+-~+---+~-+---1~-1-~1----+-~+---+~-t---1
2.0 SS 7
CLAYEY SAND; medium dense, brown SC
-ST 0.5
-becomes gray, very loose 5-SS 2 26 31 18 13 48
-SS 24 27 39 22 17 32
-becomes medium dense to very dense
-ST 4.0 27 91 45 23 22 30 3.0 5
10-
-
-
-SS 150/2'
15-
-
-SS 150/6' 20 38 20 18 32
20-
-
-SS 5014' 21 40 22 18 40
STRATIFICATION LINES REPRESENT APPROXIMATE
BOUNDARIES BETWEEN SOIL TYPES. IN SITU. THE
TRANSITION BETWEEN STRATA MAY BE MORE
GRADUAL.
REMARKS: Dry auger to 25 feet.
WATER LEVEL OBSERVATIONS
.¥'. 10 ft AB .:?: 5.5 ft at 24 hrs
Seepage was observed at 10 feet while drilling by dry auger.
Water at 5.5 feet after 24 hrs.
11erracan
DA TE DRILLED
12/31/2009
PROJECT NUMBER
A1095063
Page 1 of 1
FIGURE
5
0
LOG OF BORI NG NO. 8 -4
CLIENT: PROJECT: Hike and Bike Trait Bury + Partners, Inc.
Austin, Texas Harvey Mitchell Parkway
BORING LOCATION: See Plan of Borings SITE: Texas Avenue to Welsh Avenue
College Station, Texas
SAMPLES TESTS
0 LL ~ >< 0 Z LL u ~ w z I-<(en Cl. ~ 0 0 LL
LL I I-~ 0 1-· ~ wen ~ ii5 0 ~ r..: ~ >I-
~ w~ ~ >-0 en . I-W · en ::::; I-0 en I en 1-Q 0::: I-0 ;} 0::: :::iZ z ::::; u 0 ~~ w I-w ....J w 0::: t9 0::: Cl) ~tu 1-W 0 g i= i= en • o_Z w en I-en en :J w 2w :J
Cl. 1-· ....J Z -Z >-:J ::5 ::5 ~[;j og: ....J
>-Cl. <(W Oo 0::: 0 < I-en UCl.. 2U 0 ::::; Cl. Cl. 2 en u en LL
....J
Ol DESCRIPTION I-0
0 w Cl) ....J w 2
() LL >-:.c :i en 0. I-en ro (5 Approx. Surface Elevation: Existing Grade Cl. u w en 0 :J
SS 6 19 47 16 31 64
ST 4.5 18 49 15 34 56
ST 4.5+
~ SANDY LEAN CLAY; medium stiff to CL ~ hard, brown -
-
~ -becomes tan -
-
5.0 5 Boring terminated at 5 feet.
REMARKS: Dry auger to 5 feet.
Seepage was not observed while drilling.
STRATIFICATION LINES REPRESENT APPROXIMATE
BOUNDARIES BETWEEN SOIL TYPES. IN SITU, THE
TRANSITION BETWEEN STRATA MAY BE MORE
GRADUAL.
Boring was dry and open to near termination depth upon completion.
WATER LEVEL OBSERVATIONS DATE DRILLED
12/31/2009
PROJECT NUMBER
FREE WATER WAS NOT OBSERVED DURING A 1095063
~.~OPERATIONS ,..,r~~w::•co.s::i'lt.Jr"Ca·.t~-..~-i----~--~~ •• ;.sr.-~:....._-··-·
Page 1of1
FIGURE
6
en Cl.
t9 w zo::: -:::i ~en LL en Zw oo::: UCl..
LOG OF BORING NO. B-5
CLIENT: Bury + Partners, Inc. PROJECT: Hike and Bike Trail
Austin, Texas Harvey Mitchell Parkway
BORING See Plan of Borings SITE: Texas Avenue to Welsh Avenue
LOCATION: College Station, Texas
SAMPLES TESTS
0 lL ~ x 0 z lL u ~ w z I-<( (/) Cl. ~ 0 0 lL Ui __, lL I I-~ 0 i-"' ~ WUl ~ I-0 Ui 0 ' ~ i-"' ~ >I-Cl. Ol DESCRIPTION w en w~ 0 r:: 0 Ui • I-l'.JW 0 s: Ui ~ UlI __, w ~ 1-Q W· ::J 0 (/) za:: lL >-0 a:: I-z ::J u ~~ w I-u ~a:: ::iZ u a::<.9 w -::i :.c I . (/) _, w a:: ~(/) en ~tD 1-W 0 0 i= i= (/) . o._Z a. I-(/) w (/)I-(/) (/) ::iw ~w ::i lL (/) ~ Q_ u Cl. i-"' _,z -Z >-::i 5 5 ~GJ og: _, Zw (.'.J Approx. Surface Elevation: Existing Grade w (/) r:: Cl. <(W oo a:: 0 ~ 00:: 0 ::i (/) UD.. ~u 0 ::J Cl. Cl. ~Ui OUl lL U Cl.
~ SANDY LEAN CLAY; medium stiff, ta n CL
-SS 5 26 46 19 27 64 2.0 ~ LEAN CLAY; hard, tan CL
-ST 4.5 25 46 24 22 86
-
5.0 ST 4.0
Boring terminated at 5 feet. 5
STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: Dry auger to 5 feet.
BOUNDARIES BETWEEN SOIL TYPES. IN SITU, THE Seepage was not observed while drilling.
TRANSITION BETWEEN STRATA MAY BE MORE Boring was dry and open to near termination depth upon completion. GRADUAL.
WATER LEVEL OBSERVATIONS DATE DRILLED Page 1 of 1
'¥ .!. 11Brracm1 12/31/2009 FIGURE :J. l'.. PROJECT NUMBER
FREE WATER WAS NOT OBSERVED DURING A1095063 7 DRILLING OPERATIONS
-
LOG OF BORING NO. B-6
CLIENT: Bury + Partners, Inc. PROJECT: Hike and Bike Trail
Austin, Texas Harvey Mitchell Parkway
BORING See Plan of Borings SITE: Texas Avenue to Welsh Avenue
LOCATION: College Station, Texas
SAMPLES TESTS
0 LL >< <ft.
ZLL u ~ UJ z-<{ U) ll.. LL
-' f-If-~ t::: 0 UJ U) ~ iii LL ~-~ f-0 (/j 0 ' <ft. f-->f-ll.. Ol DESCRIPTION 2 0 UJ Ill UJ 2 >-0 iii -f-....J UJ 2 s: UJ • iii ~ :::; f-0 U)I U) t9 UJ f-Q er:: f-zcr:: u LL >-0 ~er:: ::iZ z :::; u u ~~ UJ f-UJ -::i E I U) ....J UJ er:: t9 er:: ~ U) a. Ill ~t;j f-UJ 0 0 f= f= U) -ll..z
~ f-U) UJ U) f-::i U) U) ::i UJ 2 UJ ::i LL U) ll.. u ll.. i-:-....JZ -Z >-5 5 ~(ij ....J z UJ t9 Approx. Surface Elevation: Existing Grade UJ U) >-ll.. <{ UJ Oo er:: 0 0 g: <( ocr::
0 ::i f-U) Oil. 20 0 :::; ll.. ll.. 2iii 0 U) LL O il.
~ SANDY FAT CLAY; medium stiff, brown CH
-59 2.0 SS 4 30 21 38 65
~ FAT CLAY WITH SAND; hard, tan CH
-ST 4.5+ 17 58 19 39 84
-
5.0 ST 4.0 17 56 20 36 83
Boring term inated at 5 fe et. 5
STRATIFICATION LINES REPRESENT APPROXIMATE REMARKS: Dry auger to 5 feet.
BOUNDARIES BETWEEN SOIL TYPES. IN SITU, THE Seepage was not observed while drilling.
TRANSITION BETWEEN STRATA MAY BE MORE Boring was dry and open to near termination depth upon completion.
GRADUAL.
WATER LEVEL OBSERVATIONS DATE DRILLED Page 1 of 1
'Si.. l'. Ii lerracm1 12/31/2009 FIGURE
7 ~ PROJECT NUMBER
8 FREE WATER WAS NOT OBSERVED DURING A1095063 DRILLING OPERATIONS ---~-..:u.;:: ..-UT~,; --""" -
City of College Station
Hike and Bike Trail Completion (ST-0904)
(Texas Avenue/Welsh A venue Hike and Bike Trail)
Meeting Agenda
July 27 ' 2009
Type of Meeting: Project Kickoff Meeting
Meeting Facilitator: Bury + Partners
Attendees: Danielle Charbonnet (City of College Station)
John Lindner (Bury + Partners)
Bobak Tehrany (Bury + Partners)
Cathy Wahren (Terracon)
Topics of Discussion:
1. Project Overview and Limits
2. Review scope of services and confirm responsibilities
3. Project schedule and deliverables (milestones)
4. Trail Route
• Overview
• Creek Crossing/Environmental Concerns
• Pedestrian bridge crossing option
• TxDOT right-of-way design standards
5. Go out to site and walk proposed alignment
6. Summary
7. Adjourn
City of College Station
Architects & Engineering Professional Services Contract
This Contract is between the City of College Station, a Texas home-rule municipal
corporation, (the "City") and Bury+Partners, Inc., a project engineering and management
corporation (the "Contractor"), whereby the Contractor agrees to provide the City with certain
professional services as described herein and the City agrees to pay the Contractor for those
services.
ARTICLE I
Scope of Services
1.01 In consideration of the compensation stated in paragraph 2.01 herein below, the
Contractor agrees to provide the City with the professional services as described in
Exhibit "A", the Scope of Services, which is incorporated herein by reference for all
purposes, and which services may be more generally described as follows: Professional
engineering, environmental, and surveying services for the design, preparation of
plans and construction documents, and construction assistance for the Hike and
Bike Trail Completion Project from Welsh Avenue to Texas Avenue (the "Project").
ARTICLE II
Payment
2.01 In consideration of the Contractor's provision of the professional services in compliance
with all terms and conditions of this Contract, the City shall pay the Contractor according
to the terms set forth in Exhibit "B". Except in the event of a duly authorized change
order, approved by the City as provided in this Contract, the total cost of all professional
services provided under this Contract may not exceed One hundred and twelve
thousand one hundred and thirty-three and 00/100 Dollars ($112,133.00).
ARTICLE III
Time of Performance and Construction Cost
3.01 The Contractor shall complete the professional services within the times set forth below.
The Contractor shall exercise a degree of care and diligence in the performance of all
services under this Contractor in accordance with the professional standards prevailing
among Contractors in the location in which Contractor practices or College Station,
Texas, whichever is the higher standard, skilled in design for projects of similar scope,
and all of the Contractor services shall be performed as expeditiously as is consistent
with said standards and the orderly progress of the Work.
[Conceptual Design: 70 calendar days after the authorization to commence planning]
[Preliminary Project Design: 28 calendar days after authorization to commence PPDJ
[Final Design: 35 calendar days after authorization to commence final design]
Page 1
Contract No. 09-241
Council Approved-Rev. 2112103
3.02 All design work and other professional services provided under this Contract must be
completed by the following date: as set forth in the Notice to Proceed.
3.03 Time is of the essence of this Contract. The Contractor shall be prepared to provide the
professional services in the most expedient and efficient manner possible in order to
complete the work by the times specified. Promptly after the execution of this Contract,
the Contractor shall prepare and submit for the City to approve in writing, a detailed
schedule for the performance of the Contractor's services to meet the City's project
milestone dates which are included in this Contract. The Contractor's schedule shall
include allowances for periods of time required for the City's review and for approval of
submissions by authorities having jurisdiction over the Project. The time limits
established by this schedule over which Contractor has control shall not be exceeded
without written approval from the City.
3.04 The Contractor's services consist of all of the services required to be performed by
Contractor, Contractor's employees and Contractor's consultants under the terms of this
Contract. Such services include normal civil, structural, mechanical and electrical
engineering services, plumbing, food service, acoustical and landscape services, and any
other design services that are normally or customarily furnished and reasonably
necessary for the Project. The Contractor shall contract and employ at his expense
consultants necessary for the design of the Project, and such consultants shall be licensed
as required by the State of Texas and approved in writing by the City.
3.05 The Contractor shall designate a principal of the firm reasonably satisfactory to the City
who shall, so long as employed by Contractor and acceptable to the City, remain in
charge of professional services through completion and be available for general
consultation throughout the Project. Any replacement of that principal shall be approved
in writing (which shall not be unreasonably withheld) by the City, prior to replacement.
3.06 Contractor shall be responsible for the coordination of all drawings and design
documents relating to Contractor's design and used on the Project, regardless of whether
such drawings and documents are prepared by Contractor. Contractor shall be
responsible for the completeness and accuracy of all drawings and specifications
submitted by or through Contractor and for their compliance with all applicable codes,
ordinances, regulations, laws and statutes.
3.07 Contractor's evaluations of the City's project budget and the preliminary estimates of
construction cost and detailed estimates of construction cost, represent the Contractor's
best judgment as a design professional familiar with the construction industry.
3.08 The construction budget for this Project, which is established as a condition of this
Contract is $750,000.00. This construction budget shall not be exceeded unless the
amount is changed in writing by the City.
Page 2
Contract No. 09-241
Council Approved -Rev. 2112103
ARTICLE IV
Conceptual Design
4.01 Upon the Contractor's receipt from the City of a letter of authorization to commence
planning, the Contractor shall meet with the City for the purpose of determining the
nature of the Project. The Contractor shall inquire in writing as to the information he
believes the City may have in its possession that is necessary for the Contractor's
performance. The City shall provide the information within its possession that it can
make available to the Contractor. The City shall designate a representative to act as the
contact person on behalf of the City.
4.02 The Contractor shall determine the City's needs with regard to the Project, including, but
not limited to, tests, analyses, reports, site evaluations, needs surveys, comparisons with
other municipal Projects, review of budgetary constraints and other preliminary
investigations necessary for the Project. Contractor shall verify the observable existing
conditions of the Project and verify any existing as-built drawings. Contractor shall
confirm that the Project can be designed and constructed within the time limits outlined
in this Contract. Contractor shall prepare a detailed design phase schedule which
includes all review and approval periods during the schematic design, design
development and construction document phases. Contractor shall confirm that the
Project can be designed and constructed for the dollar amount of the project budget, if
applicable.
4.03 The Contractor shall prepare a conceptual design that shall include schematic layouts,
surveys, sketches and exhibits demonstrating the considerations involved in the Project.
The conceptual design shall contemplate compliance with all applicable laws, statutes,
ordinances, codes and regulations. Upon the City's request, the Contractor shall meet
with City staff and the City Council to make a presentation of his report.
ARTICLE V
Preliminary Design
5.01 The City shall direct the Contractor to commence work on the Project design by sending
to the Contractor a "letter of authorization" to begin work on the preliminary Project
design pursuant to this Contract. Upon receipt of the Letter of Authorization to
commence preliminary Project design, the Contractor shall meet with the City for the
purpose of determining the extent of any revisions to the Conceptual Design.
