HomeMy WebLinkAboutCS Bike LoopJ
BIKEWAY
MASTER
PLAN
1110---11 C~c.. / /s.s "'<-If 2-
11'1 I -/ 2-1 L/:,v..Ac-. ( /r; >u ~ iJ I?.--?
/1 ttt..-G/3 ' l~c.Lli'-'f ( /Hi)..e :l:/ 32-.
B M P EVOLUTION
• ~~~~~a ~ a Council Issue
• F~cus Group Developed .
• Bike"Way Ordinance to P&Z
• Bike Survey Conducted
• Bike"Way Ordinance
Adopted
• Draft BMP Developed
• BMP Focus Group
Developed
• BMP To P&z· wltp_,u_ ,'!-uJ~ ~~J
i'tt ~./-~
I f 11 ./ 12-~ 1;
•
•
•
•
BMP
CONSIDERATIONS
~rut;~!~~~ ~i~~~~l Plans
~~~~<;.~!,,,29.P~~aints -;~r:~\.w ~')_~
llik~~;; Desi~ Stktlards
&'l..( /~r P'll'-r P"rL~
Thoroughfare Plan ~ ~~ ~·fl!-
t,,a-r:-J.AA~ bf
• ~,,Ehpols, Parks, Housing, #;;:;_ c,,...,~.J
• Typ~S~ :B1cy~ ists -p,._~1,J ~"" f:&~ oo/ cl. ,'/).e-1 /J.fc.t PJ,~ St~?./r C--.-. ,,.._f-p,.,_.
T~ ~ ... forr 1/-fi'd/ fVl)f>'7. ~,JJ,
• Other Local Entities ~
TxtJ(){1 Cs/ti)) hy~ 1 {~
~~ $,..'r'"k c .. .L.J,,... . ·
BMP
Focus Group
Revisions
$/JIWJ ~ ! Nu.h-1 C ,)~ 1
~ rl_ h~1 G~ ~~/ '~ t< ~s1r-.t_/
tt,v 'l.-j,,'b.,_,"f j,,_,f N~ '1.ol k ,( (,._L ~I'
ot.._._/ wd;-R_ ar.P ""/ µ.,v ./, ok~ "-CC~
l1 7cf!t s~ ,
r·-J
I
i
\
L ._,_
\
,-
I
L ·-·-·-·-·-·~ 1--~~-~ .-v·
~----1 I i \;
'-. I
\. ..... )
i
,-1
~CITY OF COLLE GE STATION
BIKEWAY MASTER PLAN
FOCUS GROUP REVISIONS
0
I 1
SCALE
5,000
I
(FEET)
Leg end:
10,000
111
-Bik e Ro ute Added
-Bike Lane Added
-Bi ke wa y Needed*
W Park
• School
* Bikeway Needed roadways are those that should be
designated as a bikewoy but are not due to a lock
of street width and/or right-of-way to safely accommodate bicyclists.
Map prepared by Planning Division -Sept. 1993
BMP
COMMUNITY
FEEDBACK
• BIKEWAY SURVEY, 70% IN
FAVOR
• GREAT DEAL OF INTEREST
°K>4--l61'J.yJ .. {_J/_,"w-. -
• ENDORSED BY BIKE fk/·j, hw tJ~.~
ADVOCATES, FOCUS GROUP
~t-OPPOS1TiO~ tcl i>ARKiNG
REMOVAL , <;:~~h~-<-~ 1's a:_ ~;kc ('-,..~
c/Rs'.JIA.4../, )Ni / 1/.-,J_g._,.,_ n.-r co1..r r.e.., f a-v-L ~-e 1 , ·/_ "'<ea-t r / <A.r~r'J
,~ it,. I-&A._ tl N>-1.
BMP
IN PERSPECTIVE
-a....._ bl1.P I j '~~'"(
• BENEFITS ENTIRE COMMUNITY
• MOVE TOW ARD "BICYCLE
FRIENDLY" COMMUNITY -} ~'<-c.'/ lr~ee,
• FOSTERS POSITIVE 1 Tl i .,,,.__ j ;£,~ il"u, COMMUNITY IMAGE .,e._/. JCM. c~ 1-1~1-1~
' .t;>v;'4 ~
I&.-C, ) , fo tc rv<--,~,f "-_J .-
• ENHANCES PROSPECTS FOR
ECONOMIC DEVELOPMENT
:.·: : ... : ·. ~ ·. ···:· ·~~~(: ... : :···· ·.. ~ -4 I · ··pro1e..ct Noniipation for the Statewide Transportation Enhancement Program . ·.·.. ; .... , .
. EXECUTIVE SUMMARY
".
• I
AGENDA ITEM COVER SHEET
ITEM SUBMITTED BY: Ed Hard, Transportation Planner
FOR COUNCIL MEETING OF :
ITEM : Presentation and discussion of the College Station Bikeway Master Plan (BMP).
ITEM SUMMARY : Bikeways have been identified as a Council issue for the last couple of years. Staff
previously addressed this issue with the development of the Bikeway Ordinance in August of 1992. Upon
completion of the ordinance, our next step was to develop a BMP.
The BMP was developed over a period of months using established bikeway planning and design principles.
The majority of proposed bikeways on the plan were ridden and field verified by a former member of staff
who is on the A&M Cycling Team. Some of the areas considered in developing the plan include existing
biking patterns; on-street parking; the location of schools, parks, and multifamily housing; traffic
volumes/conditions; and street pavement and right-of-way widths.
A bikeway focus group was developed to review and discuss the BMP. It included a representative from the
City of Bryan, Texas A&M University, the Texas Department of Transportation, the Texas Bicycle Coalition,
the College Station Independent School District, the CSISD Parent Teacher Organization, the Texas A&M
Cycling Team, and the local traffic engineering community. The focus group revised and added numerous
bikeways to the plan.
Over the past few months, the development the BMP has generated a good deal of public interest, input,
and support. The Texas Bicycle Coalition, a bicycle advocacy group based in Austin, is in support of the plan
and has been promoting it throughout the community.
STAFF RECOMMENDATIONS : The P&Z unanimously approved the BMP but voiced concern over the
amount and sources of money to implement the plan. Staff also recommends approval.
. FINANCIAL SUMMARY : It is important for the City to adopt a Bikeway Master Plan in order for us to qualify
for federal money available for building bikeways. In a subsequent item, staff will request Council
consideration on two grant applications for federal money to fund two bikeway projects in College Station.
CITY ATTORNEY RECOMMENDATIONS: NA
COUNCIL ACTION DESIRED : Approval of the Bikeway Master Plan.
SUPPORTING MATERIAL:
1.
2.
3.
4.
Bikeway Master Plan 5.
Memorandum to the P&Z 6.
P&Z Meeting Minutes 7.
Memorandum to the Focus Group 8.
Focus Group Meeting Minutes
Focus Group Revisions to the BMP
Local Flyer in Support of the BMP
Paid Advertisement in Support of the BMP.
\ W'° CITY OF COLLEGE STATION
BIKEW A Y MASTER PLAN
SCALE
5,000 10,000
(FEET)
Legend:
--Bike Path
-Bike Route
-Bike Lane
-Bikeway Needed
Bl Park
.l. School
Mop preporGd by Planning Division -Rev. Oet. 1993
.....
f
CITY OF COi .I .EGE STATION
Post Office Box 9960 1101 Texas Avenue
College Station, Texas 77842-0960
(409)764-3500
MEMORANDUM
TO:
FROM:
DATE:
RE:
Planning and Zoning Commission
Ed Hard, Transportation Plann~
September B, 1993
Blkeway Master Plan
Attached find a copy of the draft Bikeway Master Plan. Once adopted by Council, it will serve as a guideline
for the development of blkeways in College Station. Staff requests your review, comment and
recommendation on this plan prior to it going to Council for their consideration.
Bikeways have been identified as a Council issue for the past couple of years. Staff first addressed this
issue last August by developing a blkeway ordinance. It requires that bikeways be developed in accordance
with a bikeway master plan and establishes blkeway design standards. The blkeway ordinance was
unanimously supported by the P&Z and was subsequently adopted by Council. However, in order for it to be
of value, a blkeway master plan is needed.
The draft bikeway master plan was developed over a period of the past few months. Staff was fortunate to
have a student intem who was an avid cyclist and a member of the Texas A&M Cycling Team play a key
role in putting it together. The draft plan identifies the general locations of bike rOutes, lanes, and paths.
Some of the areas considered in developing the plan include existing biking patterns; on-street parking; the
location of schools, parks, and multifamily housing; traffic volumes/conditions; and, street pavement and
right-of-way widths.
A bikeway focus group was formed to review and discuss the bikeway plan. The focus group included a
representative from the City of Bryan, Texas A&M University, the Texas Department of Transportation, the
Texas Bicycle Coalition, the College Station Independent School District, the CSISD Parent Teacher
Organization, the Texas A&M Cycling Team, and the local traffic engineering community. The group met
twice and suggested adding numerous bikeways to the plan. Copies of the meeting minutes and their
suggested revisions are attached.
It is important that the City adopt a bikeway master plan in the near future in order for us to qualify for federal
money available for building bikeways. Staff is currently working on two grant applications for bikeway
projects in College Station. Under a recent federal transportation bill, millions of dollars have been set aside
for transportation "enhancement" activities such as bikeways. In order for a City to be eligible for this money,
the proposed project must be part of the community's bikeway master plan. Staff will provide details on our
proposed bikeway enhancement projects at the meeting.
cc: Jim Callaway, Asst. Director of Economic and Development Services
Jane Kee, Oty Planner
Home of Texas A&M University
AGENDA ITEM NO. 4: Consideration of a final plat of the College Station Business Center Phase One
generally located along State Highway 6 adjacent to the Pebble Creek Subdivision. (93-229)
City Engineer Pullen presented the staff report and recommended approval of the final plat as revised after the
?resubmission Conference. All items referenced in the ?resubmission Conference Report have been addressed.
City Engineer Pullen informed the Commission that Director of Development and Economic Services Elrey Ash is
the project manager for the business park. He has requested an exemption to the sidewalk location section of
the subdivision ordinance. The ordinance requires sidewalks to be placed within the rights-of-way unless an
exemption is granted by the City Council after a recommendation by the Planning and Zoning Commission. It is
the plan of this development to construct the sidewalk within a 30' wide public landscape, access and
underground utility easement along each side of the streets. The proposed plan creates a more desirable
streetscape than the traditional "sidewalk against the back of curb" approach. It will also allow greater flexibility
for the location of utilities by allowing more space to avoid conflicts. As an easement rather than right-of-way, it
will place less public encumbrance on the land and allow greater private use and responsibility for maintenance.
Commissioner Mariott moved to recommend approval of the final plat of the College Station Business Center
with staff recommendations including the granting of the requested sidewalk variance. Commissioner Lane
seconded the motion which passed unopposed (5 -0).
AGENDA ITEM NO. 5: Discussion and consideration of the proposed Bikeway Master Plan. (93-817)
Transportation Planner Hard presented the proposed Bikeway Master Plan and gave a brief history of the
project. Bikeways have been identified as a City Council issue for the past couple of years. Staff first addressed
this issue last August by developing a bikeway ordinance. It requires that bikeways be developed in accordance
with a bikeway master plan and establishes bikeway design standards. The bikeway ordinance was unanimously
supported by the Commission and was subsequently adopted by the City Council; however, in order for it to be of
value, a bikeway master plan is needed. The draft bikeway master plan was developed over a period of the past
few months. The draft plan identifies the general locations of bike routes, lanes and paths. Some of the areas
considered in developing the plan include existing biking patterns; on-street parking; the location of schools, parks
and multifamily housing; traffic volumes/conditions; and street pavement and right-of-way widths. A bikeway
focus group was formed to review and discuss the bikeway plan. The focus group included a representative from
the City of Bryan, Texas A&M University, the Texas Department of Transportation, the Texas Bicycle Coalition,
the College Station Independent School District, the CSISD Parent Teacher Organization, the Texas A&M
Cycling Team and the local traffic engineering community. The group met twice and suggested adding numerous
bikeways to the plan. It is important that the City adopt a bikeway master plan in the near future in order for us
to qualify for federal money available for building bikeways. Staff is currently working on two grant applications
for bikeway projects in College Station. Under a recent federal transportation bill, millions of dollars have been
set aside for transportation "enhancement" activities such as bikeways. In order for a City to be eligible for this
money, the proposed project must be part of the community's bikeway master plan. The two projects that staff
would like to apply for is first, the College Station Bike Loop. This loop connects five city parks, Texas A&M
University, Post Oak Mall and high density residential areas. The loop establishes paths, lanes and routes that
would require some major engineering structures such as going under Texas Avenue and bridges. The second
project is a bikeway suitability map that rates streets in terms of their difficulty for bicycle riders, amount of
traffic, etc. This map would be an enormous help to bicyclists that are not familiar with this area. The proposed
map would give bicycle safety tips, list bicycle laws and show out of town routes of surrounding areas to allow for
tours of more serious cyclists.
Commissioner Hall expressed concern of addressing some basic problems prior to encouraging bicycling and
pedestrian traffic in certain areas of town. One problem is that when signals change at major intersections, there
is not enough time allowed for bicyclists and pedestrians to cross.
Transportation Planner Hard stated that this point was brought up in the focus group meeting as well. There are
engineering solutions that can be implemented to relieve many of these problems. Staff will have to work with
the signal division to possibly re-phase a signal or install pedestrian crossing lights.
Commissioner Hall sugges ted that the City designate bikeways along low vehicle volume streets and spend the
capital necessary to improve these streets for the purpose of bicycling. Rather than try to force bicycles and
pedestrians onto streets busy with vehicle traffic, the City should look at relocating the bicycle and pedestrian
traffic onto lesser streets.
P & Z Commission September 16, 1993 Page 3
Commissioner Hall explained that the area around Oakwood School and the traffic along George Bush Drive is a
major traffic problem area in the City. Commissioner Hall suggested that in the future, sidewalks near schools be
built to accommodate the additional traffic in the area. The 4' sidewalks provided in some areas of town are not
adequate for the increased traffic around schools and parks.
Chairman Hawthorne opened the public hearing.
Bill Kling of Kling Engineering stated that he would be interested in looking at the cost of implementing the
proposed plan. The plan may look great on paper; however, the cost may not be realistic.
Bob Richardson, the District Design Engineer for the Texas Highway Department, approached the Commission
and stated that the plan is an essential tool in planning future state. highway projects in College Station. If this
plan were in effect pri()r to the F.M. 2818 extension, the necessary bikeways could have been constructed with the
street and would have been much cheaper to install initially.
Denise Houser, a local representative of the Texas Bicycle Coalition informed the Commission that she has lived
in College Station for over ten years. Ms. Houser served on the bikeway focus group and spent many long hours
with the other members devising the plan. The benefits of the plan are many such as increased safety for
pedestrians, motorists and bicyclists. Every bike trip reduces the vehicle congestion and pollution in the area.
Other benefits of the plan include providing a bicycle friendly community, an increase in local tourism and a
higher community quality of life.
Chairman Hawthorne questioned Ms. Houser as to her thoughts on a bicycle licensing fee to help pay the costs of
providing bikeways.
Ms. Houser informed the Commission that the city of Austin is moving towards requiring a fee. Most bicyclists
are not opposed to a fee or license; in fact, most bicyclists, excluding children, also drive motor vehicles. A
reasonable licensing and registration fee would help legitimize the group in sharing the roadway.
Commissioner Hall stated that if the City is going to push bikeways, a fee should be asked of the participants in
order to finance such an extensive bike plan.
Commissioner Lane stated that he could not imagine a fee being adequate to cover the costs associated with the
Bikeway Plan taking into consideration administrative and enforcement costs.
Commissioner Hall moved to recommend approval of the proposed Bikeway Master Plan with all comments and
recommendations made during the discussion. Commissioner Lane seconded the motion which passed unopposed
(5 -0).
AGENDA ITEM NO. 6: Other business.
Commissioner Hall expressed concern of the City working more closely with the University on traffic related
issues. Since the University is moving more classes to Tuesdays and Thursdays to allow for a longer weekend,
there will be traffic problems on these days of the week. Commissioner Hall also suggested that the cities of
Bryan and College Station work together to commit to a park in the honor of Jack Miller of Brazos Beautiful
who helped make this area a nicer place to live.
AGENDA ITEM NO. 7: Adjourn.
Commissioner Mariott moved to adjourn the meeting of the Planning and Zoning Commission. Commissioner
Lane seconded the motion which passed unopposed (5 -0).
APPROVED:
Chairperson, Kyle Hawthorne
ATI'EST:
Planning Technician, Natalie Thomas
P & Z Commission September 16, 1993 Page 4
CITY OF COi .I .EGE STATION
Post Office Box 9960 1101 Texas Avenue
College Station, Texas n842-0960
( 409) 764-3500
MEMORANDUM
TO: Bikeway Focus Group
FROM: Ed Hard, Transportation Planner~
DATE: September 2, 1993
RE: Bikeway Master Plan Revisions
Attached please find a copy of the revised bikeway master plan. It shows the changes to the draft bikeway
plan resulting from our meetings and re11ects, as best as possible, the focus group's cumulative input
The Focus Group suggested adding numerous bikeways to the plan and had other general areas of
concern. They were as follows:
Bikeway on Southwest Parkway;
Bikeway on Rock Prairie Road;
Bikeway on Welsh to Bush at Houston;
Change bike route on Glade to bike lane;
Continue bikeway on Longmire from Alrtine to Valley View;
Continue bike route on FM 2818 from Longmire to Emerald Parkway;
Bikeway connection between Dominik and Appomattox;
Bikeway comettion between Woodstone area, Post Oak Mall, and surrounding
apartments;
Bikeway access to South Knoll Elementary;
Bikeway access to Oakwood Middle and Jr. High Schools;
Bikeway kcess to Southwood Athletic Complex, A&M Jr. High School, and Rock Prairie
8ementary;
Safety improvements for bicyclists at the Texas/Bush, Bush/Anderson, SH 30/E. Bypass,
and Texas/FM 2818 intersections; and,
Safety improvements for bicyclists at all signalized intersections.
As suggested by the focus group, a fourth category has been added to the plan for roadways that should be
designated as a bikeway but are not due to a lack of street width and/or right-of-way to safely accommodate
bicyclists. Please review the revised bikeway plan and forward any additional comments to me prior to
Friday, September 1oth. The Bikeway Master Plan Is scheduled to go to the Planning and Zoning
Commission for their consideration on September 16, 1993. You are all welcome to attend.
The Development Services Staff would like to thank each of you for serving on the Bikeway Focus Group.
Your volunteered time and effort is greatly appreciated.
cc: Jane Kee, City Planner
Jim Callaway, Asst Director of Economic and Development Services
Home of Texas A&M University
MEMBERS PRESENT:
Ed Hard
Marfa Fendley
Ron Quarles
Rey Trevino
George Dresser
Bob Richardson
Eugene Ray
Ranga Parasuraman
Claude Cunningham
Danise Houser
Bob Appleton
Joe Blaschke
BIKEWAY FOCUS GROUP
MEETING 1
MINUTES
July 29, 1993
Transportation Planner, City of College Station
Planning Intern, City of College Station
Senior Planner, City of Bryan
President, Texas A&M Cycling Team
Texas Transportation Institute I CS Parks Board
lXDOT Design Engineer,
TAMU Physical Plant
CSISD Parent Teacher Organization
CSISD Administration and Planning
Texas Bicycle Coalition
lXOOT Bikeway Coordinator
Local Traffic Engineer
Ed Hard opened the meeting by explaining that the purpose of the bikeway focus group was "to
gain input and support and coordinate our efforts with the sectors of the community that have an
interest in bikeways and that should be a party to the development of a Bikeway Master Plan in
College Station.•
Mr. Hard said that a bicycle friendly community and the bikeway master plan have been a council
priority for the past couple of years. He explained that a such a plan is needed in order for the
City to qualify to compete for federal money available for bikeways. He noted that there were 4
•E•s• of bikeway planning .... Engineering, Education, Enforcement, and Encouragement and said
that the focus group would primarily be looking at the engineering aspect.
Mr. Hard said there were four areas of focus group input that we needed. These include
identifying needs and opportunities, identifying problems and constraints, providing suggestions
and solutions, and providing support for the bikeway master plan.
For informational purposes, Ed Hard then presented slide!;i Jo explain the City's current bikeway
ordinance and to define the different types of bikeways to the focus group. He noted that in order
for the current ordinance to be of value, a bikeway master plan is needed. He said the ordinance
needs to be amended to require new and re-development to install bikeway parking facilities.
Mr. Hard then presented staff's draft Bikeway Master Plan and passed out individual copies of the
plan to the group along while he explained.
George Dresser asked about having a bikeway on Welsh straight through to Bush at Houston.
Focus Meeting 1, Page 2
Ed Hard stated that this street has a narrow paved section and little right of way. He noted that
this street extension is not on the City's thoroughfare plan but that it had been proposed by staff a
number of times. Marla Fendley added that the area lends itself to routes because of the
neighborhood streets and the drivers do not drive with an attitude that would cause bikers to get
off the street.
Ed Hard indicated that the black dots on the plan were schools and that we would like to
coordinate with the CSISD. He also mentioned the bike lanes planned on College Main to the
Bryan City Limit and the bike paths planned through Hensel Park (an area owned by the
University) and said that CS needs coordination as well from the University and the City of Bryan.
Ed Hard then presented results from the City's sidewalk/bikeway survey. Several questions were
asked about the types of questions asked on the survey and about the results from certain zones
in the survey. Ed Hard said that he did not recall at this time, but would have this information at
the next meeting.
It was asked if in those areas with lesser support, were we planning fewer or no facilities and if
there was weak support in an area would bikeways be located elsewhere. Ed Hard pointed out
:·::::':: that the survey did not have an area where there was weak support.
There was a question about whether the attitude of the area determined whether it was a route or
lane. Marla Fendley stated that the first priority of a bikeway is safety. When there was no
pressing need for a lane it was designated as a route. Ed Hard added that existing on-street
parking was a major consideration in determining route verses lane designation on a street.
It was asked if the City had looked into the various types of users, such as commuters,
recreational users and enthusiasts. Ed Hard said that the type of user was considered in
developing the draft bikeway master plan.
Bob Richardson asked if a stress evaluation test was performed on Southwest Parkway. Ed Hard
stated that it had not because that requires a lot more detail. He explained to the group that a
stress test is used to rate streets by stress which rates them for bicycle use as easy, moderate, or
hard.
It was pointed out that Southwest Parkway was not a route on the draft master plan. Mr. Hard
stated that by ordinance we can't sign it as a route because the outside lane must be a minimum
of 13'6".
It was asked that if Southwest Parkway was resurfaced and re-striped if a route could be added.
Ed Hard said no because there is simply not enough paved section to safely accommodate bikers
on this street. It was stated that Southwest Parkway is a big problem and that there has been a
many close calls.
It was asked if there were routes used by people riding 20-40 miles at a time. Ed Hard said no,
not as a part of this Master Plan but that we plan to do something similar to what the City of
Focus Meeting 1, Page 3
Austin did. He said that on their bike map (not plan) they provide a separate map which includes
the entire county and perhaps surrounding counties which shows "touring• routes for avid cyclists.
It was noted that, at one time, Glade had a bike lane on it but it has since been removed. Now
there is no safe way to get to Oakwood and parents are having to drop off there children every
morning. It was added that the Oakwood school increases the traffic problem on Holleman and
Anderson.
With the Oakwwood school in mind, Ed Hard pointed out that a bike path is planned for Kyle. If in
the future Kyle is widened, staff would recommend that a bike path be installed as part of this
project. He also added that the existing 2-way bike lane on Bush is planned to be converted to
one-way lanes with the westbound lanes located on the north side of the street. This means that
parking will have to be removed on Bush. He said this change is needed to get the Bush bike
lane up to current engineering design standards and to remove the potential liability incurred to
the City due to the current substandard design.
It was asked if the draft plan only considered bikeways that could be put on existing streets. Mr.
Hard said no, that the plan is intended to serve as a guide for Mure bikeway development and it
should not be limited by today's existing street system.