5.02 The Contractor shall prepare the preliminary design of the Project, including, but not
limited to, the preliminary drawings and specifications and other documents to fix and
describe the size and character of the Project as to architectural, structural, mechanical
and electrical systems, materials and such other elements as may be appropriate. The
Contractor shall submit to the City a detailed estimate of the construction costs of the
Project, based on current area, volume, or other unit costs. This estimate shall also
indicate both the cost of each category of work involved in constructing the Project and
the time required for construction of the Project from commencement to final completion.
Page 3
Contract No. 09-241
Council Approved -Rev. 2112103
5.03 Upon completion of the preliminary design of the Project, the Contractor shall so notify
the City. Upon request the Contractor shall meet with the City staff and City Council to
make a presentation of his preliminary design of the Project. The Contractor shall
provide an explanation of the preliminary design and cost estimate and shall verify that,
to the best of Contractor's belief, the Project requirements and construction can be
completed within the project budget and schedule.
ARTICLE VI
Final Design
6.01 The City shall direct the Contractor to commence work on the final design of the Project
by sending to the Contractor a "letter of authorization" to begin work on the final design
phase of the Project. Upon receipt of the Letter of Authorization to proceed with final
design of the Project, the Contractor shall immediately prepare the final design,
including, but not limited to, the bid documents, contract, drawings, and specifications, to
fix and describe the size and character of the Project as to structural, mechanical, and
electrical systems, materials, and such other elements as may be appropriate. The final
design of the Project shall comply with all applicable laws, statutes, ordinances, codes
and regulations.
6.02 Notwithstanding the City's approval of the final design, the Contractor warrants that the
final design will be sufficient and adequate to fulfill the purposes of the Project.
6.03 The Contractor shall prepare and separately seal the special provisions, the
technical specifications, and bid proposal form(s) in conformance with the City's
current pre-approved, "Standard Form of Construction Agreement" for the
construction contract between the City and the contractor. The Contractor hereby
agrees that no changes, modifications, supplementations, alterations, or deletions
will be made to the City's standard form without the prior written approval of the
City.
6.04 The Contractor shall provide the City with complete contract documents sufficient to be
advertised for bids by the City. The contract documents shall include the design and
specifications and other changes that are required to fulfill the purpose of the Project.
Upon completion of the final design of the Project, with the submission of the complete
contract documents, and upon request of the City, the Contractor shall meet with City
Staff and the City Council to present the final design of the Project. The Contractor shall
provide an explanation of the final design and cost estimate.
Page4
Contract No. 09-241
Co1D1ci1 Approved -Rev. 2112103
ARTICLE VII
Bid Preparations & Evaluation
7.01 The Contractor shall assist the City in advertising for and obtaining bids or negotiating
proposals for the construction of the Project. Upon request, the Contractor shall meet
with City Staff and the City Council to present, and make recommendations on, the bids
submitted for the construction of the Project.
7.02 The Contractor shall review the construction contractors' bids, including subcontractors,
suppliers, and other persons required for completion of the Project. The Contractor shall
evaluate each bid and provide these evaluations to the City along with a recommendation
on each bid. If the lowest bid for the construction of the Project exceeds the final cost
estimate set forth in the final design of the Project, then the Contractor, at his sole cost
and expense, shall revise the construction documents so that the total construction costs
of the Project will not exceed the final cost estimate contained in the final design of the
Project.
7.03 Where substitutions are requested by a construction contractor, the Contractor shall
review the substitution requested and approve or disapprove such substitutions.
ARTICLE VIII
Construction
8.01 The Contractor shall be a representative of, and shall advise and consult with, the City (1)
during construction, and (2) at the City's direction from time to time during the
correction, or warranty, period described in the construction contract. The Contractor
shall have authority to act on behalf of the City only to the extent provided in this
Agreement unless modified by written instrument.
8.02 The Contractor shall make visits to the site, with a frequency appropriate to the scope of
the Project, to inspect the progress and quality of the executed work of the construction
contractor and his subcontractors and to determine if such work is proceeding in
accordance with the contract documents. Contractor shall periodically review the as-built
drawings for accuracy and completeness, and shall report his findings to the City.
8.03 The Contractor shall keep the City informed of the progress and quality of the work. The
Contractor shall exercise the utmost care and diligence in discovering and promptly
reporting to the City any defects or deficiencies in such work and shall disapprove or
reject any work failing to conform with the contract documents.
8.04 The Contractor shall review and approve shop drawings and samples, the results of tests
and inspections, and other data that each construction contractor or subcontractor is
required to provide. The Contractor's review and approval shall include a determination
of whether the work complies with all applicable laws, statutes, ordinances and codes and
a determination of whether the work, when completed, will be in compliance with the
requirements of the contract documents.
Page 5
Contract No. 09-241
Council Approved-Rev. 2112103
8.05 The Contractor shall determine the acceptability of substitute materials and equipment
that may be proposed by construction contractors or subcontractors. The Contractor shall
also receive and review maintenance and operating instruction manuals, schedules,
guarantees, and certificates of inspection, which are to be assembled by the construction
contractor in accordance with the contract documents.
8.06 The Contractor shall issue all instructions of the City to the construction contractor as
well as interpretations and clarifications of the contract documents pertaining to the
performance of the work. Contractor shall interpret the contract documents and judge the
performance thereunder by the contractor constructing the Project, and Contractor shall,
within a reasonable time, render such interpretations and clarifications as it may deem
necessary for the proper execution and progress of the Work. Contractor shall receive no
additional compensation for providing clarification of the Drawings and Specifications.
8.07 The Contractor shall review the amounts owing to the construction contractor and
recommend to the City, in writing, payments to the construction contractor of such
amounts. The Contractor's recommendation of payment, being based upon the
Contractor's on-site inspections and his experience and qualifications as a design
professional, shall constitute a recommendation by the Contractor to the City that the
quality of such work is in accordance with the contract documents and that the work has
progressed to the point reflected in Contractor's recommendation for payment.
8.08 Upon notification from the construction contractor that the Project is substantially
complete, the Contractor shall conduct an inspection of the site to determine if the Project
is substantially complete. The Contractor shall prepare a checklist of items that shall be
completed prior to final acceptance. Upon notification by the construction contractor that
the checklist items designated by the Contractor for completion have been completed, the
Contractor shall inspect the Project to verify final completion.
8.09 The Contractor shall not be responsible for the work of the construction contractor or any
of his subcontractors, except that the Contractor shall be responsible for the construction
contractor's schedules or failure to carry out the work in accordance with the contract
documents if such failures result from the Contractor's negligent acts or omissions. This
provision shall not alter the Contractor's duties to the City arising from the performance
of the Contractor's obligations under this Contract.
8.10 The Contractor shall conduct at least one on-site inspection during the warranty period
and shall report to the City as to the continued acceptability of the work.
8.11 The Contractor shall not execute change orders on behalf of the City or otherwise alter
the financial scope of the Project without an advance, written authorization from the City.
8.12 The Contractor shall perform all of its duties under this Article VIII so as to not cause
any delay in the progress of construction of the Project.
Page 6
Contract No. 09-241
Council Approved-Rev. 2112103
8.13 The Contractor shall assist the construction contractor and City in obtaining an
Occupancy Permit by accompanying governing officials during inspections of the Project
ifrequested to do so by the City.
ARTICLE IX
Change Orders & Documents & Materials
9.01 No changes shall be made, nor will invoices for changes, alterations, modifications,
deviations, or extra work or services be recognized or paid except upon the prior written
order from authorized personnel of the City. The Contractor shall not execute change
orders on behalf of the City or otherwise alter the financial scope of the Project.
9.02 Written change orders may be approved by the City Manager or his delegate provided
that the change order does not increase the amount set forth in paragraph 2 of this
Contract by more than five percent (5%). Changes in excess of this amount must be
approved by the City Council prior to commencement of the services or work. Any
request by the Contractor for an increase in the Scope of Services and an increase in
the amount listed in paragraph two of this Contract shall be made and approved by
the City prior to the Contractor providing such services or the right to payment for
such additional services shall be waived. If there is a dispute between the Contractor
and the City respecting any service provided or to be provided hereunder by the
Contractor, including a dispute as to whether such service is additional to the Scope of
Services included in this Contract, the Contractor agrees to continue providing on a
timely basis all services to be provided by the Contractor hereunder, including any
service as to which there is a dispute.
9.03 The Contractor shall furnish the City seven (7) sets of plans and specifications. It is
hereby agreed that additional copies shall be provided to the City at the City's expense.
The Contractor shall provide the City one (1) sets ofreproducible, mylar-record drawings
that clearly show all the changes made during the construction process, based upon the
marked-up prints, drawings, and other data furnished by the construction contractor to the
Contractor. The Contractor shall provide copies of documents, computer files if
available, surveys, notes, and tracings used or prepared by the Contractor. The foregoing
documentation, the Contractor's work product, and other information in the Contractor's
possession concerning the Project shall be the property of the City from the time of
preparation. The Contractor shall also furnish one set of digital files representing the
final as-built mylars.
Page 7
Contract No. 09-241
Council Approved -Rev. 2112103
ARTICLEX
Warranty, Indemnification & Release
10.01 As an experienced and qualified design professional, the Contractor warrants that the
information provided by the Contractor reflects high professional and industry standards,
procedures, and performances. The Contractor warrants the design preparation of
drawings, the designation or selection of materials and equipment, the selection and
supervision of personnel, and the performance of other services under this Contract,
pursuant to a high standard of performance in the profession. The Contractor warrants
that the Contractor will exercise diligence and due care and perform in a good and
workmanlike manner all of the services pursuant to this Contract. Approval of the City
shall not constitute, or be deemed, a release of the responsibility and liability of the
Contractor, its employees, agents, or associates for the exercise of skill and diligence to
promote the accuracy and competency of their designs, information, plans, specifications
or any other document, nor shall the City's approval be deemed to be the assumption of
respons.ibility by the City for any defect or error in the aforesaid documents prepared by
the Contractor, its employees, associates, agents, or subcontractors.
10.02 The Contractor shall promptly correct any defective designs or specifications furnished
by the Contractor at no cost to the City. The City's approval, acceptance, use of, or
payment for, all or any part of the Contractor's services hereunder or of the Project itself
shall in no way alter the Contractor's obligations or the City's rights hereunder.
10.03 In all activities or services performed hereunder, the Contractor is an independent
contractor and not an agent or employee of the City. The Contractor and its employees
are not the agents, servants, or employees of the City. As an independent contractor, the
Contractor shall be responsible for the professional services and the final work product
contemplated under this Contract. Except for materials furnished by the City, the
Contractor shall supply all materials, equipment, and labor required for the professional
services to be provided under this Contract. The Contractor shall have ultimate control
over the execution of the professional services. The Contractor shall have the sole
obligation to employ, direct, control, supervise, manage, discharge, and compensate all of
its employees or subcontractors, and the City shall have no control of or supervision over
the employees of the Contractor or any of the Contractor's subcontractors.
10.04 The Contractor must at all times exercise reasonable precautions on behalf of, and be
solely responsible for, the safety of its officers, employees, agents, subcontractors,
licensees, and other persons, as well as their personal property, while in the vicinity of
the Project or any of the work being done on or for the Project. It is expressly understood
and agreed that the City shall not be liable or responsible for the negligence of the
Contractor, its officers, employees, agents, subcontractors, invitees, licensees, and other
persons.
10.05 Indemnity. The Contractor agrees to indemnify, defend, and hold harmless the
City, its officers, employees, and agents (separately and collectively referred to in
this paragraph as "lndemnitee"), from and against any and all claims, losses,
Page 8
Contract No. 09-241
Council Approved -Rev. 2112103
damages, causes of action, suits, judgments, settlements made by Indemnitee, and
liability of every kind, including all expenses of litigation, court costs, attorney's
fees, and other reasonable costs for damage to or loss of use of any property, for
injuries to, or sickness or death of any person, including but not limited to
Contractor, any of its subcontractors of any tier, or of any employee or invitee of
Contractor or of any such subcontractors, that is caused by, arises out of, related to,
or in connection with, the negligence of and/or negligent performance of this
Contract by Contractor or by any such subcontractors of any tier, under this
Contract.
10.06 It is agreed with respect to any legal limitations now or hereafter in effect and
affecting the validity or enforceability of the indemnification obligation under
Paragraph 10.05, such legal limitations are made a part of the indemnification
obligation and shall operate to amend the indemnification obligation to the
minimum extent necessary to bring the provision into conformity with the
requirements of such limitations, and as so modified, the indemnification obligation
shall continue in full force and effect.
10.07 Release. The Contractor releases, relinquishes, and discharges the City, its officers,
agents, and employees from all claims, demands, and causes of action of every kind
and character, including the cost of defense thereof, for any injury to, sickness or
death of the Contractor or its employees and any loss of or damage to any property
of the Contractor or its employees that is caused by or alleged to be caused by,
arises out of, or is in connection with the Contractor's work to be performed
hereunder. Both the City and the Contractor expressly intend that this release shall
apply regardless of whether said claims, demands, and causes of action are covered,
in whole or in part, by insurance and in the event of injury, sickness, death, loss, or
damage suffered by the Contractor or its employees, but not otherwise, this release
shall apply regardless of whether such loss, damage, injury, or death was caused in
whole or in part by the City, any other party released hereunder, the Contractor, or
any third party.
ARTICLE XI
Insurance
11.01 The Contractor shall procure and maintain at its sole cost and expense for the duration of
this Agreement insurance against claims for injuries to persons or damages to property that
may arise from or in connection with the p erformance of the work hereunder by the
Contractor, its agents, representatives, volunteers, employees or subcontractors. The
policies, limits and endorsem ents required are as set forth on Exhibit C.
ARTICLE XII
Use of Drawings, Specifications and Other Documents
12.01 The Drawings, Specifications and other documents prepared by the Contractor and
Contractor's consultants for this Project shall become the property of the City whether the
Page 9
Contract No. 09-241
CoWlcil Approved -Rev. 2112103
Project is completed or not. The City shall be furnished and permitted to retain
reproducible copies and electronic versions of Contractor's Drawings, Specifications and
other documents.
12.02 The documents prepared by Contractor may be used as a prototype for other facilities by
the City. The City may elect to use the Contractor to perform the site adaptation and
other architectural services involved in reuse of the prototype. If so, the Contractor is
obligated to perform the work for an additional compensation that will fairly compensate
the Contractor and its consultants only for the additional work involved. It is reasonable
to expect that the fair additional compensation will be significantly less than the fee
provided for under this Contract. If the City elects to employ a different architect to
perform the site adaptation and other architectural services involved in reuse of the
prototype, that architect will be entitled to use Contractor's consultants on the same basis
that Contractor would have been entitled to use them for the work on the reuse of the
prototype, and such architect will be entitled, to the extent allowed by law, to duplicate
the design and review and refer to the construction documents, approved shop drawings
and calculations, and change order drawings in performing its work. The Contractor will
not be responsible for errors and omissions of a subsequent architect. The Contractor
shall commit its consultants to the terms of this subparagraph.
12.03 In the event of termination of this Agreement for any reason, the City shall receive all
original documents prepared to the date of termination and shall have the right to use
those documents and any reproductions in any way necessary to complete the Project.
12.04 Only the details of the drawings relating to this Project may be used by the Contractor on
other projects, but they shall not be used as a whole without written authorization by the
City. The City furnished forms, conditions, and other written documents shall not be
used on other projects by the Contractor.
ARTICLE XIII
Termination
13.01 The City may terminate this Contract at any time upon thirty (30) calendar days written
notice. Upon the Contractor's receipt of such notice, the Contractor shall cease work
immediately. The Contractor shall be compensated for the services satisfactorily
performed prior to the termination date.
13 .02 If, through any cause, the Contractor fails to fulfill its obligations under this Contract, or
if the Contractor violates any of the agreements of this Contract, the City has the right to
terminate this Contract by giving the Contractor five (5) calendar days written notice to
the Contractor. The Contractor will be compensated for the services satisfactorily
performed before the termination date.
13.03 No term or provision of this Contract shall be construed to relieve the Contractor of
liability to the City for damages sustained by the City because of any breach of contract
and/or negligence by the Contractor. The City may withhold payments to the Contractor
Page 10
Contract No. 09-241
Council Approved -Rev. 2112103
for the purpose of setoff until the exact amount of damages due the City from the
Contractor is determined and paid.
ARTICLE XIV
Miscellaneous Terms
14.01 This Contract has been made under and shall be governed by the laws of the State of
Texas. The parties agree that performance and all matters related thereto shall be in
Brazos County, Texas.
14.02 Notices shall be mailed to the addresses designated herein or as may be designated in
writing by the parties from time to time and shall be deemed received when sent postage
prepaid U.S. Mail to the following addresses:
City of College Station
Attn: Danielle Charbonnet
P.O. Box 9960
College Station, Texas 77842
Contractor:
Attn: Alex Reyna
221 West 6th Street
Suite 600
Austin, Texas 78701
14.03 No waiver by either party hereto of any term or condition of this Contract shall be
deemed or construed to be a waiver of any other term or condition or subsequent waiver
of the same term or condition.
14.04 This Contract represents the entire and integrated agreement between the City and the
Contractor and supersedes all prior negotiations, representations, or agreements, either
written or oral. This Contract may only be amended by written instrument approved and
executed by the parties.
14.05 This Contract and all rights and obligations contained herein may not be assigned by the
Contractor without the prior written approval of the City.
14.06 If any provision of this Contract shall be held to be invalid or unenforceable for any
reason, the remaining provisions shall continue to be valid and enforceable. If a court of
competent jurisdiction finds that any provision of this Contract is invalid or
unenforceable, but that by limiting such provision it may become valid and enforceable,
then such provision shall be deemed to be written, construed, and enforced as so limited.
14.07 The Contractor, its agents, employees, and subcontractors must comply with all
applicable federal and state laws, the charter and ordinances of the City of College
Station, and with all applicable rules and regulations promulgated by local, state, and
Page 11
Contract No. 09-241
Council Approved-Rev. 2112103
national boards, bureaus, and agencies. The Contractor must obtain all necessary permits
and licenses required in completing the work and providing the services required by this
Contract.
14.08 The parties acknowledge that they have read, understood, and intend to be bound by the
terms and conditions of this Contract.
14.09 This Contract will be effective when signed by the last party whose signing makes the
Contract fully executed.
14.10 Notice of Indemnification. City and Contractor hereby acknowledge and agree that
this Contract contains certain indemnification obligations and covenants.
BURY+PARTNERS, INC.
By: ___________ _
Printed Name: __________ _
Title: --------------~ Date: ------
Page 12
Contract No. 09-241
Council Approved -Rev. 2112103
CITY OF COLLEGE STATION
By: ___________ _
Mayor
Date: ------
ATTEST:
City Secretary
Date: --------
APPROVED:
City Manager
Date: --------
City Attorney
Date: --------
Chief Financial Officer
Exhibit A
Scope of Services
Prepared by Bury+ Partners, Inc.
For
Hike and Bike Trail Completion (ST-0904)
(Texas Avenue/Welsh Avenue Hike and Bike Trail)
Project Description
The City of College Station (City) elected to move forward and selected a new trail. The
project selected is a new trail to be constructed from Texas Avenue to Welsh Avenue
along Harvey Mitchell Parkway (FM 2818), which is the subject of this scope of work.
Starting in front of A&M Consolidated High School at the northeast comer of
Welsh Avenue and FM 2818, the proposed trail route traverses east along the north
right-of-way (R.O.W.) of FM 2818 to reach a major creek crossing. Upon crossing the
creek, the proposed trail route continues east to terminate at Texas Avenue at the
northwestern return. The alignment of the proposed trail route lies entirely within the
Texas Department of Transportation's (TxDOT) R.O.W. The total length of this project
is approximately 6, 100 linear feet.
It is assumed that this alignment has been established by the City and an evaluation of
alternate alignments is not part of this scope of work.
Bury+ Partners, Inc. (Bury) has prepared the following scope of work for Data Collection,
Environmental, Preliminary Design, Final Design, and Bidding/Construction
Administration Services, and Materials Testing.
1. Data Collection
Bury and its sub-consultant team members (the Project Team) propose to include the
following services during the Data Collection phase of the project:
1.1. Conduct a project kick-off meeting with City staff and the Project Team. A walk
of the area will be conducted with City staff and the Project Team to spot any
sensitive areas and obtain concurrence on an alignment for the trail.
1.2. The City has attended meetings with TxDOT to understand what level of review,
including environmental, will be required. The City will provide meeting minutes
from this meeting.
1.3. The Project Team will coordinate with TxDOT to gather roadway drawings for
FM 2818 for the extents of the project.
Page 13
Contract No. 09-241
Council Approved-Rev. 2112103
1.4. The City will provide all available information regarding City owned existing wet
utilities including water, sanitary sewer, stormwater, and electrical.
1.5. The Project Team will gather all other existing dry utility data along the proposed
trail route. This includes gas, telephone, BTU Electrical, and data.
2. Environmental
The trail route is proposed to be constructed within existing TxDOT R.O.W and
provisions of the National Environmental Policy Act (NEPA) apply. It is anticipated
that, based on the level of potential impacts and City staff discussions with TxDOT
personnel, that documentation supporting Categorical Exclusion (CE) will suffice. The
following services will be included within the Environmental Investigation of this
project:
2.1 . The Project Team will prepare appropriate CE in general accordance with
TxDOT's Environmental Manual and Standards of Uniformity. The CE report
will address the following:
2.1.1.
2.1.2.
2.1.3.
2.1.4.
2.1.5.
2.1.6.
2.1.7.
2.1.8.
2.1.9.
2.1.10.
2.1.11.
2.1.12.
2.1.13.
2.1.14.
2.1.15.
2.1.16.
2.1.17.
2.1.18.
Contract No. 09-241
Council Approved-Rev. 2112103
Need and Purpose
Proposed Action
Project Setting and Land Use
Socioeconomics
Environmental Justice
Limited English Proficiency
Section 4(f) Resources
Historic Properties
Archeological Resources
Vegetation
Water Quality
Soils/Farmland
Utilities
Invasive Species
Threatened and Endangered Species
Air Quality
Noise Impacts
Hazardous Materials
Page 14
2.1.19.
2.1.20.
2.1.21.
2.1.22.
Visual
Flood Plains
Wild and Scenic Rivers
Public Involvement
2.2. Submit the CE report to the City for review and comments. The Project Team
will coordinate with the City to address staff comments.
2.3. Revise and submit finalized report to the City for final review and approval.
2.4. The City's Project Manager will submit to and coordinate with TxDOT for
approval.
3. Preliminary Design
The Project Team will conduct the following tasks to complete the Preliminary Design of
the Hike and Bike Trail:
3.1. Conduct progress meetings, three (3), with City staff at each milestone submittal:
preliminary, 30%, and 60% design submittals. A progress memorandum will be
submitted to the City at least one (1) week prior to each progress meeting. The
memorandum will include, but not limited to, project progress, design issue, and
recommendations to issues.
3.2. Weekly progress emails will be sent out detailing project progress as well as
upcoming tasks for the following week.
3.3. Conduct the field survey to include topographic features and tree data. The
survey will capture the area within 25-feet of the centerline of the trail route. All
trees
eight (8) inches and larger in diameter will be surveyed.
3.4. Conduct a field survey to tie R.0.W. monumentation and to locate R.O.W. limits
of
FM 2818.
3.5. The Project Team will conduct a geotechnical analysis along the trail. One (1)
boring sample at a 25-foot depth will be conducted on either side of the major
creek crossing. Four (4) other boring samples at a five (5) foot depth will
conducted along the trail.
Page 15
Contract No. 09-241
Council Approved-Rev. 2112103
3.6. Preliminary designs for the trail will include the design of a structural pedestrian
bridge to span across the major creek crossing. The bridge is assumed to be a
precast concrete double tee type bridge.
3.7. Create preliminary route exhibits and schematic drawings of the trail alignment.
This is to include schematic drawings of the pedestrian bridge to be constructed
over the major creek crossing. The Project Team will also evaluate utilizing the
culverts at the creek to cross. Submit schematics to the City for review and
approval.
3.8. Bury will attend two (2) public meetings on behalf of the City and provide
supporting exhibits for the meetings.
3.9. Bury will attend the Pre-application Conference (PAC) at the City of College
Station.
3.10. Prepare 30% plans/construction drawings for the pedestrian hike and bike trail to
submit to the City for review.
3.11. Meet with the City in order to review and incorporate the City's 30% review
comments.
3.12. Prepare 60% plans/construction drawings for the pedestrian hike and bike trail to
submit to the City for review.
3.13. Meet with the City in order to review and incorporate the City's 60% review
comments.
3.14. Prepare an opinion of probable cost per the preliminary designs for the route.
3 .15. The Project Team will provide supporting drawings and exhibits to the City for
the Multiple Use Agreement process with TxDOT.
3 .16. Prepare a Traffic Control Plan (TCP) to be included within the construction
documents.
3.17. Submit the TCP to the City for review and approval. The City will coordinate
with TxDOT for TCP approval.
4. Final Design
Upon the completion of the Preliminary Design phase, the Project Team will begin the
Final Design phase. The following services will be included within this phase of the
project:
Page 16
Contract No. 09-241
Council Approved-Rev. 2112103
4.1. Conduct one (1) progress meetings with City staff at 90% submittal. A progress
memorandum will be submitted to the City at least one (1) week prior to each
progress meeting. The memorandum will include, but not limited to, project
progress, design issue, and recommendations to issues.
4.2. Prepare 90% plans and specifications to the City for review. Specifications will
be in City format to include the bid document in PDF format, special provisions,
and technical specification.
4.3. Meet with the City in order to review and incorporate the City's 90% review
comments.
4.4. The Project Team will submit plans to a Registered Accessibility Specialist to
review the plans against the Texas Department of Li censure Requirement (TDLR)
standards. We will coordinate with the reviewer to address any comments.
4.5. Finalize construction documents to 100% completion.
4.6. Provide three (3) project manuals (not including construction drawings) to the
City. A total of three (3) half-size sets of final construction drawings at 100%
completion will be submitted to the City.
4.7. One (1) digital copy of all engineering documents, plans, and design documents
will be submitted to the City.
4.8. One (1) digital copy of electronic CAD files in AutoCAD format will be
submitted to the City.
4.9. Provide the City with bid proposals in excel format.
5. Bidding/Construction Administration
After all bid and construction documents have been finalized, the Project Team will
begin the Bidding/Construction Administration phase of the project, which will include
the following services:
5.1. Assist in conducting a pre-bid meeting.
5.2. Prepare and issue any necessary addenda to bid.
5.3. Receive and evaluate bids.
5.4. Make recommendation of award of bid.
Page 17
Contract No. 09-241
Council Approved-Rev. 2112103
5.5. Assist the City in preparing construction contract documents. We will also
provide four ( 4) copies of construction drawing incorporating any associated
Addendum during construction bidding. Of the four ( 4) set of plans, one (1) set
will be full-size (22-inch x 34-inch), and three (3) sets will be half-size sets.
5.6. Attend up to six (6) monthly progress meetings
5. 7. Provide periodic onsite field observation trips for an average of two (2) visits per
month for a six (6) month construction phase (maximum).
5.8. The Project Team will provide materials testing during the duration of the
construction phase. Please refer to the attached scope of work provided by
Terracon Consulting Engineers and Scientists for a detailed scope.
5.9. Review monthly pay requests from contractor.
5.10. Respond to questions during construction and any necessary Request For
Information (RFI) responses.
5.11. Review and provide recommendations to the City regarding any proposed change
orders.
5.12. Prepare As-Built plans and submit in electronic AutoCAD format to the City.
Also, one (1) mylar set of as-built plans shall be submitted to the City.
6. Reimbursables
6.1. Out of pocket expenses on the project will be charged to the City in the form of a
reimbursable expense. The expenses will be based on out of pocket expenses
incurred during the performance of tasks related to the project. These
reimbursable expenses have been estimated as follows:
• Printing and Reproduction ($2500)
• Mileage ($2500)
ASSUMPTIONS
The following items are assumptions that have been made for the purposes of this scope based
on conversations with the City:
1. The City will provide any surveys that have been done for the area in which the trail will
be built.
Page 18
Contract No. 09-241
Council Approved -Rev. 2112103
2. The construction of the pedestrian trail will be entirely within TxDOT R.O.W.; therefore,
no easements will be required.
3. The preferred alignment has been established and, therefore, an evaluation of alternatives
is not part of this scope.
4. It is assumed TxDOT will grant a CE for this project.
5. Plans will be prepared in AutoCAD.
Contract No. 09-241
Page 19
Council Approved-Rev. 2112103
Exhibit B
Payment Terms
SELECT ONE:
Payment is a fixed fee in the amount listed in paragraph 2.01 of this Contract. This
amount shall be payable by the City pursuant to the schedule listed below and upon completion
of the services and written acceptance by the City.
Schedule of Payment for each phase:
Page 20
Contract No. 09-241
Council Approved -Rev. 2112103
CJTYOFCOI,UIC.:&STATlON
TEXAS AVENUl!IWHLSllAVENIJE l'ROJEL"T
Pa)'fl)t'flt. 't'r.ntit. F.xblbll a
JUD.t 1009
I JHl.11T I AR (IT I
i SJ9l..50 i SU7 • .50 I S109 . .50 I S160.0Q S-117.50 I SIOL<o I St(.s>
Su b-con~uJLa nt
Tocat Budlttl Na mt
-
fflimO -----------------j---~----:-4_ -t---~o ------i--1-----+-+~------
•Plan~ ' 6 ! 6 : f 12 ! '-l 81:!