There was concern for the existing unsafe conditions for bicyclists at the Bush/Texas intersection.
There was also a similar concern for the Anderson/Bush intersection for when the 2;way lane is
converted to 1-way lanes on each side of the Bush. George Dresser agreed with Ed Hard that
two way bike lanes aren't a good idea. It was suggested that safety for bicyclists at these
intersections could be improved with engineering solutions.
Claude Cunningham commented that we should plan bikeways with future school population
distribution in mind.
Ed Hard said that although the location of future school sites are not definite, it would be
beneficial to work with the CSISD in our bikeway planning. He pointed out that the reason there
are not as many bikeways to the south on the draft plan is that we had primarily followed our
thoroughfare plan for this area. He said since it only shows collector and arterial type streets (no
residentiaQ we were only able to plan for bikeways on these streets. He added that as this area
develops we'll then be able to add more bike routes to the system.
It was asked if when the term "project" is used, does it mean that work other than bikeway
signage and marking is being looked at. Ed Hard stated that in our capital projects we are at the
point where at every opportunity we provide for bikeways and that this could be a bike route, lane,
or path, whatever is deemed most appropriate.
Ed Hard passed out a hand-out on "implied warranty•. He said that when the City designates a
bikeway and thereby invites the public to use it, we are offering the public an implied warranty
Focus Meeting 1, Page 4
that the facility is safe and suitable for that use. He wanted everyone to keep that in mind when
considering the location and type of bikeway (route, lane, or path) on the bikeway master plan.·
Mr. Appleton noted that when government entities are doing road work on a street with a
bikeway, if there is a detour involved, than a detour shoul_d be provided for bikes as well.
Ed Hard asked everyone to to tum to page 5 in the handout which lists all of the things that must
be considered before signing a bikeway, such as directness, driveways, parking, safety, etc.
Ranga Parasuraman said that there is a need for a lane on Glade, that first and second graders
bike to school and can't use the sidewalk because it is too narrow.
Bob Appleton said that parents should not allow children less than nine to ride in the street
because they do not have the where with all to make the decisions needed to ride safely in the
street.
It was asked if sidewalks should be signed as bike routes? Ed Hard said no, that current design
standards discourage the use combination bike/sidewalks.
Ranga Parasuraman said that Southwest Parkway and Southknoll school need facilities because
there are small kids biking to school. She said that they can't use the sidewalks because of kids
walking. It was stated that there is a bike route that crosses Southwest Parkway. Kids use the
crossing guard to cross the street and then use the sidewalks.
It was noted that Southwest Parkway was one of the original bikeways and now it's gone due to
the increase in traffic. With this in mind, it was asked that if when traffic counts increase would the
City remove bike lanes to accommodate vehicles or would we widen the street and keep the bike
lanes? Marla Fendley stated we should design future road to accommodate bike facilities. Ed
Hard added that this decision would be based on priorities and dollars and could become a
council decision.
Mr. Dresser said that this is what the ISTEA (lntermqdal Surface Transportation Efficiency Act of
1991) legislation is all about and the acknowledgement that there are other forms of
transportation. There needs to be attention drawn spending dollars on other forms of
transportation other than just the traditional one.
It was pointed out that there is another focus group meeting which is looking at BCS and what it
should look like 30 years down the road. These needs need to be placed in the community vision
building process.
With no other comments, Ed Hard closed the meeting. He asked everyone to take their copy of
the draft bikeway master plan back to their respective organizations and review it with whomever
they deemed appropriate. He sked them to bring it back to the next meeting in two weeks with
their comments, suggestions, proposed changes, etc.
MEMBERS PRESENT:
Ed Hard
Marla Fendley
Ray Trevino
George Dresser
Bob Richardson
Bob Appleton
Eugene Ray
Claude Cunningham
Ranga Parasuraman
Danise Hauser
BIKEWAY FOCUS GROUP
MEET1NG2
MINUTES
August 12, 1993
Transportation Planner, City of College Station
Planning Intern, City of College Station
President, TAMU Cycling Team
Texas Transportation Institute, CS Parks Board
TXDOT Design Engineer
TXDOT Bikeway Coordinator
TAMU Physical Plant
CSISD Administration and Planning
CSISD Parent Teacher Organization
Texas Bicycle Coalition
Ed Hard opened the meeting by reviewing what was discussed during the previous meeting. He
answered questions from the previous meeting concerning the bikeway survey. He then ask the
group to comment on the proposed bikeway master that they had the ·opportunity to review for the
last two weeks.
Claude Cunningham voiced his concern about Rock Prairie Road and the accessibility to
Southwood Athletic Center and the school. He also stated that he wants the city, in some form of
written language, to commit to providing protected bike ways around all CSISD schools.
Ed Hard explained the difficulty In doing this with the current limitations of lack of street pavement
width and ROW on Rock Prairie Road. He suggested the possibility of an off-street bike path from
Welsh to Rio Grande.
Bob Richardson pointed out that TXDOT has Bush from FM 2154 to FM 2818 under
consideration for lanes as part of a future widening project. He also pointed out that the Texas
Ave./ FM 2818 area needs attention.
Claude Cunningham pointed out that the section of Longmire in front of Walmart to and across
2818 needs bikeway facilities. He also suggested that there should be a "fourth category•, for
those areas where there is no current solution.
Focus Meeting 2, Page 2
Bob Richardson suggested including section of 2818 from Longmire to Emerald Parkway as a
Bike route.
Claude Cunningham voiced his concern over the lack of bikeway facilities on Southwest Parkway
and around the Southknoll Elementary area. He said that this was an area that needed to be
addressed -perhaps fitting into the "fourth category".
George Dresser asked Ed Hard what the time frame for implementation was for the Bikeway
master plan. Mr. Hard replied that there isn't one, just as there isn't one for the thoroughfare plan.
Mr. Dresser suggested that the bikeway master plan be addressed in a similar fashion as the
thoroughfare plan, as not to confuse funding with needs.
Bob Richardson suggested that short verses long range bikeway plans be established and
documented so that when he is old, gray and forgetful he wont forget the intentions of this project.
Danise Houser expressed a concern over the legality of bicyclists traveling along undesignated
routes. Ed Hard assured her that bicycles will be able to travel legally on roads that are not
!!\~;:~,. designated as a bikeways (with the exception of streets where, by ordinance, bicycles are
prohibited).
Ed Hard went over minor revisions that were made to the bikeway master plan since the first
bikeway focus group meeting.
Marla Fendley then presented staff's current work on the city's grant application for federal
transportation enhancement money to construct bikeways in College Station.
Ed Hard pointed out the proposed bike lanes on Anderson (as part of the enhancement project.)
Claude Cunningham said that keeping the parked cars on Anderson out of the bike lanes during
soccer season would be difficult.
Danise Houser pointed out that the concern among those with whom she has spoken is the
provision of the necessary support in the way of signage, maintenance, education, public support,
as well as signage in order for the Bikeway Master Plan to work.
Ed Hard addressed the issue of education and hoped that the CSISD would be willing to work
towards an education program.
George Dresser wanted to know if crossing guards were the schools or the cities responsibility.
Ed Hard replied that it was a joint effort between the City and CSISD.
Ranga Parasuraman said that at one time parents volunteered to act as crossing guards, but the
legal liabilities forced them to stop.
Focus Meeting 2, Page 3
Ed Hard Inquired about the past programs in which the schools had police come in to speak to
the students.
Ranga Parasuraman said that parents should be involved otherwise they will not allow their
children to use the bikeway facilities. She suggested that the parents be reached through school
hand outs and school open houses.
Claude Cunningham said that he and Ranga Parasuraman presented the bikeway master plan to
the Partners In Education volunteers and that they are aware of the cities efforts.
He strongly encouraged the City to contact the parents of College Hills and Oakwood students for
their input.
George Dresser suggested that a connection between Dominik and Appomattox be made where
Dominik dead ends.
Bob Richardson suggested that a "fourth category• project be one that connected Woodstone
shopping area, the Mall, and the surrounding apartments with bikeways and sidewalks.
George Dresser asked if the City had planned to do a bikeway compatibility map that was similar
to Austin's.
Ed Hard stated that he had contacted the Texas Bicycle Coalition and they said that they would
be willing to create this type of map for the City ijust as they did for the City of Austin).
Mr. Hard asked the focus group if there were any more comments, suggestions, or questions. He
told the group that staff would review and consider all of the comments and concerns voiced
during this and the last meeting and revise the bikeway master plan to reflect, as best as
possible, the input from the bikeway focus group.
Mr. Hard informed the group that staff planned to bring the Bikeway Master Plan to the Planning
and Zoning Commission in September. He said that prior to this however he would send all focus
group members a copy of the revised plan to provide them an additional opportunity to comment
on the plan prior to it going to the Planning and Zoning Commission.
\
:~ i~ ie
i ,.i ;--v' i
( /
( I
\ ... i
~CITY OF COLLEGE STATION
BIKEW A Y MASTER PLAN
FOCUS GROUP REVISIONS
i
.,,,.j
SCALE
0 5,000 10,000
kiiif!!!?fiiiii I I
(FHT)
Legend:
-Bike Route Added
-Bike Lone Added
-Bik ewoy Needed*
m Pork
l.. School
* Bikcwoy Needed roodwoys ore those that should be CIHIQnotee! 01 o blkewoy but ore not due to o lock ~~c6t;,:.~~if0thbi~~(~ •. ri9ht-of-woy to 1ofely
Mop prepared by Planning Oivi1lon -Sept. 1993
..
•
t •• ~ -
Stand Up For Bikeways
with
The Texas Bicycle Coalition and Freebirds World Burrito
College Station's Bikeway Master Plan goes to city council for a vote this month. TBC and
Freebirds are mobilizing community support for this plan, and we need your help. Our goals are to
obtain 2,000 signatures in support of the plan and to have 50 people attend the presentation to
council (Oct. 28 at 7 p.m. in City Hall Council Chambers).
What is the bikeway plan?
The bikeway plan (designed by the city, TBC and local citizens this summer) designates both
existing and planned (1) on-road routes, (2) on-road lanes, and (3) off-road paths for bicycle use
throughout College Station. Specifically, adoption of the plan will:
* provide signed, marked bike facilities for citizens of all ages bicycling for both
recreation and transportation. These facilities will receive increased attention to
bike-friendly design and maintenance.
* guarantee College Station's eligibility for over $1,000,000 in federal funding granted
specifically for bike facilities.
How will the bike way plan benefit me?
The plan will render bike travel safer, easier, more efficient and more attractive to local
citizens. Bicycle-actuated traffic signals, bike bridges over currently impassable creeks, and
bikeway crossings under Texas Avenue alongside a creek are featured in the plan. Maps of city
bikeways will be produced. Additional bike paths in parks and conversion of abandoned railroad
corridors into bike paths are included as well .
Every citizen will benefit from bikeway plan adoption, not just bicyclists. When bicycle
trips are substituted for car trips, the social, health and environmental benefits translate into
considerable economic benefits. The general public benefits from reduced air pollution, oil
imports, traffic congestion and delayed attainment of road capacity. In fact, capital investment
savings to the public can amount to over $1 per bicycle mile traveled.
What comes next?
TBC and Freebirds believe the adoption of College Station's bikeway plan is a first step towards
encouraging bicycling in Bryan/College Station. To fully realize the potential of bicycle use,
other steps must be taken, such as shared roadway education for bicyclists and motorists alike,
the provision of bike parking facilities, community events which focus on cycling, and much
more. We invite you to join TBC and Freebirds in building this vision.
For more information on how you can help, call TBC's local coordinator, Danise Hauser, at
260-1266 .
~ 0 n: <(
3-N 0 .... I{)
N / 1-(.) ~ 0
CITY OF BRYAN
)
.{:'_~~-.-J--.--_L.-t-~l
WELLBORN ROAD
--I
~ ~ ~ ~
lffJf orrT CD" oor ' w• BT.a.TI011
COLLEGE
STATION
BIKE LOOP
PRELIMINARY
Statewide Tr&m1portation
Enhancement Program
Legend:
Bike Path ---Bike Lane
Bike Route
• New Bridge
a Box Culvert
Crossing
A Crosswalk Signal , I City Park
0 ._ __________________ ,....._ ____________________________ .... .._ __________________________________________ ..... ____________________________ ......