I t 8 I u • J1 • s ).696
~.=withCil.vto dlscu..q:«j:O%Pl.ans i _6 t ' i 12 iS l,S l2 lnccrponnc:®'''-xtTm1.Ull•mtoPl~tl.f i -i 12 ;.S. L.378
i! .. :.L.;.~:;...~.=-.~~~I~~~-j~~1~~~i~q;j~i~~~.~.~.~ ~~~;;~~c0Rr:;w AOACccn-Tin~---------·-j----f------L-t----·-'L:i-----1---·· ---~--H---~~-1-Ai~S:.~~ $117$ ~g;;;~~~~~~::~~==:=~=f~±=f-:,=;:T=:~::?::~.'=::=F::;=-:::.&:::tt=1f:::=:=~::=
i ~ t j Sni.. Tollll! $ .9 466 Sub .. .Total S 1.17,5
~~~':,;~~ ·~~~c:;1~~i~~~v•·¥-·-·--~ .. ··--···-·-·· .. v•v··· .. ·----·~--·-····~1 ··· ,-··--···-···i---~--·--···-······v· .. -·l· ., ... , _____ ... ·-··-· ...... •v•v ·v--~·v-----~----··-···-·· ·------··-Nts········ .... :, ···SJ;~~b&"~~--·s---···900·
Mi.~ in rond11e.iin.~--a rttt-bid n'Mtiu&-! 6 t f i 6 ~ ! J. l.55
~*~:-~.;;;~~~~'!1~J~_lf.1. ___________________________ ·+·-~·-+--·--1---!....+------· -·--·-·----·--··-----1-·-;i_ ____ .. --i--·-H---d~· --·----·--·-·-·-·····-·
MAk~-;;;;d~;;i'"orawarddbid:--1 t ! i 1 ! 1 is 210
Pnpato ... IJ<lill pl<vlsl<obmil in <leClronk AUl.C.'\D -to O" Cit)• .. wdl •• rn• (I )Ji i i i S 940 M}11rR<. _ j i I
™;;;:;~~~~~dR~iXod'~tt;~;· .,..-......... H·--···--·---~-"·--,._,., .. , ....... ~-----··•·u··--··· --i----~,_, __ -~f ........ ~--····+ , .. ~-··"··-.... ~---· ..... -----M---~~*1,. ... __ ... .__._,_,, ·---~!_tt~!~i··t-H:~~ .. ,.._ . ..,J,!~_:T!'~-J_,._ ... ~~~.7,
~~~d--~-~~~-~-----·=~-=~=~:=:~---~:--~-=~~~;1=~~=~t~~--=1~-~~;~~:-J;i= ~;~= =----~;~~~=t=:--=. -~;:;;~---~~~ ----~~~~!~ l~::~
Page 21
Contract No. 09-241
Council Approved -Rev. 2112103
Exhibit C
Insurance Requirements
During the term of this Agreement all Contractor's insurance policies shall meet the following
requirements:
I. Standard Insurance Policies Required:
A. Commercial General Liability
B. Business Automobile Liability
C. Workers' Compensation
D. Professional Liability
II. For each of these policies, the Contractor's insurance coverage shall be primary
insurance with respect to the City, its officials, employees and volunteers. Any self-
insurance or insurance policies maintained by the City, its officials, employees or
volunteers, shall be considered in excess of the Contractor's insurance and shall not
contribute to it. No term or provision of the indemnification provided by the Contractor
to the City pursuant to this Contract shall be construed or interpreted as limiting or
otherwise affecting the terms of the insurance coverage. All Certificates of Insurance and
endorsements shall be furnished to the City's Representative at the time of execution of
this Agreement, attached hereto as Exhibit D, and approved by the City before any letter
of authorization to commence planning will issue or any work on the Project commences.
III. The Contractor shall include all subcontractors as additional insureds under its policies or
shall furnish separate certificates and endorsements for each subcontractor. All
coverages for subcontractors shall be subject to all of the requirements stated herein.
IV. General Requirements Applicable to All Policies
A. Only insurance carriers licensed and admitted to do business in the State of Texas
will be accepted.
B. Deductibles shall be listed on the Certificate of Insurance and are acceptable only
on a "per occurrence" basis for property damage only.
C. "Claims made" policies will not be accepted, except for Professional Liability
msurance.
D. Each insurance policy shall be endorsed to state that coverage shall not be
suspended, voided, canceled, or reduced in coverage or in limits except after
thirty (30) calendar days prior written notice has been given to the City of College
Station by certified mail, return receipt requested.
E. Upon request, certified copies of all insurance policies shall be furnished to the
City.
F. The Certificates of Insurance shall be prepared and executed by the insurance
company or its authorized agent. Each certificate shall contain the following
Page 22
Contract No. 09-241
Council Approved-Rev. 2112103
provisions and warranties:
1. that the insurance company is licensed and admitted to do business in the
State of Texas
2. that the insurance policy is underwritten on forms provided by the Texas
State Board of Insurance or ISO
3. all endorsements and coverages according to the requirements of this
Contract
4. the form of notice of cancellation, termination, or change in coverage
provisions
5. original endorsements affecting coverage required by this Contract.
6. The City of College Station, its officials, employees, and volunteers are
named as Additional Insureds on the Commercial General Liability and
Business Automobile Liability Policies. The coverage shall contain no
special limitations on the scope of protection afforded the City, its
officials, employees, and volunteers.
V. Commercial (General) Liability requirements:
A. Coverage shall be written by a carrier with an "A: VIII" or better rating in
accordance with the current Best Key Rating Guide.
B. Minimum Limit of $1 ,000,000 per occurrence for bodily injury and property
damage with a $2,000,000 annual aggregate.
C. Coverage shall be at least as broad as Insurance Service's Office Number CG 00
01.
D. No coverage shall be excluded from the standard policy without notification of
individual exclusions being attached for review and acceptance.
E. The coverage shall include but not be limited to: premises/operations;
independent contracts, products/completed operations, contractual liability
(insuring the indemnity provided herein), and where exposures exist, Explosion
Collapse and Underground coverage.
F. The City shall be named as an additional insured and the policy shall be endorsed
to waive subrogation and to be primary and non-contributory.
VI. Business Automobile Liability requirements:
A. Coverage shall be written by a carrier with an "A: VIII" or better rating in
accordance with the current Best Key Rating Guide.
B. Minimum Combined Single Limit of $1 ,000,000 per occurrence for bodily injury
and property damage.
C. The Business Auto Policy must show Symbol 1 in the Covered Autos portion of
the liability section in Item 2 of the declarations page.
D. The coverage shall include owned autos, leased or rented autos, non-owned autos,
any autos and hired autos.
VIL Workers Compensation Insurance requirements:
Page 23
Contract No. 09-241
Council Approved-Rev. 2112103
A. Pursuant to the requirements set forth in Title 28, Section 110.110 of the Texas
Administrative Code, all employees of the Contractor, the Contractor, all
employees of any and all subcontractors, and all other persons providing services
on the Project must be covered by a workers' compensation insurance policy:
either directly through their employer's policy (the Contractor's, or
subcontractor's policy) or through an executed coverage agreement on an
approved Texas Department of Insurance Division of Workers Compensation
(DWC) form. Accordingly, if a subcontractor does not have his or her own policy
and a coverage agreement is used, Contractors and subcontractors must use that
portion of the form whereby the hiring contractor agrees to provide coverage to
the employees of the subcontractor. The portion of the form that would otherwise
allow them not to provide coverage for the employees of an independent
contractor may not be used.
B. The worker's compensation insurance shall include the following tenns:
1. Employer's Liability limits of $1 ,000,000 for each accident is required.
2. "Texas Waiver of Our Right to Recover From Others Endorsement, WC
42 03 04" shall be included in this policy.
3. Texas must appear in Item 3A of the Worker's Compensation coverage or
Item 3C must contain the following: All States except those listed in Item
3A and the States of NV, ND, OH, WA, WV, and WY.
C. Pursuant to the explicit terms of Title 28, Section 1.10.l 10(c)(7) of the Texas
Administrative Code, this Agreement, the bid specifications, this Agreement, and
all subcontracts on this Project must include the terms and conditions set forth
below, without any additional words or changes, except those required to
accommodate the specific document in which they are contained or to impose
stricter standards of documentation:
"A. Definitions:
Contract No. 09-241
Co1D1cil Approved -Rev. 2112103
Certificate of coverage ("certificate'') -A copy of a certificate of
insurance, a certificate of authority to self-insure issued by the Division of
Workers Compensation, or a coverage agreement (DWC-81, DWC-83, or
DWC-84), showing statutory workers' compensation insurance coverage
for the person's or entity's employees providing services on a project, for
the duration of the project.
Duration of the project -includes the time from the beginning of the work
on the project until the Contractor's/person's work on the project has been
completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractors" in§ 406.096
[of the Texas Labor Code}) -includes all persons or entities performing
all or part of the services the Contractor has undertaken to perform on the
Page 24
project, regardless of whether that person contracted directly with the
Contractor and regardless of whether that person has employees. This
includes, without limitation, independent Contractors, subcontractors,
leasing companies, motor carriers, owner-operators, employees of any
such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing,
hauling, or delivering equipment or materials, or providing labor,
transportation, or other service related to a project. "Services" does not
include activities unrelated to the project, such as food/beverage vendors,
office supply deliveries, and delivery of portable toilets.
· B. The Contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any coverage
agreements; that meets the statutory requirements of Texas Labor Code,
Section 401.011(44)for all employees of the Contractor providing
services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D. If the coverage period shown on the Contractor's current certificate of
coverage ends during the duration of the project, the Contractor must,
prior to the end of the coverage period, file a new certificate of coverage
with the governmental entity showing that coverage has been extended.
E. The Contractor shall obtain from each person providing services on a
project, and provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on
the project, so the governmental entity will have on file certificates
of coverage showing coverage for all persons providing services
on the project; and
(2) no later than seven calendar days after receipt by the Contractor,
a new certificate of coverage showing extension of coverage, if the
coverage period shown on the current certificate of coverage ends
during the duration of the project.
F. The Contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter.
G. The Contractor shall notify the governmental entity in writing by certified
mail or personal delivery, within 10 calendar days after the Contractor
knew or should have known, or any change that materially affects the
provision of coverage of any person providing services on the project.
Page 25
Contract No. 09-241
Council Approved -Rev. 2112103
H The Contractor shall post on each project site a notice, in the text, form
and manner prescribed by the Division of Workers Compensation,
informing all persons providing services on the project that they are
required to be covered, and stating how a person may verifY coverage and
report lack of coverage.
I The Contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
Contract No. 09-241
Council Approved -Rev. 2112103
(1) provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements,
that meets the statutory requirements of Texas Labor Code,
Section 40I.011 ( 44) for all of its employees providing sefvices on
the project, for the duration of the project;
(2) provide to the Contractor, prior to that person beginning work on
the project, a certificate of coverage showing that coverage is
being provided for all employees of the person providing services
on the project, for the duration of the project;
(3) provide the Contractor, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the
coverage period shown on the current certificate of coverage ends
during the duration of the project,·
(4) obtain.from each other person with whom it contracts, and provide
to the Contractor:
(a) a certificate of coverage, prior to the other person
beginning work on the project; and
(b) a new certificate of coverage showing extension of
coverage, prior to the end of the coverage period, if the
coverage period shown on the current certificate of
coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration
of the project and for one year thereafter,·
(6) notifY the governmental entity in writing by certified mail or
personal delivery, within I 0 calendar days after the person knew
or should have known, of any change that materially affects the
provision of coverage of any person providing services on the
project; and
(7) contractually require each person with whom it contracts, to
Page 26
perform as required by paragraphs (a) -(g), with the certificates
of coverage to be provided to the person for whom they are
providing services.
J By signing this contract, or providing, or causing to be provided a
certificate of coverage, the Contractor is representing to the governmental
entity that all employees of the Contractor who will provide services on
the project will be covered by workers' compensation coverage for the
duration of the project, that the coverage will be based on proper
reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier
or, in the case of a self-insured, with the Commission's Division of Self-
Insurance Regulation. Providing false or misleading information may
subject the Contractor to administrative penalties, criminal penalties, civil
penalties, or other civil actions.
K. The Contractor's failure to comply with any of these provisions is a
breach of contract by the Contractor that entitles the governmental entity
to declare the contract void if the Contractor does not remedy the breach
within ten calendar days after receipt of notice of breach.from the
governmental entity. "
VIII. Professional Liability requirements:
A. Coverage shall be written by a carrier with a "A: VIII" or better rating in
accordance with the current Best Key Rating Guide.
B. Minimum of $1 ,000,000 per occurrence and $2,000,000 aggregate, with a
maximum deductible of $100,000.00. Financial statements shall be furnished to
the City of College Station when requested.
C. For "claims made" policies, a two-year extended reporting period shall be
required.
Page 27
Contract No. 09-241
Council Approved -Rev. 2112103
Contract No. 09-241
Council Approved -Rev. 2112103
Exhibit "D"
Certificate( s) of Insurance
Page 28
Geotechnica! Enginee7ing Report
·Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
Field Exploration Desc ription
lrerracan
Subsurface conditions were evaluated by drilling six test borings, desig nated B-1 through B-6 to
depths of 5 and 25 feet The borings were drilled on December 31 , 2009, us ing track-mounted
drilling equipment at the approximate locations shown on the Plan of Borings, Exhibit A-2 of
Appendix A Boring locations were selected and staked on the ground by Terracon measuring
from existing site features without the use of surveying equipment The Plan of Borings was
prepared from a Site Plan provided by Bury + Partners, Inc. The boring depths were measure d
from the existing ground surface at the time of our field activities. At the completion of our field
activities, the borings were backfilled with soil cuttings.
Cohesive soil samples were generally recovered using thin-walled tu be samplers. Hand
penetrometer tests were performed on samples of cohesive soils to serve as a general measure of
consistency.
Gran ular soil s and soils for which good qual ity open-tube samples could not be recovered were
sampled by mean s of the Standard Penetration Test (SPT). This test con sists of measuring the
number of blows (N) req uired for a 140-pound hammer free falling 30 inches to drive a standard
split-spoon sampler 12 inches into the subsurface material after bei ng seated six inches. This blow
count, or SPT N-value, is used to evaluate the stratum.
A CME auto matic SPT hammer was used to advance the split-barrel sampler in th e borings
performed on this site. A greater efficiency is typically achieved with the automatic hammer
compared to the conventional safety hammer operated with a cathead and rope . Published
correlations between the SPT values and soil properties are based on the lower efficiency
cathead and rope method. This higher efficiency of the automatic hammer affects the standard
penetration resistance blow count (N) value by increasing the pe netration per ham mer blow,
with a resu ltant decrease in the blow count value, over what would be obtained using the
cathead and rope method. The effect of the automatic hamme r's efficiency has been
considered in.Terracon's interpretation and analysis of the subsurface information for this report.
If necessary, the consistency description we assigned to the soil strata on the borin g logs has
been adjusted to account for that higher efficiency.
Samples were removed from samplers in the field, visually classified, and appropriatel y sealed in
sample containers to preserve their in-situ moisture contents. Samples were returned to our
laboratory in College Station, Texas. Samples not tested in the laboratory will be stored for a
period of 30 days subsequent to submittal of this report and will be discarded afte r this period ,
unless we are notified otherwise.
A field log of each boring was prepared as drilling and sampling progressed. These field logs
included visual classification of the soils encountered during drilli ng. Laboratory testing was
used to confirm or revise field classifications, and to determine general soil conditions. Hand
Exhibit A-9
Geotechnical Engineer"ng Report
Hike and Bike Trail • College Station, Texas
January 8, 2010 • Terracon Project No. A 1095063
lrerracan
penetrometer test results, which give an indication of strength of the soil, are shown on the logs.
Soil descriptions and symbols used on the logs are in general accordance with the Unified Soil
Classification System (USCS). The Logs of Borings, presenting the subsurface soil
descriptions, type of sampling used , and additional field data, are presented on Exhibits A-3
through A-8 of Appendix A The General Notes, which define the terms used on the logs, are
presented on Exhibit C-1 of Appendix C. The Unified Soil Classificatio n System is pre sented on
Exhibit C-2 of Appendix C.
Measurements to determine the presence and depth of seepage and groundwater were made in
the boreholes wh ile drilling and upon completion of each boring. This information is shown on
the Logs of Borings. A more detailed study would be needed to determine a more accurate
location of groundwater and seepage rates. Such a study might require additional deep
borings, water level observations on a long-term basis, and setting and monitoring piezometers
(observation wells) over an extended period of time.
2 Exhibit A-9
APPENDIX B
LABORATORY TESTING
-------------
Geote chn ical Engineering Report
Hike and Bike Trail • Coll ege Station, Texas
January 8, 2010 • Terracon Project No_ A 1095063
L boratory Testing
lrerracan
Soil samples were tested in the laboratory to measure their dry unit weight and natural water
con tent. Unconfined compression tests we re performed on se lected samples and a calibrated
hand penetrometer was used to estimate the approximate unconfined compressive strength of
some co hesive samples. The calibrated hand penetrometer has been correlated with
unconfined co mpression tests , and provides a better estimate of soil consistency than visual
examination alone. Selected samples were also tested to determine Atterberg limits testing and
percent passing the No. 200 sieve. The test results are provided on the boring logs included in
Appendix A
Descriptive clas sificatio ns of the soi ls indicated on th e boring logs are in acco rdance with the
attached General Notes and the Unified Soil Classification System. Also shown are estimated
Unified Soil Classification Symbo ls. A brief description of this classifi cation system is attached
to this report. All classification was by visual manual procedures.
Exhibit B-1
APPENDIX C
SUPPORTING DOCUMENTS
~------------------
GE ERAL NOTES
D~LLING&SAMP LING SYMBOLS:
SS: Split Spoon -1-3te" l.D., 2" O.D., unless otherwise noted HS: Hollow Stem Auger
ST: Thin-Walled Tube -2" O.D., unless otherwise noted PA: Power Auger
RS: Ring Sampler -2.42" l.D., 3" 0.0., unless otherwise noted HA: Hand Auger
DB: Diamond Bit Coring -4", N, B RB : Rock Bit
BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary
The number of blows required to advance a standard 2-inch O.D . split-spoon sampler (SS) the last 12 inches of the total 18-inch
penetration with a 140-pound hammer falling 30 inches is considered the "Standard Penetration" or "N-value".
WATER LEVEL MEASUREMENT SYMBOLS:
WL: Water Level WS:
WCI : Wet Cave in WO:
While Sampling
While Drilling
N/E: Not Encountered
DCI: Dry Cave in
AB: After Boring
BCR:
ACR:
Before Casing Removal
After Casi ng Removal
Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other
times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of groun dwater.
In low permeabi lity soils, the accurate determination of groundwater levels may not be possible wi th only short-term observations.
DESCRIPTIVE SOI L CLASSIFICATION: Soil classification is based on the Unified Classification System. Coarse Grained Soils
have more than 50% of their dry weight retained on a #200 si eve; their principal descriptors are: bo ulders, cobbles, gravel or sand.
Fine Grained Soils have less than 50% of thei r dry weight retained on a #200 sieve; they are principally described as clays if they are
plastic, and silts if they are slightly plastic or non-plastic. Major co nstituents may be added as modifiers and minor constituents may
be added accordin g to the relati ve proportions based on grain size. In addition to gradation , coarse-grained soils are defined on the
basis of their in-place relative density and fine-grained soils on the basis of their consistency.
CONSISTENCY OF FINE-GRAINED SOILS
Unconfined Standard Penetration
Com12ressive or N-value {SS} Consistency:
Strength, Qu, QSf Blows/Ft.
< 500 <2 Very Soft
500 -1,000 2-3 Soft
1,001 -2,000 4-6 Medium Stiff
2,001 -4,000 7-12 Stiff
4,001 -8,000 13-26 Ve ry Stiff
8,000+ 26+ Hard
RELATIVE PROPORTIONS OF SAND AND GRAVEL
Descriptive Te rm{s) of other
Constituents
Trace
With
Modifier
RELATIVE PROPORTIONS OF FINES
Descriptive Term{s} of other
Constituents
Trace
With
Modifie rs
Percent of
Dry Weight
< 15
15-29
> 30
Percent of
Ory Weight
<5
5 -12
> 12
RELATIVE DENSITY OF COARSE-GRAINED SOILS
Standard Penetration Ring SamQler {RS} or N-value {SS} Relative Densi!Y
Blows/Ft. Blows/Ft.
0 -3 0-6 Ve ry Loose
4 -9 7-18 Loose
10-29 19-58 Medium Dense
30 -49 59-98 Dense
50+ 99+ Very Dense
GRAIN SIZE TERMINOLOGY
Major Com12onent
of Sample Particle Size
Boulders Over 12 in. (300mm)
Cobbles 12 in. to 3 in. (300mm to 75 mm)
Gravel 3 in. to #4 sieve (75mm to 4.75 mm)
Sand #4 to #200 sieve (4.75mm to 0.075mm)
Silt or Clay Passing #200 Sieve (0.075mm)
PLASTICITY DESCRIPTION
Term Plasticity:
Index
Non-plastic 0
Low 1-10
Medium 11-30
High 30+
Exh ibit C-1
I
I
I
UNI FIED SOIL CLASSIFICATION SYSTEM
Soil Classification
Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group
Symbol Group Name 8
Gravels: Clean Gravels: Cu ~ 4 and 1 ~ Cc ~ 3 E GW Well-graded gravel F
More than 50% of Less than 5% fines c Cu < 4 and/or 1 > Cc > 3 E GP Poorly graded gravel F
coarse Gravels with Fines: Fines classify as ML or MH GM Silty gravel F.G. H
Coarse Grained Soils: fraction retained on More than 12% fines c Clayey gravel F.G.H Nn. 4 •:iF'V" Fines classify as CL or CH GC More than 50% retained
on No. 200 sieve Sands: Clean Sands: Cu ~ 6 and 1 ~ Cc ~ 3 E SW Well-graded sand 1
50% or more of coarse Less than 5% fines 0 Cu < 6 and/or 1 > Cc > 3 E SP Poorly graded sand 1
fraction passes Sands with Fines: Fines classify as ML or MH SM Silty sand G.H.1
No. 4 sieve More than 12% fines 0 Fines Classify as CL or CH SC Clayey sand G.H.i
Pl > 7 and plots on or above "A" line J CL Lean clay K.L.M
Si lts and Clays:
Inorganic: Pl < 4 or plots below "A" line J ML SiltK,L,M
Liquid limit less than 50
Organic: Liquid limit -oven dried I OL
Organic clay K.L.M,N
Fine-Grained Soils: <0.75 Organic silt K.L.M.o Liquid limit -not dried I 50% or more passes the Pl plots on or above "A" line CH Fat clayK.L.M N0. 200 sieve Inorganic:
Silts and Clays: Pl plots below "A" line MH Elastic Silt K.L.M
Liquid limit 50 or more
Organic: Liquid limit -oven dried I OH
Organic clay K.L.M,P
I < 0.75 Organic silt K.L.M.a Liquid limit -not dried
Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat
A Based on the material passing the 3-in . (75-mm) sieve H If fines are organic, add "with organic fines" to group name.
8 If field sample contained cobbles or boulders, or both, add "with cobbles
or boulders, or both" to group name.
1 If soil contains ~ 15% gravel, add "with gravel" to group name.
c Gravels with 5 to 12% fines require dual symbols: GW-GM well-graded
gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly
graded gravel with silt, GP-GC poorly graded gravel with clay.
J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay.
K If soil contains 15 to 29% plus No. 200, add "with sand" or "with
gravel," whichever is predominant.
0 Sands with 5 to 12% fines require dual symbols: SW-SM well-graded
sand with silt, SW-SC well-g raded sand with clay, SP-SM poorly graded
sand with silt, SP-SC poorly graded sand with clay
L If soil contains ~ 30% plus No. 200 predominantly sand, add "sandy"
to group name.
M If soil contains ~ 30% plus No. 200, predo minantly gravel, add
"gravelly" to group name.
2 (D30 )
E Cu = Deo/010 Cc = -~--
N Pl ~ 4 and plots on or above "A" line.
0 Pl < 4 or plots below "A" line.
o,o x 0 60 P Pl plots on or above "A" line.
F If soil contains ~ 15% sand, add "with sand" to group ame.
0 Pl plots below "A" line.
a If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM .
Q_
x w 0 z
6° Fo~ classif.!catlon_of
1
fine-gr?
1
lned 1·~1-,
1
1,/·-[ ]/'
sails and fine-grained fraction / _I /
50 -Of coarse-grained sous 17 --·,<e-0,.!---·~,<e-0 ....---.----; ~v /' ~v Equation of 'A" -line •V, •\>-
Horizontal at P1=4 to LL=25.5. ,/ /
40 1-then Pl=0.73 (LL-20) --I --,--' -~ o-0 -. --------
Equation of ·u· -line ,/ '(-o
Vertical at LL=16 to Pl=7, / G j 1
3-0 r '"'"i".09 IL'~~,~ :o"-v I -------
: H /,//~ MH '.,00 ----~-
7 r---, I j ~r -~~~ / M~o_:_____ __ _ ______ _
0 10 16 20 30 40 50 60 70 80 90 100 110
LIQUID LIMIT (LL)
Exhibit C-2
I
!
• Southwood Drive Crossing: There is a large existing culvert on the west side of
Southwood in which the alignment was modified to travel on the south side of
the culvert instead of the north side so as not to redesign that existing culvert.
However, in order to achieve the proper grading in this area, a rock wall has
been proposed to accommodate a 3: 1 slope when traveling south of the culvert.
On the east side of Southwood Drive, a culvert has been proposed in order to
allow water to flow under the sidewalk.
• Longmire Drive: On the east side of Longmire Drive, a culvert has been -proposed to allow water to flow under the sidewalk.
In order to calculate and design the appropriate sizes of the improvements, we have
requested a copy of the FM 2818 Roadway Plans so as to analyze the drainage
patterns and design set forth by the Texas Department of Transportation (fxDOT).
These plans have been requested from the City as well as TxDOT. Furthermore,
four (4) varying sections have been sought for the trail. BPI has requested Terracon
to provide recommendations for these four sections. Once the report has been
obtained from Terracon, BPI will then be able to incorporate the sections into the
plan set.
The following is a summary of future tasks and meetings to be held:
• 60% Design Submittal Meeting -December 14th
• Geotechnical Report -December 21, 2009
• Categorical Exclusion Document from Terracon -January 20, 2010
• 90 % Design -Upon the receipt of the 60 % design comments from the City
The items in the above memorandum are only a brief summarization of the tasks that
have been completed and what is to be completed. We will be able to go into
greater detail during the 60% Submittal Meeting. Please do not hesitate to contact
us if you should have any questions or comments.
Thank you,
Alex Reyna, P.E.
Project Engineer
Page 2
~i <Jr~ ..
~-1-i~~~ 2.~
@~,~fs·Jdt~I~.
-"h~~; .A '' w~.,.
Design Progress Menn
To: Danielle Charbonnet
From: Alex Reyna, P.E.
CC:
Date: December 9, 2009
BURY+ PARTNERS, NC.
Re: Hike and Bike Trail Completion (ST-0904) -60 % Submittal
Dear Ms. Charbonnet:
We will be submitting the 60 % design of the hike and bike trail along Harvey
Mitchell Parkway on Wednesday December 9, 2009 to your office for your
review. Please accept this memorandum as a summary of tasks that have been
completed, issues that have arose during the 60 % design, and tasks to be
completed.
During the review for the 30 % plans, Bury+ Partners, Inc . (BPI) attended and
assisted the City of College Station (City) with a Public Meeting on October 26,
2009 which was held at the Peace Lutheran Church in College Station. After the
Public Meeting and upon completion of the 30 % Design Review, BPI was released
to move forward with 60 % Design on November 11, 2009
For the 60 % Design, BPI released Terracon for Geotechnical Services and
Environmental Services associated with the project. For the plan set, BPI focused
on the grading, drainage, and traffic improvements for the project. During the
grading design, some areas where found that will need drainage improv~ments in
order to allow the proper flow of water with the installation of the trail. Four areas
have been identified for drainage improvements:
• Nueces Avenue Crossing: Due to the new alignment of the sidewalk, on the -west side a new culvert is proposed to allow water to travel under the sidewalk
and the existing culvert will need to extend out passed the sidewalk. On the east
side a new culvert is proposed to allow water to travel under the sidewalk. The -grading in this particular area is the constraint requiring culverts.
• Bee Creek Crossing: The grading here showed to be a little challenging in order
to obtain a 3: 1 slope passed the sidewalk north to the creek. In order to achieve -a 3: 1 slope a rock wall has been proposed to be extended from the headwall of
the Bee Creek culvert. L .
' \4, ooD 0-aol~lo\· -~ o. '\"" p~i:t
HIKE AND BIKE TRAIL COMPLETION (ST-0904)
Preliminary Engineer's Opinion of Probable Cost
December 14, 2009
Item
No. Description
1.00 MOBILIZATION
1.01 Insurance and Mobilization for all material,
equipment and labor to complete the project (not
to exceed 5% of construction) per lump sum.
2.00 REMOVALS & RELOCATIONS
2.01 Prepare ROW for the hike and bike path including
excavation and haul off spoil material as shown on
the drawings and directed by the engineer, complete per Station
2.02 Remove and Properly Dispose of Trees as shown on
the drawings and directed by the engineer, complete
per each
2.03 Remove and Reset Electrical Ground Box to match
proposed grade as shown on the drawings and
directed by the engineer, complete per each.
2.04 Relocate Small Traffic Sign Assembly as shown on the
drawings and directed by the engineer, complete per
each.
2.05 Furnish and Install Number 2 Base Electrical Conductor
as shown on the drawings and directed by the engineer,
complete per linear foot.
2.06
2.07
2.08
2.09
Estimated
Quantity Unit
Unit Price
(Figures) Total Cost
LS $ 30,000.00 $ 30,000.00 ----------'-----
Subtotal Item 1.00: $ --------=3...:0-'-',0:...:0...:0.:...:.0...:0_
62 STA $ 1,248.00 $ 77,376.00
10 EA $ 77.00 $ 770.00
1 EA $ 250.00 $ 250.00
1 EA $ 100.00 $ 100.00
217 LF $ 4.75 $ 1,030.75
$ $
$ $
$ $
$ $
Subtotal Item 2.00: $ _____ __:7.:..9.<:,5:.:.:2...:6.:...:.7..:;5_
Item
No. Description
3.00 ROADWAY & EARTHWORK
3.01 Furnish and Install Pedestrian Rail as shown on the
drawings and directed by the engineer, complete in place
per linear foot.