CITY OF BRYAN
)
.{"_r~-~L..--_J_-f-~~
II
~ Cl 0.: < ? N 0 -q-
0() g ~ N / I-o:i u w ~ ...., ~ 0 Q'. ..... ~ Cl. / <.: 0
(fl OlTr o:r 001 I-· BTATIOlf
COLLEGE
STATION
BIKE LOOP
PRELIMINARY
Statewide Transportation.
Enhancement Program
Legend:
Bike Path
- - -Bike Lane
•
D
Bike Route
New Bridge
Box Culvert
Crossing
Crosswalk Signal
City Park
ATTACHMENT 1
PROJECT DESCRIPTION
The College Station Bike Loop is a combination of bikeways approximately seven miles in length made up of
bike paths, lanes and routes. It provides connection and access between Texas A&M, numerous apartments
and neighborhoods, a regional mall, eight city parks, an amphitheater, and College Station's Amtrak Station.
Key features for the bike loop's continuity and safety include seven new bridges for creek crossings and bike
path crossings under three of the City's largest thoroughfares.
The project calls for development of new bike paths to run along the perimeter of College Station's Central
Park. The path along the east side of this park will extend south along the SH 6 East Bypass until reaching
Emerald Parkway, an entrance to one of College Station's largest subdivisions. Krenek Tap Road borders
the north side of Central Park. This street is currently undergoing reconstruction and widening and will
include bike lanes when completed. West of Central Park, a bike path will connect with Krenek Tap Road
and then tum south along the perimeter of city property until reaching and going under Texas Avenue via an
existing box culvert. Once on the west side of Texas Ave., the path will go two directions. Going south, a
new bridge will be installed going over Bee Creek to a bike path where it will terminate at a major
recreational area that includes a putt-putt golf, bumper boats, and batting cages. Going north, the path will
go along Texas Avenue in front of the City's Arboretum and then tum west and continue along city property
until reaching Bee Creek Park. Bee Creek serves as a barrier between the park and residential areas to the
south and west. A short path extension and new bridge will provide access between these areas.
The path in Bee Creek Park will continue northwest until reaching and going under Southwest Parkway.
Once on the north side of this thoroughfare, the path continues north through Lemontree Park, a linear
greenbelt, until reaching Anderson Street. Again, Bee Creek serves as a barrier for residential areas to the
west. A small path extension with a new bridge across Bee Creek will provide access for this residential area
to the Bike Loop and Lemontree Park. The bike loop will continue with the installation of bike lanes on
Anderson Street from Lemontree Park to the A&M campus at George Bush Drive. The current two-way bike
lane along the south side of Bush will be changed to one-way bike lanes on both sides of this street as part
of this project. The new, more safely designed bike lanes will extend along Bush from Marion Pugh Street
where the Amtrak Station is located east to Texas Avenue.
Once reaching Texas Avenue, the loop will be continued with a bikeway that will be installed as part of the
TXDOrs widening of this roadway. From Texas Avenue, bike lanes will be installed in the Eastgate area
along both Lincoln and Walton Streets in order to facilitate the large number of students who bike to and
from campus in this area. From Walton Street the bike loop will continue south through this residential area
and Oaks Park until reaching S.H. 30 where a bike path will go under this arterial via a box culvert. The bike
path will then continue east along S.H. 30 in front of two large condominium complexes until turning south
along a utility easement that runs directly adjacent to Post Oak Mall and a large apartment complex. A new
bridge will connect the apartment complex with the bike loop system and the Mall. The path along the utility
easement will extend to Holleman Street and from there a bike path will go through the Wolf Pen Creek Park
and by the Wolf Pen Creek Amphitheater. This bike path will exit the park and connect with bike lanes to be
installed on Central Park Lane and continue until reaching Southwest Parkway. The final leg to complete the
bike loop will be a bike path to extend from Southwest Parkway to Central Park, the location of origin.
In sum, the proposed Bike Loop project calls for 4.1 miles of new bike paths, 3.8 miles of new bike lanes,
seven new bike path bridges, and three grade separated bike crossings going under three of the City's
widest and busiest thoroughfares. Importantly, the bike loop will serve both commuter and recreational
bicyclists by virtue of new bike lanes adjacent and approaching the Texas A&M campus and new bike path
through city park areas. The project is located primarily on City and State property and requires very little
land acquisition. The bike loop system is in accordance with the City's Bikeway Master Plan and was
developed considering AASHTO design requirements for bikeway facilities. All bikeways and related
structures in this project can and will be designed to meet AASHTO standards.
____ C~ly~U~r <:;4,...f. w/ TK/JOT c0-1 42~ /'.a/eel
___ Q~ D~ _£ t~ /~ ... f'_ CzrrflMr6 t ~
bh I Tx /) o-:tj 7 cry., ' c t/ /)og,t €1.ec 6'niw . & f+.a-.w ( ul'.4 e I
/h-Of'le/, &'~ Ma~ fM'tv-,.,,,.1'""""''~,,,_' ---------------
L{NF
---~(f>.,<_,,u-/
"--'--~~:+=-----1...,,..;,,,__;,;;,,,_ ~ -N :.....;,,-'-1---'--L=--;;__..,:,,._--
--_../2'-ru 1 wk ~~~ (µ&zr-= S':mM__,_e.r____.o ........ /:__.__!7.._._'7_~------
11f.o b. L{~ C,J&<J=c= f cf a_,,,~·-_o-'-/2-__.__.__,_1_7~----'---------
-1'7?2--13,·~Iu.Jf.-.1 S':riee.1 ----r J
---~-Bt'kew~ hCt.A.~ 9r~_::::: 3 ~ ~ ~----------
----__ Bf'} fJ ow-J ~ Ct'!_<;,..:..;::~--~---'1--_,,__~L-------------
__ -_ Gr.Sl-*l-f ~/if' (/...-lk ~ ~¥/ff'=I p~ g;/"7 ~N".<. __ • ____ ___
kY! tLS (? h~e-f .1, G o.12 '/z ______ ___.~,~----=---~ ~~------
----f l),_lc CL Jb.t!AA· ... 1
'A
TRANSPORTATION ENHANCEMENT PROGRAM
Page 6 of 10
PART Ill. PROJECT BENEFITS, IMPACTS, AND PUBLIC SUPPORT.
NOMINATION
FORM
A. PROJECT USE AND BENEFITS. Describe below the benefits of the proposed project.
Description should indude expected use of any facilities involved and should compare current use
with expected use and projected demand for use of the those facilities.
Project Use -The potential is there for College Station to have one of the highest percentages of bicyclists
per capita 1n the nation and become the most "Bicycle Friendly" community in the State. Compared to other
university cities, College Station is a small community despite the fact that it is home to the fourth largest
University in the country. Its geographic smallness makes bicycle commuting in College Station a very
feasible mode of transportation. The general close proximity of off-campus student and faculty housing
areas to the Texas A&M campus is a the primary reason for the current high amount bike use in the city. The
1980 census showed that there were 1,447 workers (excluding A&M students) in our area commuting by
bicycle. A recent traffic count on one street providing access to campus showed that for every three cars
there was one bike. This street had an auto ADT of about 5, 000 and bike ADT of 1, 700. A recent survey on
the A&M campus indicated that 1 out of every 4 students use a bike. This relates to an additional 10,000
potential bike users on city facilities. College Station is "ripe" for the development of new bicycle facilities
and the City is committed to providing them.
Project Benefits -The bike loop project has numerous economic, environmental, and social benefits. The
current substandard design of the two-way bike lane on George Bush Drive is a potential liability to the City.
Replacing this substandard design with 1-way lanes on both sides of the street as part of this project could
potentially save the City millions. The culvert crossings under busy city streets and bridges crossings over
creeks greatly improve the project's safety which in tum can be translated into an economic benefit Other
economic benefits include linking residential areas with major commercial areas, easing parking problems,
and improving the City's image as a bicycle friendly community. The bike loop will enhance and increase
bike use and therefore improve environmental conditions. Bikes make little noise and for every 100 miles
travelled by bike instead of a car approximately 96 pounds of pollutants are removed from the air. The
project will enhance the quality of life in College Station and offer social benefits by providing bike access
between residential areas, city parks and a community amphitheater.
B. COMMUNITY INVOLVEMENT. Provide evidence below of comrnunitY involvement and
public participation in project development. Include a description of any opportunities for public
participation in the process of selecting candidate projects.
The City of College Station adopt~d standards for bikeways in .1.992 after results of a city-wide survey
showed overwhelming support for b1keways (70% positive) and w1ll1ngness to pay for them (67% positive).
City staff then developed a draft Bikeway Master Plan which was accomplished over a six month period. A
bikeway "Focus Group" was developed to review and discuss the draft plan. The Focus Group included represe~tatives tror:n the City of Colle!;Je Station, the City of Bryan, Texas A&M University, the TXDOT, the
Texas Bicycle Coal.1tion, the A&M Cycling Team, the Col[ege Station Independent School District, the Parent
Teacher Organization, and the local traffic engineering community. This group recommended revisions to
the draft plan and along with the city planning staff developed the final Bikeway Master Plan.
Concurrently, as a major step toward implementation, the City Planning, Parks, and Public Services staffs
developed the Bike Loop project The project was presented to and discussed with the above Focus Group.
Bot~ the Master Plan and the f?ike Loop .were presented to the City's Planning & Zoning Commission at a
public meeting whern .they rece1v.ed una.rnmous support and recommendati on for approval. Once approved
by the P&Z Comrn1ss1on, .a public heann!;l was held before City Council where a petition with over 3,000
signatures was p~esent~d 1n .favor .of the B1keway ~aster Plan and the College Station Bike Loop project. (A
local r~staurant in con1unct1on with the Texas Bicycle Coalition was responsible for the petition.) The
Council C'.hambers overflowed as a result of people there to support the Bikeway Master Plan and the Bike.
Loop Project lj1e College ~tation City Council unanimously approved the Master Plan and the-Bike Loop .
proiect along with the associated monetary commitment.
,
I
/
TRANSPORTATION ENHANCEMENT PROGRAM
Page 5 of 10
NOMINATION
FORM
E. CONSTRUCTION INFORMATION. It construction will be required, briefly discuss
below how it will be accomplished. lndude cost estimates.
The Bike Loop project will involve a number of "subprojects" that will be undertaken concurrently.
Development of the bike paths and bike path under-crossings will be the primary construction
activities. Approximately 4.1 miles of 10 feet wide concrete bike paths will be constructed at an
estimated cost of $584,000 which accounts for about 44% of the total project cost. Three bike
path under-crossings will be constructed at an estimated cost of $238,000. Two of the three
under-crossings can use existing box culvert structures while the third will require installation of a
new box culvert. The bike path under-crossings make up about 18% of the total project cost.
Other construction activities include installation of seven bike path bridges and striping and
signing of approximately 3.8 miles of bike lanes. The bridges, made of corten steel, come
completely prefabricated and will be set in place with a crane. Their estimated cost is $194,000
which is approximately 14% of the total project cost. The cost to install the bike lanes is estimated
at $27,000 which is about 2% of the total project cost. The remaining 22% of the estimated
$1.348 million total project cost will be for right-of-way acquisition, engineering design, and
contingency.
All striping, engineering design, and construction work will be contracted out. The City College
Station will provide project management and construction inspection services.
F. FACILITY OPERATION AND MAINTENANCE PLAN. Rot.Jtine, . .operations and
maintenance costs are not allowable enhancement costs. If a facility is being
proposed, discuss below how It will be operated and maintained. The plan will identify all parties
responsible for operation and maintenance. Estimate the annual cost to maintain said facility,
describe the source of those funds, identify expected annual gross income from the facility. if any,
and describe the intended use of that income.
The College Station Bike Loop will be a free public access bikeway system that will generate no
income. The care and maintenance of the bikeway system will be the responsibility of the Public
Services Department and the Parks and Recreation Department. These two city departments are
currently entrusted with similar maintenance activities.