3.02 Furnish and Install 5" Sidewalk including all embedment,
finishing, surface texture and joints as shown on the drawings
and directed by the engineer, complete in place per square yard.
3.03 Furnish and Install 6" Lime Treated Subgrade including
placement and grading as shown on the drawings and
directed by the engineer, complete in place per square yard.
3.04 Furnish and Install{fpe 1 Curb Ramj)s shown on the
drawings and directed by the engmeer, complete in place
per each.
3.05 Furnish and Install -GLCurb ~ as shown on the
drawings and directed by the engineer, complete in place
per each.
3.06 Furnish and Install Segmental Retaining Wall including
reinforcement for trail, as shown on the drawings and directed
by the engineer, complete in place per surface square foot.
3.07
3.08
4.00 EROSION CONTROL
4.01
~ 4.02 ..
~4.03
4.04
Furnish and Install 4" Topsoil including placement and
grading as directed by the engineer, complete in place ,.;::
per square yard. _J
Furnish and Install Block Sodding including ground
preparation, planting and raking as directed by the
engineer, complete in place per square yard.
Furnish and Install Cell Fiber Mulch Seeding (permanent
seeding for urban clay areas) as directed by the engineer,
complete in place per square yard.
Furnish and Install Vegetative Fertilizer as directed by
the engineer, complete in place per acre.
Estimated
Quantity
78
6,200
7,500
3
500
TBD
Unit Price
Unit (Figures) Total Cost
LF $ 175.00 $ 13,650.00
SY $ 45.00 $ 279,000.00
SY $ 25.00 $ 187,500.00
EA $ 1,000.00 $ 3,000.00
EA $ 1,000.00 $ 1,000.00
SSF $ 18.00 $ 9,000.00
$ $
$ $
Subtotal Item 3.00: $ ______ 4_9_3_,__,1_5_0_.0_0_
SY $ 12.00 $ ----------
SY $ 3.15 $ ________ _
SY $ 0.21 $ ----------
AC $ 150.00 $ ________ _
Item Estimated Unit Price
No. Description Quantity Unit (Figures) Total Cost
4.05 Furnish and Install Vegetative Watering as directed
by the engineer, complete in place per
thousand gallons. 28 KG $ 35.00 $ 980.00
4.06 Furnish and Install Temporary Sediment Control
Fence as directed by the engineer, complete in
place per linear foot. 12,000 LF $ 2.20 $ 26,400.00
4.07 Furnish and Install Tree Protection as directed by the engineer,
complete in place per each.
10 EA $ 100.00 $ 1,000.00
4.08
$ $
4.09
$ $
Subtotal Item 4.00: $ 28,380.00
5.00 PAVEMENT MARKINGS
5.01 Furnish and Install Small Sign Assembly as
directed by the engineer, complete in place per
ea oh. ~ 4 EA $ 100.00 $ 400.00
5.02 Furnish and Install Type I, 4" Solid Yellow Reflective
Pavement Marking (100 MIL) as directed by the
engineer, complete in place per linear foot. , • 276 LF $ 0.45 $ 124.20
5.03 Furnish and Insta~olid White Reflective "t1
Pavement Markin 90 MIL directed by the ~
engineer, complete in place per linear foot. • 75 LF $ 0.75 $ 56.25
5.04 Furnish and Install Type I, 12" Solid White Reflective f
Pavement Marking (100 MIL) as directed by the 1
engineer, complete in place per linear foot. 419 LF $ 3.35 $ 1,403.65
5.05 Furnish and Install T~ I, 24" Solid White Reflective
Pavement Marking<JLMIL)J> directed by the
engineer, complete in place per linear foot. 80 LF $ 6.14 $ 491.20
5.06
$ $
Subtotal Item 5.00: $ ______ ...:.c2_,_,4_7....:5....:.3....:0_
Item Estimated Unit Price
No. Description Quantity Unit (Figures) Total Cost
6.00 TRAFFIC CONTROL
6.01 Provide Traffic Control including labor and materials
as directed by the engineer, complete in place
per month 2 MO $ 2,135.00 $ 4,270.00
Subtotal Item 6.00: $ _______ 4,_,2_7-'-0--'.0-'-0-
7.00 STORM SEWER
7.01
$ $
----~ ----------
Subtotal Item 7.00: $ _________ _
BASE BID:
(Sum of Items 1.00, 2.00, 3.00, 4.00, 5.00, & 6.00)
637,802.05
ALTERNATE BID ITEMS TABLE:
Item Estimated Unit Price
No. Description Quan ti~ Unit (Figures} Total Cost
Alternate No. 1 -Sidewalk from Longmire Drive to Texas A venue • ~ A-1 Remove and Properly Dispose of Concrete Sidewalk and
Ramps as shown on the drawings and directed by the
engineer, complete per square yard. 7 SY $ 15.00 105.00
A-2 Remove and Properly Dispose of Concrete Curb and
Gutter as shown on the drawings and directed by the
engineer, complete pe~ear foot. 45 LF $ 5.00 $ 225.00
A-3 Furnish and Insta~ e Treated Subgrade including
placement and gra g as shown on the drawings and
directed by the engineer, complete in place per square yard. 778 SY $ 25.00 $ 19,450.00
A-4 Furnish and Install Type II Concrete Curb and Gutter as
shown on the drawings and directed by the engineer,
complete in place per linear foot. 875 LF $ 13.00 $ 11,375.00
A-5 Furnish and Install 4" Sidewalk including all embedment,
finishing, surface texture and joints as shown on the drawings
and directed by the engineer, complete in place per square yard. 583 SY $ 45 .00 $ 26,235.00
A-6 Furnish and Install 4" Topsoil including placement and
grading as directed by the engineer, complete in place
per square yard. SY $ 12.00 $
•
Item Estimated Unit Price
'o. Description Quantity Unit (Figures) Total Cost
A-7 Furnish and Install Block Sodding including ground
preparation, planting and raking as directed by the
engineer, complete in place per square yard.
A-8 Furnish and Install Cell Fiber Mulch Seeding (permanent
seeding for urban clay areas) as directed by the engineer,
complete in place per square yard.
A-9 Furnish and Install Vegetative Fertilizer as directed by
the engineer, complete in place per acre.
A-10 Furnish and Install Vegetative Watering as directed
by the engineer, complete in place per
thousand gallons.
A-11 Furnish and Install Temporary Sediment Control
Fence as directed by the engineer, complete in
place per linear foot.
Alternate No. 2 -Nueces Sidewalk Extension
A-1
A-2
Furnish and Install 6" Lime Treated Subgrade including
placement and grading as shown on the drawings and
Furnish and Inst 14" idewalk including all embedment,
directed by the e~· eer, complete in place per square yard.
finishing, surface re and joints as shown on the drawings <\ •
and directed by the engineer, complete in place per square yard'
<.J' (;
SY $ 3.15 $
SY $ 0.21 $
AC $ 150.00 $
28 KG $ 35.00 $ 980.00
2,000 LF $ 2.20 $ 4,400.00
Subtotal Alternate No. 1: $ 62,770.00
400 SY $ 25.oo $ ______ 1_,o,_00_0_.o_.:.o_
300 SY $ 45.00 $ 13,500.00 ~~~~~~.=..lC:..C...:..:..:.~
Subtotal Alternate No. 2: $ 23,500.00
TIDS DOCUMENT IS RELEASED FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF ALEJANDRO REYNA, JR.
#101243 ON THE DATE SHOWN ON THE DATE STAMP. IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING,
OR PERMIT PURPOSES.
LIBERTY MUTUAL SURETY 005338
8350 N CENTRAL EXPRESSWAY
SUITE 820
Contract Bond
Status Query ~ Liber!_y MutuaL ~ C::llDt:TV DALLAS, TX 75206
Date of Request: 6/2/2014
CITY OF COLLEGE STATION
110 l TEXAS A VE.
COLLEGE STATION, TX 77842
Offic. __
Phone: 972-233-9588
Fax: 855-318-1836
Email: StatusQuery@LibertyMutual.com
In order to allow us to monitor the progress of our contractor, please complete and return this form. Your response will not prejudice
your rights or affect our liability under our bond(s) referred to below. We enclose a prepaid return envelope for your use.
Bond Number: 022042787 Contract Price: $480,366.00
Cross Reference Bond Number:
Contract Description: Project No. 13-351 Hike and Bike Trail Phase II
Our Bond On Behalf Of: G.W. Williams, Inc.
Bond Executed In The
Following Company: West American Insurance Company
l . HAS CONTRACT BEEN COMPLETED?
2. IF COMPLETED PLEASE STATE:
a. Date of acceptance
b. Total amount of completed contract
3. IF NOT COMPLETED PLEASE STATE:
a. Probable completion date
b. Amount paid contractor to date
c. Amount withheld as retained percentage
4. HAS WORK PROGRESSED SATISFACTORILY?
5. ARE THERE ANY UNSATISFIED CLAIMS OR LIENS ON FILE?
Dated: ________ _
Inception Date: 9/24/2013
~ !h.0.o .. 0
Signed ··~
Tim Mikolajewski
President -Liberty Mutual Surety
Signed _____________ _
Name
Title
Phone: ______ Fax: _____ _
MONTHLY PROGRESS MEETING
HIKE & BIKE PHASE 2
G.W. WILLIAMS, INC.
4090 Raymond Stotzer Parkway
College Station, Texas 77845
Project Name: City of College Station -Hike & Bike Phase 2
Project Number: PK0806, ST1103
Date: April 9, 2014
9:00 AM
Present: Mark Ward, Casey Rhodes, Danielle Charbonnet, Jerry Jones, Gary Williams, & Mike
Wesp
A. SCHEDULE
1. Pouring Sidewalks at SW Pkwy. Complete at the end of the week or early next week.
2. Start grading at SW Pkwy upon sidewalk completion.
3. Will leave SW Pkwy construction entrance in place until final grading and clean up.
After that we will pour the last section of sidewalk along the street.
4. Fabricating handrails along SW Pkwy to match existing.
5. Reinstall road sign along SW Pkwy
6. Next week drill and pour light pole base at 2818.
7. Early to middle of next week set up traffic control to saw cut asphalt at new curb &
gutter.
8. Next week start setting up and pouring sidewalk at 2818.
9. TxDot handrails at 2818 should be delivered the week of April 21st.
B. SUBMITT ALS
1
2.
3.
B. RFI STATUS
1. N/A
2.
3.
B. CHANGE ORDERS I REVISIONS
1. Working on change order #2 to dowel into the retaining wall.
B. OUTSTANDING ISSUES
1. N/A
2.
B. NEW ISSUES
1.
2.
B. MONTHLY PAY REQUEST
Our Next Meeting will be Held : May 7th
To:
From:
September 9, 2010
Regular Agenda
FM 2818 Hike & Bike Trail Phase II
Glenn Brown, City Manager
Chuck Gilman, P.E., Director of Capital Projects
Agenda Caption: Public Hearing, presentation, possible action and discussion concerning
Phase II of the Hike and Bike Trail project along FM 2818 continuing from Welsh Avenue to
the Campus Village trail and through Southwest Park.
Relationship to Strategic Goals: Goal IV, Improving Multi Modal Transportation.
Recommendation(s): Staff recommends approval of the plan to move forward with
Phase II of the Hike & Bike Trail Completion Project.
Summary: Staff has identified an opportunity to complete the multiuse trail system
identified on the Bicycle, Pedestrian, and Greenways Master Plan from Texas Avenue along
FM 2818 to Southwest Parkway. The first phase of the Hike & Bike Trail Completion Project,
which is currently under construction along FM 2818, will complete the trail segment from
Texas Avenue to Welsh Avenue. Phase I is currently under construction and is being
delivered under budget.
The Campus Village development under construction at the corner of FM 2818 and FM 2154
is constructing a multiuse path through their property which will begin immediately west of
the A&M Consolidated High School property line and end at Southwest Park. Staff feels this
short segment of path between Phase I of the Hike and Bike Trail project, which terminates
at Welsh, and the Campus Village path is an important connection in the hike and bike
network. Staff proposes to use the remaining budget in Phase I of the project to design and
construct this segment that will connect Phase I with Campus Village. Additionally, staff is
proposing to extend the trail from Campus Village through Southwest Park to Southwest
Parkway. Staff proposes to use Parkland dedication funds from Zone 6 for the proposed
improvements in Southwest Park. In an effort to maximize the money available for
construction of these improvements, Staff is proposing to design these improvements and
develop the bidding documents.
· The proposed trail aligns with Council's Strategic Goal for improving multi-modal
transportation by providing greater multi-modal mobility along the FM 2818 corridor and by
providing a parallel route for bicyclist to Wellborn Road, one of the major transporta_.tion
corridors in the City. The trail will also connect destinations including A&M Consolidated
High School, several City parks, business centers, and residential properties that have
traditionally been rented by students. · ~
Budget & Financial Summary: Phase I is funded from the 2008 Bond Authorization and
budgeted in the General Government CIP Fund in the amount of $1,000,000. Fu.nds in the
amount of $661,818.29 have been committed or expended to date, leaving a balance of
$338,181.71. Additional funds in the amount of $77,810 are anticipated for other
expenditures associated with the construction of Phase I, leaving a balance of $260,371.71.
Parkland dedication funds in the amount of $258,000 have been budgeted in t he Parks
Escrow Fund -Zone 6 for the development of Southwest Park. Funds in the amount of
$219.54 have been expended to date, leaving a balance of $257,780.46.
Attachments:
1.) Project Map
------i---1 ----\ __ !, ------~-: l : : j --------: ---! 1 l -----:--------:
~-·
-~-
. . -
___ J
date
project
--t -
t ---·--
task list:
-· ----··--------------------------------
--------------------------------------------------------------------------------------
-----~---------------------------------
-----,---
-----------l
·-
Phase II
Hike & Bike Complete, Ph. II ST1103 PK0806
FY 12
Budget 192,000.00 260,000.00
land 1,500.00
environmental 5,000 4,000.00
survey 4,200 16,800.00
geotech 2,500 1,000.00
structural 2,000 5000
engineering design 10,920 21,840 ST1103 PK0806
engineering/OH 13,563 27,127 24,620.00 48,640.00 design budget
ADA inspection 500 500 150,000.00 162,500.00 construction budget
miscellaneous 1,000 1000 13,563 27,127 OH
construction 115,200 126800 1,500 1,500 misc
conting 28,800 31,700 188,183.33 238,266.67 TOTAL
materials testing 6,000 4,000
Total: $ 189,683.33 $ 241,266.67
Balance: 2,316.67 18,733.33
~EM I QTY I UNIT I DESCRJPTION
00 GENERAL CONSTRUCTION ITEMS
LOI
Insurance and MobiliZJJtion for all matenal,
equipment rmd labor to complete the project (00(
LS to exceed 5'A of construction) !um sum
Subcotul hem LOO
.00 REMOVALS & RELOCATIONS
2.01 51
2.02 17
2 03
2.04
2.05 025
2.06
l>repor~ ROW for the tuke and bike path mclud1ng
exca\'lltion nnd haul otrspoil material as shown on
the drawings and directed by the engineer, complete
ST A ix:r Station
Remove and Replace Trees as sho"n on the drawings
'"" EA directed by the engineer, complete per each.
Rc..'tru>\'C nnd Reset Electrical Ground Bo'.'< to match
proposed grade as shown on the drawings and
EA directed bv the cmz.inoer. com lete ocrcach.
Relocate Small Troflic Sign Aucmbly as sho\\1l on
the drawings and directed by the engineer, complete
EA percrich.
Trimming of Trees nnd Remove\ of Brush as shown on
the dmwings as directed by the engu'IC!Cr, complete per
Ml mile
IA•ff10hsh existing 24" RCP Safety End Tre.1tm .. -ntns
shown on the drawings as directed by the engineer,
EA complete in pince per ench
Sub101al l1em 2.00
3.00 ROAOWA Y & EARTHWORK
3 01 725
] 02 2.534
3.03 133
3.04 4,667
].05 1,050
3.06 S,095
3.07 1,155
3.08 310
3.09 65
3.10
],\\
312 39
CY
Excavate Arens as l>ho"11 on the plans and directed by
the engineer. Remove materials encountered to the
lines, and typie11J sections shown on the plans and
c..-rou-sections, complete in place-per cubic ynrd
Furrush and lnsr.all Topsoil mctudmg placcm..-nt and
grading as din:ctcd by the engincc:r, complete in pince
CY per squnrn yurd.
Furnish nnd Install Pedcstnnn Hund Rail as shown on
thc plans nnd directed by the engineer, complete in
U pince per linear foot
Fw11ish and Install 5" Sidewalk including 1111
t.'ITlbcdmcnt, finishing, surface texlure and joinllll u
SY shown on the dmwinas
Furnish and lnstall 6" Sid .. ··walk mcluding all
embcdmcnt, finishing, surface texture and joints as
shown on the drawings and directed by the engineer,
s y complete in pince per square yard.
Provide 6• dept.h of Lime Treatment for subgmde
Sy including pln~mcnt as shown on the dmwing! nnd
Provide 8" depth o,f Llme Treatment for subg.radc
including placement as shown on the drawings and
directed by the engineer. complete in place per square
SY yard.
Provide Flexible 13ase inc\udmg plaa..-"tncnt as shown
on the drawings and directed by the engineer,
SY complete in place per square yard
Furnish and lnstall lluckened Concrete Slab as shown
on the drawings and directed by the: engineer,
LF complete inplacc per
Furnish and install Type S Curb Ramp as shown on
the drawings and directed by the engineer, complete in
EA place per ench.
Furnish and lnstnll Type 7 Cw-b Ramp as shown on
the dmwingJ nnd directed by the engifk!t."r, complete in
EA p\ncept.'fcach.
SF
FWTiish and Install Scgmcn\11] Retainmg Wall
including reinforcement for trail, ns shown on the
dmwings nnd directed by the engineer, complete in
place per swfnce square foot.
Brazos Vallcv Services
UNIT PRICE I TOTAL PRICE
$18,000.00 $18,000.00
$18,000.00
$500.00 125.500.00
$400.00 $6,800.00
1660.00 $2,640.00
$360.00 $720.00
St.000.00 1250.00
$200.00 $40000
$36,.310.00
SI0.00 $7,250.00
SI0.00 $25.340.00
$125.00 $16,625.00
128.00 $130,676.00
130.00 $31,500.00
$4.00 120.380.00
15.00 $5,775 00
115.00 $4.650.00
$25.00 Sl.62S.OO
$750.00 $750 00
1500.00 12,500.00
$50.00 $1,9SO.OO
City of College Station -Purchasing Division
Bid Tabulation for #10-71
"Hike and Bike Trnil"
Open Date: Thursday. July I, 201a@ 2:00 p.m.
G. W. Williams, Inc. Dudlev Constnrction Ltd. Larrv Youn2 Pavin2
UNIT PRICE I TOTAL PRJCt: UNIT PRICE I TOTAL PRICE UNIT PRICE I TOTAL PRICE
19.000.00 19,000.00 $12,42000 $12,420_00 $20,000.00 $20,000.00
$9,000.00 $12,42000 $20,000.00
$798.00 $40,698 00 $19800 SI0,098.00 1380.00 119.38000
$136.80 $2.325.60 $101.00 Sl,717.00 $22500 $3,825.00
$684.00 $2,736.00 $688 83 $2,755.32 $66000 $2.640.00
$372.12 $744.24 $373 12 $746.24 $375.00 $750 00
$4,560 00 $1,140.00 $16,072.80 $4,018.20 $15,000.00 $3.750.00
$228.00 $456 ()() $28700 $574 00 1300.00 1600 00
S-'8,099.84 $19,908.76
$962 $6,974 50 $6 89 $4,995.25 18 50 $6,162.SO
113.68 $34,665.12 $13.78 $34.918.52 $13.50 $34,209.00
$117.42 S\5,616.86 $88.40 $11,757.20 $120.00 $15,960.00
S26.97 $125,868.99 $34.09 1159.098.03 12800 $130,676 00
$28.46 129,883.00 $39.84 $41,832.00 130.00 131,500.00
$6.98 SJS,563.10 $5.19 $26,443 OS $6.40 $32,608.00
$7.27 $8,3968S $5.57 $6,433.35 $7.25 $8,373.75
SI0.42 $3,230.20 $86 10 $26,691 00 $1700 $5,270.00
$44.04 $2,862.60 $26.49 Sl,721.85 $21.00 Sl,365.00
$777 46 $777.46 $51663 $51663 $825 00 $82S.OO
$403.56 $2,017.80 $401 82 $2,009.10 $935 00 $4,675 ()()
$2936 $1 ,145.04 $82.42 $3,214 38 $12000 $4,680.00
Kieschnic:k General
Contractors Acklam Construction Co., Ltd. D.L Meacham LP
UNIT PRICE I TOTAL PRICE UNIT PRICE I TOTAL PRICE UNITPRJC[ I T<JTAL PRIC£
$15,000.00 $15,000.00 $33,250.00 $33,250.00 $35,000.00 $35,000.00
$15,000.00 $33,250.00 $35,000.00
1500.00 125,50000 $763.00 $38,913.00 $21000 $10.710.00
$200.00 $3,400.00 1200.00 Sl,400.00 $350.00 $5,950.00
$700.00 $2,800.00 $654.00 $2,616 00 $750.00 SJ,00000
$364 00 $728 00 $354 25 1708.50 $350 00 1700.00
16,000.00 Sl,500.00 SJ0,000.00 $2,500.00 $4,900.00 Si,225.00
$50000 Sl,000.00 $55000 $1,10000 $250.00 1500 00
$3-',928.00 S49,2J7.30 $22,083.00
$6.00 $4,350.00 $9 16 $6,641.00 $15000 $108,750.00
SJ0.00 $25,340.00 $1308 $33,14472 SJ0.50 $77,287.00
$120.00 $15.960.00 $18,620.00 $210.00 $27.93000
$32.00 $149,344.00 $40.00 $186,680.00 130.00 $140,010.00
$35.00 $36.750.00 $41.00 $43,050.00 $33.00 $34,650 00
$7.00 $35,665.00 $6.65 $33,881.75 $14.50 $73,877 50
$9.00 SI0,395.00 $6.93 SS.004 15 $\6.50 $19.057.50
$20.00 $6,200.00 $1000 13.10000 $28 00 18,680 00
$50.00 SJ.250.00 $40.00 $2,600.00 152.50 $3,412 so
$1,50000 $1,500.00 150000 1500.00 $1,15000 $1,15000
$2.400.00 $12,000.00 $550.00 $2,75000 $95000 $4,75000
$100.00 $3,900.00 $75.00 $2,92S.OO $45.00 $1,75500
IT<M QTY
3.13
4.00 EROSION CONTROL
4.01
4.02 7,374
4.03 14
4.04
4.05 7 154
4.06 7.154
5.00 PAVEM.ENT MARKINGS
5.01 284
5.02 75
5.0J 280
5.04 60
5.05
5.06
5.07
5.08 75
5.09 409
5.10 81
5.11
5.12
5.13 292
514 75
UNIT DESCRIPTION
Remove and Rclocnte Street Light u shown on the
drawings and directed by the engineer, complete in
EA pince per ench
SY
Sublolal llem 3.00
Furnish and lrut.111 Tcmpornry Corutruc.•t1on Exit as
sbown on the drawings and directed by the engineer.
complete in place per each
Furnish and Inst.all Temporary Sediment Control
Fence as din:..ted by the engincc!I', complete in place
LF locr linear foot.
Furnish and Install Tree Protection as directed by the
El\ engineer, oomplcle in place per cnch.
Furnish a Stom1...,-atcr Pollution Protection Plan for U1c
work to be performed as shmm in the drawings and
LS directed by thc engineer. complete per each
SY
SY
LF
LF
Furnish and lrutall Cell Fiber Mulch Secdmg
(pcnnancnt seeding for urban clay areas) H directed
by the engineer. complete in place per square yard.
Furnish and lru:tall Soil Retention Blanket as directed
by the engineer, complete in place per square yard.
Su1Jtot11.I Hem 4.00
Elim.in11tc 4~ Solid Yellow Pa~ncnt Marking as
directed by the engint .. 'Cr, complete in place per linear
Eliminate 8~ Solid White Powmcnt Mnrking u
directed by the engineer, complete in place per linear
Elimin.nte 12" Solid White Pavement M.nrking as
directed by the engineer, complete in pince per linear
LF foot.
Eliminnte 24" Solid White Pavement Marking as
directed by the enginccr. complete in plnoc per lmcnr
LF fool
EA
Eliminnle Arrow Solid White Pavement Mnrking ns
directed by the engineer, complete in place per each.
Eliminate Double Arrow Solid White Pavement
Marking asdirected by the engineer. complete in pince
El\ ocr each.
Furnish nnd lnslllll Type I, 4" Solid Yellow Reflecti"e
Pn\'\..'l!lcnt Marking (JOO MIL) ns directed byU1e
LF cnRincer, oomnlete in Ince ocr linear foot.
Furnish and Inst.nil Type I, r Solid White Reflective
Pavement Marking (100 M[L) as directed by Uie
LF L'llRinca-, comok1e in olace oer linear foot.
Furnish and luslllll Type I, 12" Solid White Reflective
Pavement Marking (100 MIL) as directed by U1c
LF cop,inccr, complete in pince ncr linear foot.
LF
EA
F./\
FlU11ish nnd Install Type I, 24" Solid White Reflecti\"c
Pavement Mnrking (100 MIL) ns di~ted by U1c
en inecr, com !etc in lace oer Jincnr foot.
Furnish nnd lnstnll Type I, /\rrow Solid White
Rcflccti\."e Pa"cmcnt Mnrking (100 MlL) n~ directed
bv the cn12.incer, comoletc in olace ncr e<1ch.
Furnish and lnstnll Type I, Double Arrow Solid White
Reflective Pn\'emcnt Mnrking(IOO MIL) ns directod
by the engineer, complete in place per each.
Furnish and Install T)'pe II, 4" Solid Yellow Reflective
Pavoncnt Marking as directed by the engint.'Cr,
LF comolcte in lace ocr hnear fool
Fwnish and Install Type II, 8" Solid White Rcflcctm~
Pavement Marking as Jirected by the engineer,
LF comolete in lace ocr hnear foot.
Brazos Valley Services
City of College Stntion -Purclrnsing Division
Bid Tabulation for #10-71
"Hike and Bike Trail"
Open Dale: Thursday, July 1, 201-@2:00 p.111.
G. W. Williams, Inc. Dudley Construclion Ltd. l..arni Yo11n2 Pavin2
Kieschnick General
Contractors Acklam Conslmclion Co., Lid. D.L. Meacham LP
UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE _TOTAL PRICE .UNIT PRICE TOTAL PRICE llNIT PRICE TOTAL PRICE
$6,600.00 $19,800.00 $6,840.00 $20,520.00 $6,888.34 $20665.02 S6 600.00 $19,800.00 S7000.00 $2\,000.00 $6,540.00 $19 620.00 S7,000 00 $21,000.00
$268.821.00 $287,521.52 $340 295.38 $296,!04.H SJ25 6S4.00 $361.516.62 $522.309.50
SJ5.00 S!,96000 $47 88 S2,68\ 28 $14 35 $803 60 SJ0.00 SJ,680.00 $14.00 $784.00 $25.00 Sl,400.00 $24.50 Sl,372 00
$3.00 $22,122.00 SI 66 $12,240.84 Sl.49 S\0.987.26 $1.40 $10.323.60 Sl.46 Sl0.766.04 $2.46 $18,140.04 $1.40 $10,323.60
$200.00 $2,800.00 $171.00 $2,394.00 $66.01 S924.14 $500.00 S7.000.00 S450.00 S6 300.00 $15000 S2 100.00 $20000 $2,800.00
150000 1500.00 S969 00 S969.00 $861 .04 S861 04 SJ 800.00 SJ,800.00 S750.00 $75000 Sl,50000 Sl,500.00 S2,50000 12 500.00
S0.50 SJ 577.00 S0.33 $2,360.82 S0.33 $2 360.82 S0.30 $2,146.20 S0.39 $2,790.06 $0.40 $2,861.60 SO.JO $2,146.20
$2.00 S\4,308.00 Sl.24 18,870.96 SI 24 $8 870.96 Sl.10 $7,869.40 Sl 34 $9 586.36 Sl.18 $8.441.72 S0.95 $6,796 30
545 267.00 519.516.90 $24.807.81 $32,819.20 SJO 976.46 $34 443.36 $15 938.10
$2.10 $596.40 $2.18 $619.12 $2 18 $619.12 S2.20 $624.80 $2.13 $604.92 $2.08 S590.72 $2.10 $596.40
S3.20 $240.00 SJ.32 S249.00 SJ.JJ $249.75 $3.30 $247.50 SJ.25 $243 75 SJ.17 S237.75 $3.05 $228.75
S4.40 Sl,232.00 $4.56 Sl.276.80 $4.59 Sl.285.20 $4.45 SJ.246.00 $4.48 Sl,2S4 40 $4 36 Sl,220.80 $4.20 SJ,17600
15.50 S330.00 $5.73 S343.80 S5.74 $344.40 S7.00 $42000 S5 60 S336.00 $5.45 $327.00 S5.25 $315.00
SI 1000 $220.00 SI 14.00 $228.00 SI 14.81 $229.62 SI 15.00 mo.oo SI 12.00 $224 00 $109.00 S218.00 $105.00 $210.00
Sl65.00 SJJ0.00 $171.00 S342.00 $172 21 $344.42 $165.00 $3JO.OO Sl6800 SJJ6.00 $163.50 sm.oo Sl60.00 SJ20.00
Sl.32 $385.44 Sl.37 $400.04 Sl.38 $402.96 Sl.34 $391.28 Sl.34 $391.28 Sl.31 $382.52 SI.JO S379.60
S2.40 $180.00 S2.47 $185.25 $2.48 $186.00 $2.42 $181.50 $2.42 $181.50 $2.36 $177.00 $2.30 $172.50
$4.00 Sl,636.00 $4.12 Sl,685.08 $4.13 SJ,689.17 $4.00 Sl,636.00 S403 Si,648 27 $3.93 Sl,607.J7 $3.50 Sl,431.50
S9.25 $749.25 $9.62 $779.22 $9.64 $780.84 S9.41 $762 21 $941 S762 21 S9 16 $741.96 S8.90 $720.90
S\65.00 S330.00 $171.00 $342.00 $168.83 $337.66 $170.00 $340.00 S168.00 $33600 S16J.50 $327.00 $160.00 $320 00
$231.00 S462.00 S239.40 S478 80 S241 09 S482.18 $245.00 $490.00 $235 20 $47040 $228.90 S457 80 $22000 $440.00
S0.61 Sl78.12 $063 S\83 96 S0.63 $183.96 S0.62 $181.04 S0.62 $181 04 S0.60 $175 20 $060 $175 20
SJ.45 $108.75 Sl.51 $113.25 Sl.52 Sl \4.00 11.50 $112.50 $1.48 Sii l.00 Sl.44 $10800 Sl.40 SI05 00
Brazos Valley Services
City of College Stntion -Purchasing Division
Bid Tabulnlion for HI0-7 l
"Hike and Bike Tr·nil"
01>en Date: Thursday, July I, 201-@ 2:00 p.m.