Maintenance activities such as mowing, edging, trash pick-up and sweeping will be shared and
the responsibility of both departments. In addition, the Public Services Department will be
responsible for bike path concrete repair, bike lane restriping and resigning, and ensuring that all
bike path crossings through box culverts are safe and clean at all times. The City's Parks and
Recreation Department will have the additional responsibility of bridge maintenance and safety.
The estimated annual maintenance cost of the College Station Bike Loop is $125,000. A large
majority of this-cost is box culvert maintenance. The College Station City Council approved
monetary commitment for project maintenance. If the Bike Loop project is selected by the
Highway Commission, the $125,000 annual maintenance cost will be included in the annual.
operating budgets of the Public Services and the Parks Department for future years. Many of the
maintenance duties associated with the project can be covered under current city maintenance
programs.
' I
~ 0 a: <(
? N 0 ... II) N c u w ....,
0
0:: ~
CITY OF BRYAN
)
.{:'__r~-~L.,-_L-t-~L
WELLBORN ROAD
--I
ffl OITY CW O()I1 WW 8T.ATJ0lf
COLLEGE
STATION
BIKE LOOP
PRELIMINARY
Statewide TranaportaUon.
En.hanoemen.t Program
Legend:
Bike Path
• - -Bike Lane
•
D
I.
Bike Route
New Bridge
Box Culvert
Crossing
Crosswalk Signal
City Park
0._ ________________________________________________________________________________________________ ._ ____________________________ __,
~ Cl 0.: < ? N 0 .... "' N c u w ...,
0 Cl:'. ~
CITY OF BRYAN
)
.{"_,._ -..--1--..-_L--+----t_
WELLBORN RQW
--I
<ftlf OlTT cw OQI I ... 8'1'.ATIOH
COLLEGE
STATION
BIKE LOOP
PRELIMINARY
Statewide Tranaportation.
En.han.oemen.t Program
Legend:
Bike Path ---Bike Lane
Bike Route
• New Bridge
D Box Culvert
Crossing
I::. Crosswalk Signal
City Park
0 ._ ____________________________ .... __________________________________________ ..... ______________________ ._ ____________________________ .....
J
TEXAS TRANSPORTATION COMMISSION
_V_AR~I_o_o_s~~~~~~~~~~county MINUTE ORDER
'
Page 1 of 4 Pages
District VARIOUS
WHEREAS, Title 23, United Statee code, section l33{d) (2), and
section 160(e)(2), and Section 101S(d)(2) of the Intermodal Surface
Transportation Efficiency Act of 1991 (!STEA) require that ten percent
of certain funds apportioned to a state pursuant to Title 23, United
States Code, Section 104(b)(3) be used for transportation enhancement
activities; and
WHEREAS, the Texas Transportation Commission (the Commission)
by Minute Order 102922, dated November 30, 1993, established Category
4B, Texas Statewide Transportation Enhancement Program, of the Project
Development Plan to be developed, monitored, and approved by the
commission; a.nd
WHEREAS, pursuant to Title 43, Texas Administrative Code (TAC),
Section 11.203 , a 90 day call for nominations of candidate projects
was published in the Texas Register August 6, 1993; and
WHEREAS, a total of 339 nominations were receiv ed by the Texas
Department of Traneportation (the Department) and were evaluated for
eligibility and technical standards pursuant to Title 43, Texas
Administrative Code, Section 11.200 -11.205; and
WHEREAS, each project determined eligible was scored by the
Transportation Enhancement Project Evaluation Committee (TEPEC); and
WHEREAS, pursuant to Title 43, Texas Administrative Code,
Section 11.204, Department staff recommends to the commission a program
of 108 candidate projects shown in Exhibit A, e ach project being
recommended for selection baaed on:
(A) the list of all eligible candidate projects and scores
provided by TEPEC, together with any comments or
recommendations included in TEPEC'B resolution;
(8) other issues relevant to consideration of any candidate
project for funding, including:
'' II c
J
TEXAS TRANSPORTATION COMMISSION
_VAR~_I_o_u_s~~~~~~~~~~county MINUTE ORDER Page 2 of 4 Pagea
District VARIOUS
' I
/.
"'\
(i} policy matters;
(ii) consistency of the candidate project with the etatewide
long-range transportation plans;
(iii)
(iv)
( v}
(vi)
(vii)
the candidate project's benefit-cost ratio, calculated t
dividing the project score by the project's estimated
coat;
the priority ranking assigned the candidate project by
the nominating entity;
evidence of public support for the candidate project;
evidence of the commitment of project sponsors to provic
more than the minimum required non-federal share of
allowable project costs and their ability to do so;
an evaluation of proposed proj acts indicat.ing the extent
to which each project ·will meet accepted standards as
established by applicable law and by accepted
professional practice; and
(viii) the views, comments, and certifications, if any, of a
Metropolitan Planning organization or a governing body c
a city or county;
(C) the potential benefit to the state of the candidate project; a;
(D} the impact of the candidate project on the economies of each
county and/or municipalities in which the project ia to be
located.
I
TEXAS TRANSPORTATION COMMISSION
_V~AR~I_O_U_S~~~~~~~~~-County MINUTE OR;DER Page 3 of 4 Pages
District VARIOOS
'1
NOW, THEREFORE, IT IS ORDERED that, baaed upon the rationale
for selection of each project as shown in Exhibit B, the Executive
Director is hereby authorized to pr?ceed in the moat feasible and
economical manper with any neceeaary agreements required for the
development arid construction of the projecte ehown in Exhibit A, with
programm.lng in Category 4B of the 1994 Project Development Plan at the
estimated amounts shown on Exhibit A; and
IT IS, HOWEVER, UNDERSTOOD THAT
1. only the items and their associated coat determined
eligible for the Transportation Enhancement Program
funds as identified by the Intermodal Surface
Transportation Efficiency Ac~ of 1991 and Title 43,
Texas Administrative Code , sections ll.200 -12.205,
and verified by project development will be eligible
for the Transportation Enhancement Program.
2. Prior to authorizing any funds or the performance o!
any work for projects selected that all appropriate
local agreements identifying responsibilities and
escrow amounts mu~t be executed between the Department
and the appropriate local entity.
3. The Department will administQr the development,
contracting~ construction, and management of projects
approved by this action in accordance with applicable
contracting statutes and Title 43, Texas Administrative
Code, Section 11.205. Approved projects will be
developed to encourage public input and involvement
consistent with the Department's established public
involvement procedure.
4. All administration, development, engineering and
contingencies, design, and construction coats incurred
by the Department ~ill be charged to each respective
project.
J
TEXAS TRANSPORTATION COMMISSION
_VAR~_I_o_u_s~--~----~--~~~county MINUTE Otll>ER Page 4 of __!_Pages
District VARIOUS
5. For each project shown in Exhibit A and verified as eligibl
by project development that the federal funds shown in
Exhibit A must be matched by a minimum of 20% by local
dollars. Any expense incurred over and above the federal
funds shown in Exhibit A for administration, development,
engineering and contingencies, design, and construction mu e
be paid by the project sponsor.
6. Prior to authorizing any funds or the performance of any
work for projects selectad by the Commission the project
must be added to the Transportation Improvement Plan by the
respective Metropolitan Planning Office and added to the
State Transportation Improvement Plan by the Department.
7. If the project sponaor or nominator withdraws support for c
apprdved project the federal funds committed by the
Commission for th&t project will revert back to subsequent
enhancement program calls.
Minute Number
Date Passed
J
' .'>-
STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM .
EXIIlBIT A
PROJECT PROJECT NAME . TOTAL LOCAL FEDERAL
FILE PROJECT MATCH FUNDS
NUMBER COST ($) AUTHORIZED
806.FW.TR.0054 FORT WORTH 3494000 733740 2760260
TRINITY RIVER
TRAIL
806.HO.HR.0192 HARRISBURG/ 3027000 606000 2421000
SUNSET RAILS TO
TRAILS
8'J6.BR.MM.0011 · MILAM COUNTY . 614500 127700 486800
,/ COURTHOUSE
" ~ 806.CC.NU.0106 BAY TRAIL HIKE 1835000 367000 1468000
AND YIKE
806.AT.HS.0245 MARSHALL 94000 24000 70000
DEPOT
806.BR.BZ.0199 COLLEGE 1348000 269600 ,. 1078400
STATION BIKE
LOOP
806.AU.BC.0235 OLD BLANCO 450000 90000 360000
COUNTY
COURTHOUSE
806.HO.HR.0189 WEST WHITE OAK · · '2602000 521000 2081000
BAYOU TRAIL
806.MP.MP.0104 CAP ROCK 450000 90000 360000
CANYONS
TRAILWAY
806.SA.BX.0092 HISTORIC SAN 32000000 6400000 14, 168,000
ANTONIO
MISSION TRAILS
806.WA.ML.0126 WACO 400000 80000 320000
SUSPENSION
BRIDGE
April 28-, 1994 Page I EXHIBIT A
PROJECT PROJECT NAME TOTAL LOCAL FEDERAL
FILE PROJECT' MATCH FUNDS
NU MBER COST ($) AUTHORIZED
806.WF.C0.0005 GAINESVILLE 821075 165000 400000
SANTA FE
RAILROAD
806.0D.PC.0028 FORT STOCKTON 300000 60000 240000
SANT A FE DEPOT
806.PH:CF.0193 HARLINGEN 757300 15.1460 605840
J BIKE/JOGGING
TRAIL
806;AU.TV.0231 COMPREHENSIVE 4781760 1260000 2738037
URBAN TRAIL
SYSTEM
806.DL.DL.0313 KATY 750000 150000 600000
TRAIL/HIKE/BIKE
I TRAIL
,I
806.:.DL.DN.0335 DENTON BRANCH 400000 84000 348000
RAILS TO TRAILS
806.HO.HR.0182 MEDICAL 5114000 1023000 4091000
CENTER/GREEN-
WAY GALLERIA
806.SN.TG.0254 SAN ANGELO 1080025 216005 : 864020
SANT A FE DEPOT
806 .TX.TX.0019 TX HISTORIC 1521168 304233 1216935
SITES (GIS)
DATABASE
806. WA.BL.0012 HISTORIC 1389400 277880 1111520
BELTON-BELL
COUNTY
COURTHOUSE
806.WA.HI.0004 HILL COUNTY 8534046 1706809 3000000
COURTHOUSE
806.SA.KE.0006 BOERNE 130350 26070 104280
CORRIDORS
806.DL.C/1.0295 US 75 & SH 190 1235000 259350 975650
TRAIL
806.FW.TR.0057 RESTORATION OF 1450000 ' 594500 971500
T&P
April 28, 1994 Page 2 EXHIBIT A
\.
PROJECT PROJECT NAME TOTAL LOCAL FEDERAL
FILE PROJECT MATCH FUNDS
NUMBER COST . ($) AUTHORIZED
806.LF.SA.Oi23 MISSION 2543036 508608 2034428
DOLORES
806.0D.MD.0029 MIDLAND DRAWS 200000 40000 160000
HIKE/BIKE TRAIL
806.PH.CF.0120 BOCA CHICA 2500000 500000 1000000
SCENIC
J ACQUISillON
806.SA.CM.0094 REFURBISHMENT 450000 90000 360000
OF FAUST
STREET BRIDGE
806.SA.CM.0095 PEDESTRIAN 50502 10100 40402
WALKWAY@ lST
CROSS
8~.WA.ML.0119 W.MKT (KA TY) 400000 80000 320000
1,\ DEPOT
RESTORATION
806.AU.TV.0223 HISTORIC SOUTH 2806500 1806500 " 1000000
CAPITOL
GROUNDS
806.BR.GM.0015 GRIMES COUNTY 460000 92000 214784
COURTHOUSE
806.DL.DL.0315 TRINITY PARK 3500000 700000 1400000
TRAILS
806.DL.DL.0319 FAIR PARK/CBD 500000 100000 400000
TRAIL
806.EP.EP.0253 EL PASO MISSION 3394025 678805 2715220
TRAIL
806.FW.TR.0044 RIVER LEGACY 1045000 219450 825550
.PARKS TRAIL
806.SA.AT.0031 OSR HISTORIC 87213 17500 69713
HWY. PROGRAM
806. TL.SM.0344 PHASE 1 & 2 RAIL 1690880 440880 1164000
TRAIL
806.FW.JA.0038 FT. RICHARDSON 442838 88567 354271
ST. HIST. PARK
April 28, 1994 Page 3 EXHIBIT A
PROJECT PROJECT NAME TOTAL LOCAL FEDERAL
FILE PROJECT; 'MATCH FUNDS
NUMBER COST ($) AUTHORIZED
806.AU. TV .0222 LAMAR BRIDGE 1401841 448589 953252
PED/BIKE/
FACILITY
806.AU.TV.0233 PFLUGERVILLE 253110 50622 202488
BIKEWAYS
806.BR~BZ.0197 CARNEGIE 621740 124348 497392
J LIBRARY
REHABILIT ATIO
806.CC.GD.0105 GOLIAD HIKE 150000 30000 120000 . HIKE/BIKE/
NATURE TRAIL
806.DL.DL.0312 BERNAL/CANADA 270000 54000 216000
HIKE & BIKE
j 80Q. .. DL.DL.0321 MCKINNEY '10065000 4468000 1000000
-.\ AVENUE
TROLLEY EXT
806.DL.DL.0324 . HOUSTON 6100000 1220000 2000000
STREET VIADUCT
806.FW.TR.0078 N.ELEctRIC 750000 165000 585000
MULTI USE TRAIL ,.
806.HO.GV.0144 TEXAS CITY 735000 147000 588000
TRAILS
806.HO.HR.0181 CBD ACCESS 2808000 562000 2246000
ON-STREET
BIKEWAYS
806.MP.MP.0023 THE GRTTX 500000 100000 400000
COASTAL
BIRDING TRL
806.PA.RR.0002 DEMORSE 100000 20000 56448
RESTORATION
PROJECT
806.PH.HG.0100 EDINBURG 500000 100000 400000
S.PACIFIC
RESTORATION
806.PH.HG.0101 HIKE AND BIKE 1250000 250000 1000000
TR.ALONG
BI CENT
April 28, 1994 Page 4 EXHIBIT A
PROJECT PROJECT NAME TOTAL LOCAL FEDERAL
FILE PROJECT' MATCH FUNDS
NUMBER COST ($) AUTHORIZED
806.PH.SR.0099 ROMA 1438500 287700 679168
RESTORATION
PROJECT "·•i .
806.TL.GG.0339 WALNUT HILLS 235500 47100 188400
LINK BIKE/PED
TRAIL ;
J 806.TX.TX.0020 CO. COURT-397641 83780 313861
HOUSE-DOCU-
MENTATION
806.WF.WC.0116 RIVERWALK 700000 140000 560000
BIKE/HIKE
BRIDGE
806.BW.BR.0009 DEPOT CIVIC & . 2000000 400000 1000000
I CULTURAL
·'· .CENTER
806.FW.TR.0087 BIKE LANES 91258 . 45629 45629
ALONG N.
TARRANT
806.SA.KK0093 HEART OF THE 842490 168498 673992
IDLLS .'
806. TL.SM.0343 TYLER'S COTTON 327646 65530 262116
BELT DEPOT
REHA
806.AU.BP.0242 RENOVATION/RA 750000 150000 400000
BB-MCCOLLUM
BLDG.
806.AU.GL.0237 FORT MARTIN . 313191 62639 250552
SCOTT
806.AU.HY.0225 HA Y.S COUNTY . 4040000 1800000 2240000
COURTHOUSE
806.AU.HY.0227 DRIPPING 20000 4000 16000
SPRINGS COMM.
GARDEN
806.AU. TV .0213 BILLBOARD 146000 44000 102000
INVENTORY
806.AU. WM.0221 GRANGER COMM. 35000 7000 26000
DEPOT/LIBRARY
April 28, 1994 Page 5 EXHIBIT A
'•
PROJECT PROJECT NAME TOTAL LOCAL FEDERAL
FILE PROJECT MATCH FUNDS
NUMBER COST ($) AUTHORJZED
806.BM.CH.0167 CHAMBERS CO. 45000 9000 36000
PHASE 1 GAL.
BAY
806.DL.RW.0301 ROCKWALL 1750000 . 875000 500000
COUNTY
COURTHOUSE
J 806.FW.JN.0049 RENOVATION OF 800000 400000 200000
HISTORJC P.O.
806.FW. TR.0051 THE TRAILS OF 897450 188465 708985
EULESS, PHASE I
806.FW.TR.0061 GRAPEVINE SH 26 680000 150000 530000
PEDESTRlAN TR
80p.HO.HR.0187 EAST BRAYS . 4889000 978000 3911000
/ BAYOUTRAlL
'I
806.HO.HR.0188 WEST BRAYS 5775000 1155000 4620000
BAYOU TRAIL
806.LA. WB.0251 ACQ/PRESERV 250000 50000 200000
BENAVIDES
HOUSE :
806.LF.SA.0260 RELOCATION & 39600 7920 31680
REST. OLD IRON
BR
806.PH.CF.0266 RARE ANTIQUE 25000 5000 20000
ENGINE SHELTER
806.SA.KE.0033 COMFORT 150000 30000 132000
RAILROAD &
HERITAGE .
806.TX.TX.0021 RECORDATION & 422411 · 84482 337929
REPAIR OF TX
MARKERS
806.TX.TX.0022 OUTDOOR 280159 57692 222467
SCULPTURE
CONSERVATION
806. YK.GZ.0129 GONZALES 200000 40000 160000
ALTERNATE
TRAN. ENHAN
April 28, 1994 Page 6 EXHIBIT A
.} .
PROJECT PROJECT NAME TOTAL I LOCAL FEDERAL
FILE PROJECT MATCH FUNDS
NUMBER COST ($) AUTHORIZED
806.DL.DL.0333 REHABILITATION 5315500 1063100 2126200
OF MONROE
SHOPS
806.FW.TR.0041 LANDSCAPING 92000 19320 72680
ON SIX FLAGS DR
806.TL.CE.0341 TEXAS STATE 2500000 500000 2000000
J RAILROAD
806.AU.GL.0219 LADY BIRD 31962 6392 25570 . JOHNSON PK
BEAUTIF
806.AU.TV.0240 AUSTIN 1026634 205327 821307
CONVENTION
CENTER/
I
806.DL.C#.0292 PRESTON RIDGE 307000 70000 237000
it ' TRAIL PROJECT
806.DL.C#.0298 ROWLETT CREEK 360000 75600 284400
TRAIL
806.DL.KF.0304 RESTORATION 297028 241028 56000
TRAIN DEPOT :
FREIGH
806.FW.JN.0039 HERITAGE 20000 4000 16000
CENTER
806.FW.TR.0045 FISH CREEK 450000 94500 355500
LINEAR PARK
ACQUIS
806.FW.TR.0056 BICYCLE 57000 23370 33630
TRANSIT
NETWORK
806.FW.TR.0062 GRAPEVINE 110000 40000 70000
SECT.FOREMAN'S
HOUSE
806.HO.HR.0142 BELLAIRE BLVD 200000 40000 160000
BEAUTIFICATION
806.HO.HR.0149 TOMBALL 100000 25000 75000
RAILROAD DEPOT
Arri! 28, 1994 Page 7 EXHIBIT A
PROJECT PROJECT NAME TOTAL LOCAL FEDERAL
FILE PROJECT ' MATCH FUNDS
NUMBER COST ($) AUTHORIZED
806.HO.HR.0154 BAYTOWN GOOSE 1404500 280900 1123600
CREEK STREAM
ENH
806.HO.HR.0166 BATTLEGROUND 125000 25000 100000
AT DEERPARK
806.HO.MQ.0152 MAGNOLIA 154700 32000 122700
J STATION
806.LF.NA.0257 FREDONIA 212875 42575 170300
STREET
REHABILITATION
806.LF.PK.0261 POLK COUNTY 200000 40000 160000
COURTHOUSE &
ANNEX
8ci.LU.LU.0017 BROADWAY 3360000 672000 1625704
•\ STREETS CAPE
806.MP.MP.0091 REG. RSCH. 134696 26940 107756
PREHIST.ARCH.
806.PH.HG.0122 PRESERVATION 60000 12000 48000
OF SHARY BLDG
806.WA.ML.0127 UNIVERSITY 950000 190000 760000
PARKS TRAIL
806.WF.WC.0112 HOLLIDAY 240396 48080 192316
CREEK PED/BIKE
TR.AIL
806.PH.CF.0265 ACQ/RESTORA 300000 60000 240000
CHAMPION
BUILDING
806.YK.CD.0203 COLORADO 250000 50000 200000
RIVER INTERPRE.
SITES
TOTAL COSTS 165978046 39927843 $94714632
April 28, 1994 Page 8 EXHIBIT A
..
EXHIBIT B
RATIONALE FOR SELECTION OF PROJECTS
AS LISTED IN EXHIBIT A
Pursuant to Title 43, Texas Administrative Code, § 11.204, The Commission has
considered all relevant data and has selected for development those projects listed in
Exhibit A, based upon the rationale for each selection as follows:
Fort Worth Trinity River Trail (FW.TR.0054)
This project would add approximately six miles of trails to the existing 15 miles of
trails. These trails are currently used primarily for recreation. Through a public
relations plan, the City of Fort Worth will be encouraging the use of the trails for 'Short
distance trips and commuting. Tarrant County is an air quality non-attainment area,
and this effort should help in the reduction of traffic congestion and vehicular
emissions.
Harrisburg/Sunset Rails to Trails (HO.HR.0192)
This project is a part' of the Buffalo Bayou East Sector Redevelopment Plan, and
includes the creation of a heritage trail to connect a variety of sites. The
Harrisburg/Sunset trail will use abandoned railroad corridors to create hike and bike
trails with intermodal connections to Houston Metro, as well as connections to
elementary schools and other community destinat-ions. Both neighborhoods include
heavy users of transit, and these trails will expand this network, serving. to reduce
traffic congestion and vehicular emissions.
Milam County Courthouse {BR.MM.0011 l
This project will restore the roof, clock tower and "Goddess of Justice" statue of the
1892 courthouse which were removed during the 1930s. Through this restoration,
much of the beauty of this historic courthouse will be revived, and tourism
opportunities will be increased because of the visual enhancement. Exterior
renovations to this important historic structure will heighten the experience of the
traveling public in Milam County.
Bay Trail Hike/Bike (CC.NU .0106)
This project provides a 17-mile bike and pedestrian way, from the Bayfront Barge
Dock, through Texas A&M at Corpus Christi, to Flour Bluff at the Naval Air Station
north gate. This bicycle and pedestrian way will allow for greater bicycle and
pedestrian movement of commuters and recreational users, thus promoting alternate
transportation modes.
Marshall Depot (AT.HS.0245)
The restoration of this historic transportation facility will serve a number of
transportation · uses, including transit operations for Marshall as well as AmTrak
service through Marshall. The depot has been, and will continue to be, the focus of
year-round community events which positively impact the local economy. The
renovations planned for the depot will also improve the visual nature of the
surrounding neighborhood.
College Station Bike Loop (BR.BZ.0199)
This project provides for seven miles of bike paths, and designated bicycle lanes and
routes. Connection is provided to Texas A&M, a substantial focus of bicycle
commuting in the area. This project could decrease substantial traffic delay and
parking problems at the University. Other links are planned for a re'gional mall, city
parks, and the AmTrak station. The project promotes an efficient and safe alternate
transportation mode.
Old Blanco County Courthouse (AU.BC.0235)
This project provides for the restoration of an historic courthouse. The courthouse,
originally built in 1885, will be restored for use as a visitors' /discovery center which
will enhance the experience of the general traveler as well as provide additional tourist
dollars for Blanco County.
West White Oak Bayou Trail (HO.HR.0189)
This project provides for a bikeway corridor which links major thoroughfares with
neighborhoods. The project will also provide connections to an elementary school,
parks, and other community sites. Pedestrian bridges will improve safety, and the
entire project will facilitate bicycle commuting. This pedestrian and bicycle corridor
Exhibit "B"
Page 2 of 25
provides for alternate methods of transportation, reducing traffic congestion and
emissions.
Caprock Canyons Trailway (MP.MP.0104)
This project will convert a 65-mile stretch of abandoned railway corridor to a multi-use
transportation facility. It will provide opportunities for alternative transportation
through the southeast corner of the Texas Panhandle as well as preserving an historic
transportation corridor.