G. \V. \Villiams, Inc. Dudlev Cons1ruclion Ltd. Larrv Voun2 Pavim!
Kieschnitk General
Contratton Acklam Cons1ruc1ion Co., Ltd. D.L. Meacham LP
't:M "'-""-f---'0,._1,_'Y:..__+-"U"-'N"'J1'-' -+F::-·um_,,.;,"'h-,nd..,..,.-lm-w""n"'~"'~~o::C:;,~;:..'~::,2r:.:.'Soi"O;'~d"Wh""";t:-o,;:Ro~fl;--«-,,tive--j•""U"Nll .... TP...,.RIC~I~~ Tffr&' puir1.· UNIT PHIC_t; TOTALPRIC£ UNJT PRIC.E TOTAL PRICE UJ'lllT PRICE TOTAL PRICE UNIT PRICE Tn-r PRICE UNJT PRICE TOTAL PRICE UNIT PRIC!: TOTAL PRICE.
).15 409
5.16 81
5.17
5.18
00 TRAFFIC
601 235
6.02
6.0J 13
6,04
6.05 44
7 00 STORM SEWER
701 122
702 177
7.03
7.04
LF
LF
Pnvement Marking as directed by the engin«r, ·-" Fwnish and lnst111l Type U, 24" Solid White Reffocti\!e
Pnvemcnt Marking its directed by the engineer,
comnlcte in nlnce oer linear foot.
FWTiish 1md lnstnll Type II, Arrow Solid White
Rellccti\..: Pavement Mnd:ing as directed by the
EA em1.ineer, com letc in lace rx:r ench.
Fwnish nnd lnsll11l Type I, Double Arrow Solid White
Renecti\IC Pnvenwnt Marking 111 directed by the
EA emi.ineer, complete in vl11ce per e:ich.
LF
Subtolal Item 5.00
Fw11iid111nd lnsl.Zltl Nwnbcr 2 Base Elcctricnl
Conductor 11s shown oo the drawings nnd directed by
the engineer, complete in pince per linear foot.
Furnish 11nd Install Pedcstrinn Push Buttom 11 1hown
on the dniwingii 11nd directed by the cngmeer,
EA complete in pince per e.1ch
Furnish and Install Traffic Signs ns shown on the
drawings 11nd directed by the engineer, complete in EA 1_,n ___ 1t"h
Provide Traffic Control mcluding l11bor 11nd m.iterinls
as directed by the engineer, complete in place per
MO month
Fwnish and Install I" Conduit llS shown on the
drowingt and directocl by the engineer, complete in
LF · , ......,. Jin .. ftr roo
SublUl~l llem 6.00
Furnish nnd Install 18• Clnss Ill RCP as shown on the
t.F drawings nnd directed by the engineer, complete in
Fwn1sh and lnstall 24• Class Ill RC!' H shom1 on the
LF drawings and directed by the engineer, complete m
Furnish 11nd lnstull IS-Type II Sofiey End Trcounent
as shown in lhe drawings and directed by the engineo.-r.
EA complete in place
FWTiish and lnsUlll 24• Type II Snfiey End Treatment
us shown in the drawings 11nd directed by the engint.'t."I",
EA complete in pince
Sublolal Item 7.00
Sum of lle11u J.00, 2.00, 3.00, 4.00, 5.00, 6.00, & 7.()0
ALTERNATE urn ITEMS TABLE
Alternate No. I -Sldcw.11lk from Lon!!mlrc Drive lo TcIH Avenue
A·I 10
A·2
A·J 858
A-4 860
A·5 901
A-6 908
A-7
A-8 1,%7
A-9 1,967
l'ln.-pare ROW for I.he hike nnd bike path mcluding
exca\'ution nnd hnul off spoil mnterinl ns shown on
the drawings and directed by the engineer, complete
STA loer Station
CY
Excnvnte Areas us showTI oo the plans and directed by
the engineer. Remove mnterinls encountered to lhe
lines, nnd typical sections sho\'Tl oo the pl11ns and
cross-sections, complete in place per cubic ynrd
Furnish and Install Topsoil mcludm8 plncemt."llt and
grading 11s directed by the engmccr, complete in pince
CY 1 ....... ,..,h,,.,.,.M
Fwnish and lnst11ll 5• Sidt.-w11lk including all
embcdment, finishing, swface texture nnd joinlll ns
shown on the dr11wings and direc1ed by the engineer,
SY ..... ....i
Provide 6. depth of f'lexible Bnse including plnct.'ffient
nJI shown on the drawings 11nd directed by the
SY engineer, complete in pince per square y11rd.
Furnish and Install T1..mpomry Sediment Control
Fence as directed by the cngmcer, complete in place
l.F lr'l<'rlinf'nrfoot.
Furnish and Install Tree Protection as directed by lhc
EA enninccr com lele in Ince ......,. each.
SY
SY
Furnish and Install Cell Fiber Mulch Seeding
(pc..-nnanent seeding for urban clay arens) as directed
by the engineer, comp!l.1.c in place per squnre yard.
Furnish and Install Soil Rentcnt1ot1 Dlnnkct as direct«!
by the engineer, coo1plcte in pince per square )'Drd
Provide Tmflic Control including labor and materials
as din:cted by lhe engineer, complete in pince
per month
$1.85 $156.65 $1.89 S77301 $1.89
$600 $486.00 $6.30 $510.30 $6.JI
$10000 S20000 S94.46 S188.92 $94 71
Sl60.00 S320.00 $157.44 $314.88 $157.86
S9,0U.H
S2.75 S64625 $2.86 $672.10 $2.87
$825.00 $3,300.00 $855.00 $3,420.00 S861.04
$385.00 S5.005.00 $399.00 $5,187.00 S40\.82
SJ,000.00 S9.000.00 S2,280.00 $6,840,00 $2.694.49
$31 00 Sl,364.00 $31.92 Sl,404.48 S32.15
$19,315.25 $17,523.58
SS-000 $6.100 00 S56.JJ $6,872.26 SS0.91
$75.00 $13,27500 $63 20 $11,18640 $61.82
Sl.000.00 $4,00000 Sl.299 60 $5,19840 $910.26
St.000.00 $4,000.00 $1.573.20 $6.292.80 Sl.191.27
$27,375.00 $29,.549.86
S423,tU8.86 5"30,225.13
S500.00 S5.000.00 Sl,91500 S19,!5000 $146.95
S25.00 S\5000 $16.49 $98.94 $6.89
$10.00 S8,58000 SIJ.68 SI 1,737.44 S13.78
S28.00 $24.080.00 $27.31 $23,486.60 $33.58
$15.00 $13.515.00 $1042 $9,388.42 $861
SJ 00 $2,724.00 Sl.66 Sl,507.28 $1.49
$250.00 S750.00 $171.00 $513 00 $86.10
$0.50 $983.50 S0.33 $649.11 SO.JJ
$2.00 $3,934.00 $1.24 $2,439.08 $1.19
.U.000.00 SJ.00000 S2,280.00 S2.280.00 SJ.435.07
$773.01 $1.85 S756.65 Sl.85 $75665 SI 80 $736.20 $1.75 $715.75
$511.11 S6.05 $49005 S6.16 S498.96 $6.00 $486.00 $5.78 $468.18
$18942 $90.75 $181.SO $92.40 Sl84 80 S89.9J St79.86 $87.00 $174.00
S315.72 $150.00 SJOOOO $154.00 $308.00 $149.88 S299.76 $144.00 $288.00
$9,038.5 .. SS,921.03 $8,829.18 $8.599.9 .. $8,236.78
$674.45 $2.75 $646.25 SJ.00 $105.00 $2.73 $641.55 SJ.00 $105 00
S3,444.16 $825.00 SJ.JOOOO S900.00 SJ.600.00 $817 50 SJ.27000 S800.00 $3,200.00
$5,223.66 S400.00 S5.200.00 $392.00 $5,096.00 $380.00 $4,940.00 S500.00 $6,500.00
$8,083.47 S8,000.00 SH.000.00 S2.00000 $6,000.00 S5,00000 $15,000.00 $3,500.00 $10,500.00
$1,414 60 SJ0.80 SJ,355.20 $33.00 $1,452.00 $30.52 Sl,342 88 $32.00 $1.408.00
SJ4,~0l.45 $16,853.00 $25,194.43 $22,313.00
$6,211.02 $55.00 $6,710.00 $50.00 $6,100.00 $83.93 $10,239.46 $63.00 $7,686.00
$10,942 14 $67.00 SI 1,85900 S60.00 $10,620.00 $87.20 $15,434 40 $77.00 $13,62900
$364104 $1,70000 $6 80000 $\,500.00 $6,00000 $790 25 $3.161.00 Sl,050.00 S4,20000
$4,765.08 S2,250.00 $9,000.00 $1,700.00 $6,800.00 $1,362.50 $5,450.00 Sl,250.00 S5,000.00
$25.559.28 $34,369.00 $29,520.00 534,284.86 S30,515.00 s .. 50,s10.12 $457,659.93 $461,760.64 S5,.6 .. ~26.71 $666,397.38
SJ,46950 SJ80.00 $3,800.00 S50000 S5.00000 $1,831 20 $18,31200 $21000 $2,100 00
$41.34 SJ0.00 $6000 $20.00 $120.00 $15 70 $94.20 $\20.00 $720.00
SI 1,823 24 S14 ()() $12,012.00 $10.00 S8,580.00 $13 08 $11.222 64 S30.50 $26,169.00
$28,878 so $2800 S24.080.00 SJ200 $27.520.00 $4000 $34,40000 $3000 $25,800.00
$7,757.61 $17.00 S\5.31700 S20.00 Si8,020.00 $10.00 $9.010.00 $33.00 $29.733.00
$1,352 92 Sl.40 Sl.271 20 Sl.46 Sl,325 68 $2 46 $2,233 68 Si.40 $1,271.20
$258.30 $500.00 Sl.500.00 S64.40 $193.20 $15000 $45000 S200.00 S600.00
$649.11 SO.JO $590.10 SO.J9 $767.13 S0.40 $786.80 $0.30 S590.IO
$2.34073 SI.JO S2,163.70 Sl.34 $2,635.78 $1.18 $2,321.06 S0.95 Sl,86865
Sl,435.07 16.000.00 $6.000.00 S2.000.00 $2,000.00 $20,000.00 S20.000.00 SJ.500.00 SJ.500.00
ITEM QTY
/HI
A-12
A·\J
A·\4
A-15
Ceor1irk11;tlon or Bid
Acknowlctl cd Atldcntlum'I l2\
Old Bond
UNIT DESCRIPTION
Furnish and lruiLDll 10' Type 2 Curb Inlet 11s shown 011
the drawings and as dm:ctcd by lhc engineer, complete
flA in -1-------!..
Fumish nnd lnsLDll 15" Class Ill RCPas shown on lhe
dmwings nnd directed by the t.-nginccr, complete in
LF ~1~-ner 1;--~-foot
Furnish and lruitall 15" Type II Saf\ey End Trcntmcnt
as shown in the drawings and directed by the cngmcer,
complete in ploce
EA •v..-cach
Fmnish and Install Type Curb 1md Gutter u ~hown in
the drawings and directed by the engineer, eomp\c\e in
place per
LF r~•
EA
Raise Existing Street Light to match propsed grndes as
shown in drawings and directed by engineer, complete
Sullto111JAltcn111;leNo. I
To!MI UM.M: Bid and Altcr11alu
Brazos Valley Services
Cily of College Sta lion -Purchasing Division
Bid Tabulalion for HJ0-71
"Hike and Bike Trail"
01>cn Oal'e: Thursday, July I, 201-@ 2:00 p.m.
G. W. Williams, Inc. Dudlev Construction Ltd. Larry Y 011112 Pavin2
Kieschnick General
Contractors Acklarn Construction Co., Ltd. D.l... Meacham LP
UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTA~ PRICE UNI'. PRICE TOTAL PRIC& Ui'llT PRICE JOTAL PRICE Ur<JT oo•r•· TOTAL PRICE 'N'"' PRICE TOTAL PRICE
$4,00000 $12000.00 $2,528.52 $7,585.56 $5,740.29 $17 220.87 $2.750.00 $8.250.00 $4,000.00 $12,000.00 $5.232.00 $15.696.00 $4,500.00 $13 500.00
$40.00 $3,680.00 $47.69 $4 387.48 $34.91 S3 211 72 $5500 $5,060.00 $5000 14,600.00 $78.48 $7,220.16 $58.00 $5,336.00
$75000 $2,250.00 $1,187.88 $3 563.64 $678.19 $2,034.57 SI 700.00 $5,10000 $1,50000 $4,500.00 $654.00 $1,962.00 $950.00 $2,850.00
$1800 $15,480.00 $12.46 $10,715.60 $17.79 $15,299.40 $20.00 $17.200.00 $15.00 $12,900.00 $17.00 $14.620.00 $30.00 $25,80000
S7.000 00 $14,000.00 $7.182.00 $14.364.00 $7.232.76 $14,465.52 $7,000.00 $14 00000 $7 300.00 $14 600.00 $6,867.00 $13.73400 $7,200.00 $1440000
Sll0,126.~0 SllJ,866.15 SIOS,238.70 SI 16 404.00 SI 14 761.79 $152,062.54 St.s.4,237.95
---·3~J.9~~-J{, SS-'2,091.28 S559 108.82 S574,063.93 S576-'U2.4J S698-'i89.25 5820,635.JJ
\ ,/' I ,/' ,/' ,, ,, ,, ,, ,, ,/' ,/' ,, ,, ,, ,, ,, ,/' ,, ,/' ,/' ,/'