Historic San Antonio Mission Trail (SA.BX.0092)
This project enhances the experience of the traveler·and increases appreciation of the
local and regional cultural heritage in the San Antonio area, the most popular tourist
destination in Texas. The increased tourism potential o.f the project also offers
statewide benefits. In addition to the historic and tourism potential of the project, it
will encourage multi-modal transportation in the San Antonio urban area, and provide
for enhanced pedestrian and bicycle access to the historic San Antonio Missions.
Waco Suspension Bridge (WA.ML.0126)
This project will provide for structural repairs to this extremely significant historic
bridge, which is considered a showpiece in Waco because of its appearance and its
historical significance. Ornamental lighting will be enhanced in order to prevent
vandalism. The bridge currently provides a pedestrian crossing of the Brazos River.
Maintaining this important historic resource will continue to increase the potential for
tourism in Waco and amplify the experience of the traveling public, both in actual use
of the bridge and in viewing it from other vantage-points.
Gainesville Santa Fe Railroad (WF.C0.0005)
This project will renovate 'the historic railroad depot, a significant transportation
facility, providing for a close approximation of the original look of the depot. The
depot currently houses a museum, and is set up for AmTrak service (currently
discontinued). The city of Gainesville considers this renovation to be consistent with
the long-term transportation history including the stage routes which went through
Gainesville. Exterior renovation will enhance the traveler's visual experience in
Gainesville as well as increase tourism potential.
Exhibit "B"
Page 3 of 25
Fort Stockton Santa Fe Depot (00.PC.0028)
This project is located in a promif)ent location in Fort Stockton, and would restore this
historically significant property: This depot will be used as a visitors' information
center which will directly benefit the general user of the intermodal transportation
system. Improvements to the exterior of the depot will improve the travelers' visual
experience of Fort Stockton.
Harlingen Bike/Jogging Trail (PH.CF.0193)
This trail, extending along the Arroyo Colorado, will provide intermodal linkages from
Business 77 and U.S. 83 (connect five parks and provide access to over three miles
of fresh water streams). In addition, there are commuter transportation opportunities
because of the access to many residential neighborhoods. This project will be the
basis for a greater network of pedestrian trails in Harlingen, reducing vehicular
dependence and congestion.
Comprehensive Urban Trail System (AU .TV .0231 l
This project will extend and improve the existing 24-mile trail system in the urban core
of Austin, to the point where it will function as an alternative transportation system.
Gaps in the existing system will be filled, in order to provide effective alternate
commuter routes. Development of an effective pedestrian and bicycle system will
reduce vehicular congestion and emissions.
Katy Trail Hike/Bike Trail (DL.DL.0313)
This project will preserve an abandoned railway c6rridor for multi-use transportation,
commuting and recreational purposes. The trail will provide alternative transportation
opportunities from downtown Dallas and the Stemmons industrial area. The trail will
parallel U.S. 75. This project should assist in efforts to reduce vehicular emissions in
the Dallas air quality non-attainment area through reducing vehicular congestion.
Denton Branch Rail/Trail (OL.DN.0335)
This project will preserve · an abandoned railway corridor and convert it to use as a
pedestrian and bicycle facility. Existing trestle bridges.will be preserved, and a historic
depot will be relocated adjacent to the trail. The trail will parallel the IH 35 corridor
and will provide an alternative transportat!on route for this congested area.
Exhibit "B"
Page 4 of 25
Medical Center/Greenway/Galleria Bikeways (HO.HR.0182)
This project is included in the Houston Bikeway Plan, and plans bikeways for areas
within a five mile radius of the Texas Medical Center, Greenway Plaza, and the
Galleria. All three of these areas are substantial employment centers. Bicycle
commuting will help Houston reduce vehicular emissions, and this project will assist
in that effort.
San Angelo Santa Fe Depot (SN.TG .0254)
This project will restore a significant transportation facility, the historic Santa Fe
Depot, as well as provide a transportation use as a bus terminal. The depot will also
be used for civic government functions as well as other functions that are in keeping
with the original character, intent and use of the property.
Texas Historic GIS Database (TX.TX.0019)
This project provides for development of a comprehensive database of historic
resources throughout Texas. This database will allow for better resource management
and will serve as an excellent statewide resource planning tool for archaeological and
historic resource planning and development.
Historic Belton-Bell County (WA. BL.001 2)
This project will restore a 125 foot high clock tower which was removed during the
1930s and the 1950s, as well as restore the roof to what approximates its original
state. Enhanced sidewalks, landscaping and lighting will also be provided in the
downtown Belton area, in order to spur development and tourism. In addition, a
sedimentation pond will be provided to filter pollutants from stormwater r.unoff. The
project will restore an important visual and historic element in Belton and provide an
environmental benefit as well.
Hill County Courthouse (WA.Hl.0004)
This project will restore an historic county courthouse which was partially destroyed
by fire in 1993. The courthouse, which was built in 1890, housed county
government until the fire. This reconstruction and restoration will allow this
historically important courthouse to be returned to its original function, and will
enhance the appearance of downtown Hillsboro. Visitors to Hillsboro will benefit from
Exhibit "B"
Page 5 of 25
a greatly enhanced visual experience, and an important symbol will be restored to the
community, the county, and the region ..
Boerne Corridors (SA.KE.0006)
The Boerne area is a popular destination for hikers ·and bikers because of the Hill
Country. This project will encourage alternative modes of transportation while
preserving an abandoned transportation (railway) corridor. The project will also open
up areas of Boerne to non-vehicular traffic, and thus, reduce vehicular traffic
congestion .
US 75 & SH 190 Recreation Trail (DL.C#.0295!.
This project will provide a trail linkage under US 75, which will link the existing Renner
Trail with the existing Spring Creek trail, and east Richardson with west Richardson.
The trail will parallel Spring Creek and will link up with the proposed Plano River Walk
located north of Collin Creek Mall. Short commuter and shopping trips can be more
easily accomplished, either by pedestrian means or by bicycle, and some vehicular
congestion and emissions may be reduced.
Restoration of T&P (FW.TR.0057)
The Texas Pacific Railroad depot, in the southern section of downtown Fort Worth,
is planned as a intermodal transportation center. This project will restore the depot
to its original state, and will return the depot to a transportation use. The depot will
become the Fort Worth hub of Rail Tran, AmTRAK, and the center of Fort Worth bus
transit service. There will also be intermodal connections for bicycles, including bike
racks on buses. When completed, it wilt be the ffrst center of its type in Texas.
Mission Dolores (LF.SA.01231
This project will restore Mission Dolores, which is listed on the National Register of
Historic Places. A visitors' center will be provided, focusing on the Native American
and Spanish cultures which have greatly influenced San Augustine. The Mission
Dolores project also includes investigations into the history of the Old San Antonio
Road in the area. The project should enhance the economy through increased tourism
in the area. Facilities provided by the project will enhance the traveler's experience of
historic San Augustine and Mission Dolores.
Exhibit "B"
Page 6 of 25
Midland Draws Hike/Bike Trail (00.MD.0029)
This project will extend hike/b_ike trails along Midland drainageways, in order to
increase non-vehicular access.· This project is a pilot project, with the hopes of
extending these multi-use trails in Midland. Environmental enhancements, including
wetland creation, linear ponds and slope stabilization are also included, making this
project unique. Creation of the hike/bike network will result in decreased vehicular
congestion and emissions.
Boca Chica Scenic Acquisition (PH.CF.0120)
This. project provides for the acquisition of property that is of the highest
environmental quality in Texas. The property is home to a, variety of threatened and
endangered species as well as a natural and undeveloped beach . This area is
becoming increasingly developed, and this project will ensure that this property is
retained as open space, providing a unique scenic and environmental benefit to the
state and enhancing the appreciation of the traveller to the area.
Refurbishment of Faust Street Bridge (SA.CM.0094)
This project proposes to restore a rare and significant historic bridge, that has been
out of service for many years. The bridge will be retained at its original site, and will
be reopened for pedestrian and bicycle use. The project will prdvide an enhanced
experience for the user of the transportation system, while also · encouraging
pedestrian and bicycle modes of transportation.
Pedestrian Walkway at 1st Crossing (SA.CM.0095)
This project provides additional pedestrian access to the Guadalupe River,.the site of
substantial recreational activity in New Braunfels. It will provide the growing number
of pedestrians a safe walkway, and should improve the flow of vehicular traffic as
well. Temporary toilet facilities will be provided during the peak tourist season. The
project should reduce vehicular congestion.
Katy Depot (West) Restoration (WA.ML.0119)
This project will rehabilitate the historic depot in a historical park setting. Th_e depot
will be used as visitors' center, museum and public meeting room. The park and the
Exhibit "B"
Page 7 of 25
depot will become a useful part of West's civic celebrations and activities, increasing
tourism potential and enhancing the experience of the traveller. ··
Historic South Capitol Grounds (AU.TV.0223)
The State of Texas is currently undergoing the most comprehensive restoration of any
state capitol in the nation. This project will complement the restoration activities by
renovating and restoring 27 acres of the original South Capitol grounds, which are
included with the Capitol in the National Register of Historic Places. Appreciation of
the Capitol and its grounds by the traveller will be increased, as will tourism potential.
Grimes County Courthouse (BR.GM.0015)
This project provides for the renovation and restoration of the Grimes County
Courthouse, which is a part of the Anderson National Register Historic District.
Extensive exterior work will be done to restore the building to its former appearance.
Grimes County considers the courthouse to be an important part of its environment,
and as such strongly supports this work. Appreciation of this important historic
landmark will be increased, as will its tourism potential.
Trinity Park Trails (OL . DL.031 5 l
This project w ill provide a trail extending through Trinity Park which will link adjoining
residential neighborhoods and the Central Business District of Dallas. In addition; .the
trail will provide pedestrian access to large municipal concerts and events which occur
in the park. By constructing this project, vehicular congestion and emissions in the
Dallas air quality non-attainment area can be reduced.
Fair Park/CBD Trail (OL.DL.0319)
This project will construct a trail linking the Fair Park area of Dallas with the Central
Business District. The trail will extend two miles to Gaston Avenue and will utilize an
abandoned railway corridor. The City of Dallas plans it to be a commuter trail, to
reduce traffic congestion and to reduce vehicular emissions in the Dallas air quality
non-attainment area.
Exhibit "B"
Page 8 of 25
El Paso Mission Trail (EP.EP.0253)
This project provides for four separate projects linked by the mission trail theme, as
well as involving Old Socorro Rbad; which is rich in archaeological sites adjacent to
it. The project offers the El Paso area an opportunity to develop an important regional
segment of an historic trail system that once linked mission dwellers and settlers with
destinations in Mexico, New Mexico, and beyond. Appreciation for local and regional
cultural history by the visitor will be increased and the tourism potential of the area
will be enhanced.
River Legacy Parks Trail (FW.TR.0044)
This project involves the extension of the existing River Legacy Trail, and will link the
trail with S. H. 360, for a total extension of five miles. There is also a link to FM 14 7
involved, which provides a link to another major thoroughfare. This project has the
potential to reduce vehicular congestion and emissions in the Fort Worth air quality
non-attainment area.
OSR Historic Highway Program (SA.AT.0031 l
The Old San Antonio Road (OSR) has been identified by Scenic America as one of the
nation's 20 most important national scenic byways. Scenic America has also
identified the OSR as one of the ten most endangered scenic byways, as the
educational value and identity of the route is being lost. This project will provide
planning, design and development activities along the route in Frio, Atascosa and
Medina Counties and will assist in the preservation of the route. Traveller and visitor
appreciation of the local and regional historic heritage will be increased.
Phase 1 &2 Rails[frails (TL.SM.0344)
This project will use an abandoned railway corridor to link Tyler and Bullard. The trail
is planned to have signs, security phones, bollards at crossings, and some pavement
and lighting. In addition, a trail head and rest area will be provided. Eventually, the
trail is planned to link with other trails in the area. Enhanced pedestrian and bicycle
facilities will promote development of these alternate modes of transportation.
Exhibit "B"
Page 9 of 25
Ft. Richardson State His. Park (FW .JA.0038)
This project will provide for approximately 11 miles of hike and bike trails within the
Ft. Richardson State Park, and will be done in conjunction with a separately funded
effort to provide additional campsites and other amenities. The project should
substantially increase recreational tourism, a goal of the City of Jacksboro. Enhanced
facilities for pedestrians and bicycles would aid in the promotion of these alternate
means of transportation.
Lamar Bridge Pedestrian/Bike Facility (AU.TV.0222)
This project will enhance the usage of the Town Lake Hike/Bike trail, a heavily used
facility in Austin. Currently, pedestrian traffic along the bridge is not safe, and the
pedestrian facility will provide a safer crossing, as well as increased access to a
variety of popular Austin recreational and entertainment locations. This project will
encourage multi-modal transportation in this area of Austin, reducing vehicular
congestion and emissions.
Pflugerville Bikeways (AU.TV.0233)
This project would link Gilliland Park and Railroad Avenue, including a·grade separated
underpass at FM 685, providing opportunities for bicycle transportation in the
Pflugerville area. In addition, the historic Dessau Road bridge will:be relocated to
Gilliland Park for its preservation. The bridge will be used for pedestrian access, thus
returning the bridge to its original function.
Carnegie Library Rehabilitation !BR.BZ.0197)
This project involves renovating the oldest remaining Carnegie library in Texas. The
building is located adjacent to a trolley route of the Brazos Transit Service-in Bryan,
and will be a part of other revitalization efforts in the area. The building, currently in
disrepair and unused, will be renovated to serve as a tourist information center,
providing for an enhanced visitor experience and increasing tourism potential.
Goliad Hike/Bike/Nature Trail (CC.GD .0105)
This project will provide pedestrian and bicycle access to several historic sites along
the San Antonio River in Goliad. Goliad is a popular tourist area in south Texas, so
this project will enhance tourist opportunities as well. In addition, the project sponsor
Exhibit "B"
Page 10 of 25
will be using recycled plastic lumber, which is environmentally as well as technically
sound since the lumber will better withstand the wear and tear of pedestrian traffic.
Bernal/Canada Hike/Bike (DL. DL.0312)
This project will provide a link for several existing parks through a greenbelt. One
terminus is the West Dallas public housing project, and the other terminus is a link
with Trinity Park. The trail will provide access to schools and residences as well as
to the parks. This project should assist in reducing vehicular emissions in the Dallas
air quality non-attainment area.
McKinney Ave. Trolley Extension (DL.DL.0321 l
This project will provide an enhancement to the McKinney Avenue trolley system.
The West End of downtown Dallas has many businesses, restaurants and tourist
activities. This project should provide some measure of congestion relief in that area,
increase visitor appreciation, and increase the tourism potential.
Houston Street Viaduct (OL.DL.0324)
This project will rehabilitate elements of a bridge included in the National Register of
Historic Places. The bridge is still in use, and this restoration and rehabilitation will
ensure the bridge's continued viability as transportation carrier in Dallas. Additionally,
cosmetic restoration will improve the appearance of the structure, and will also
prevent continued deterioration.
N. Electric Multi-Use Trail (FW.TR.0078)
This project will provide a trail for pedestrians and bicycles, and will complement
existing trails and trails under construction. Access will be .provided to local business
and neighborhoods, and eventually the trail will link to a regional mall. The area
serving the trail currently experiences substantial traffic congestion, and the trail
should assist in the reduction of vehicular emissions in the Fort Worth air quality non-
attainment area.
Exhibit "B"
Page 11 of 25
Texas City Trails (HO.GV.0144)
This project will provide for a 2 J ,OOO..,linear foot greenbelt corridor, varying from 30
to 100 feet in width, through' the Texas City central activity center, parks, and
neighborhoods. The trail will consist of a six-to eight-foot wide surfaced hike and
bike facility which will provide linkage to two highways. Covered rest shelters, some
lighting and other amenities will also be provided. Texas City is within the Houston
air quality non-attainment area, and as such, vehicular emissions should be reduced.
This project would assist in that effort.
CBD Access On-Street Bikeways !HO.HR.0181 l
This project is planned to provide additional bicycle commuting opportunities in the
Houston CBD. It consists of linking bike paths through downtown, as well as
providing for new on-street lanes. Given Houston's status as an air quality non-
attainment area, this project should assist in efforts to reduce vehicular emissions by
encouraging bicycle commuting.
The Great Texas Coastal Birding Trail (MP .MP .0023)
Texas currently has a coastal highway system which can be· used to promote eco-
tourism, by linking approximately 50 known birding sites. Each site will be marked
with a sign and map. There will also be an interpretive guide for the trail, which could
be used by both Texas and national birders. The project will enhance the experience
of the travelling public.
DeMorse Restoration Project (PA.RR.0002)
This project would restore this Clarksville home, which is listed on th.e National
Register of Historic Places. The restoration would include exterior renovations as well
as some landscaping. Upon renovation, the DeMorse home will be open for monthly
tours, and will also be used for holiday and special events, serving as a community
resource and a tourist attraction.
Edinburg Southern Pacific Depot Restoration (PH.HG.0100)
This project would restore a historic transportation facility, the Southern Pacific Depot
in Edinburg, which has been vacant for ten years. The depot is currently in a state
Exhibit "B"
Page 12 of 25
of disrepair because of vandalism. When the renovation is complete, the depot will
be used as a visitors' center that will include a historic train exhibit. Ultimately, the
depot may eventually be used for railroad traffic with the development of a tourist
train in the Rio Grande valley. ·
Hike/Bike Trail along Bicentennial (PH.HG.0101 l
The McAllen area currently has a thriving community of bicyclers .. This trail would
enhance existing trails and provide more efficient multi-modal linkages along the route.
The project also offers scenic beautification benefits through xeriscaping and
traditional landscaping.
Roma Restoration Project (PH.SR.0099) ,
This project will restore nine properties in the Roma National Historic Landmark
District, and will be a part of the Los Caminos del Rio Heritage Project. Roma was
founded in 1765 and was an important Rio Grande shipping port. Included in the
restoration is a transportation and landscape plan to integrate elements of the multi-
modal transportation system.
Walnut Hills Link Hike/Bike Trail (TL.GG.0339)
This project would use an abandoned railway corridor and a creek bed to connect a
new trail with an existing trail. The trail would provide a link with several streets, and
is a part of the City of Longview's long-term plans to create a trail system. Creek
beds are used to preserve floodplains from intensive development, and to promote
non-polluting modes of transportation.
County Courthouse Documentation (TX.TX.0020)
This project will provide documentation for 50 historic county courthouses, to ensure
that this important public building type will be preserved. The project will benefit not
only statewide historic preservation data bases, but will also benefit local
governments by providing information on continuing preservation ideas. Courthouses
are often integral in providing a commun.ity's identity, and still serve an important civic
function. They serve as important local and regional landmarks and enhance the
experience of the travelling public.
Exhibit "B"
Page 13 of 25
Riverwalk Hike/Bike Bridge (WF.WC.0116)
This project involves moving a 1910 bridge to a new location in Wichita Falls, in order
to link two bicycle trails, as well a$ linking a multi-purpose Events Center to be
developed in the future. The project will encourage tourist access, access to current
users of the trail system, and will encourage bicycle traffic through easier access.
Depot Civic & Cultural Center (BW.BR.0009)
This project will restore an historic depot and Harvey House restaurant in Brownwood
to serve as a community center. The center will be used for public and private
meetings, and a restaurant will occupy the Harvey House site. In this way, a steady
stream of users will be provided, and the center will enhance downtown Brownwood
as well as creating tourism opportunities for Brown County.
Bike Lanes Along N. Tarrant (FW.TR.0087)
This project will provide an on-street bikeway along North Tarrant Parkway. The
project will link Smithfield Road and Precinct Line Road. North Tarrant Parkway is a
major thoroughfare in North Richland Hills, and as such, the project will link bicyclists
with residential neighborhoods and commercial stops. This project should assist in
efforts to reduce vehicular emissions in the Fort Worth air quality non-attainment area.
Heart of the Hills (SA.KR .0093)
This project will offer a system of bicycle and pedestrian trails in Kerrville, in an area
where a large portion of the population ·walks arid bicycles. It will also provide a
means for accessing the downtown area for shoppi!1g and other commercial trips.
Currently, the downtown area is suffering due to a lack of parking. Through this
project, people can park nearby and walk downtown, thus encouraging pedestrian and
bicycle use.
Tyler's Cotton Belt Depot Rehabilitation (TL.SM.0343)
This project involves the acquisition of land beneath the existing depot and adjacent
to the depot. The depot will be renovated and landscaping installed. The depot is
planned for general community uses including a visitors' center, specialty retail shops
Exhibit "8"
Page 14 of 25
catering to the tourist trade, and other public uses. The depot project is considered
a part of a larger revitalization effort in downtown Tyler.
Renovation of Rabb-McCollum Building (AU.BP.0242)
This project w ill provide for the restoration of this building which was built in 1907.
The building will be used as a theater and auditorium, as well as for meetings. The
Rabb-McCollum Building has traditionally been <:1 well-known focal point in Smithville.
The project is a part of Smithville's ongoing efforts to revitalize their downtown,
providing an enhanced experience for the trave'ller and increasing tourism potential.
Fort Martin Scott (AU.GL.0237)
Fort Martin Scott was established in 1848 as the fifth U.S. fort in Texas. The project
provides for archaeological investigations, the reconstruction of fort buildings, and
landscaping. An interpretive center will also be provided. Visitors traveling U.S. 290
in the Texas Hill Country will have easy access to the site.
Hays County Courthouse (AU.HY.0225)
The restoration and rehabilitation of the courthouse will enhance the visual impact of
the downtown area of San Marcos. The project will also create the opportunity for
more county business to be done in the courthouse, to centralize operations. The
courthouse will be more accessible to citizens, and the experience of the traveller will
be improved.
Dripping Springs Community Garden (AU.HY.0227)
This project will create a community garden from an existing and unsightly
maintenance yard at the entrance to Dripping Springs. There will be a walking tour
of the garden, which will include native plants and other flora. Also included will be
an unmanned information center to inform tourists about Dripping Springs and the
Texas Hill Country. The visual experience of the visitor to Dripping Springs will be
enhanced, and its tourism potential increased.
Exhibit "B"
Page 15 of 25
Billboard Inventory (AU .TV .0213)
This project will provide a complete inventory of all billboards within the city of Austin
and its extraterritorial jurisdiction. Through this inventory, the city can more
effectively determine which billboards are in compliance with city ordinances, and
more effectively enforce these ordinances. Control of billboards will aid in the
preservation of scenic and historic viewscapes and increase the appreciation of the
travelling public.
Granger Community Depot/Library (AU.WM.0221 l
This project will renovate a historic depot, which still welcomes travelers on the
AmTRAK system. The depot will also include a library, a museum, and visitors'
center. The city of Granger is involved in an ongoing downtown revitalization, and
this depot will be an important part of that effort.
Chambers Co. Phase 1 Galveston Bay Loop (BM .CH.0167)
This phase will provide planning for a three-phase project to acquire easements for
wildlife viewing, nature trails, wetlands conservation/preservation and other items.
Eventually, the project will be a part of the larger Texas Coastal Trail. The project will
assist in efforts to acquire sensitive and valuable wetlands and habitat, as well as
supporting eco-tourism.
' Rockwall County Courthouse (DL.RW .0301 l
This project will renovate the Rockwall County Courthouse, originally constructed by
the Works Progress Administration from 1938 -1940.' The renovation will include a
pedestrian plaza, exterior renovation of the courthouse, and the reconstn.iction of a
bandstand. All of the renovations are anticipated to improve the appearance of
downtown Rockwall and to encourage community events at the heart of Rockwall
County. Renovation of the Courthouse will enhance the experience of the traveller and
increase tourism potential.
Renovation of Historic Post Office (FW.JN.0049)
This project involves renovation of the Old Cleburne Post Office. The building will
then be used for city office space, including a tourist information office. The_ City of
Exhibit "B"
Page 16 of 25
' '
Clebuq1e considers this project to be important for enhancing the appearance and
activities of downtown Cleburne, enhancing the experience of the traveller and
increasing tourism potential.
The Trails of Euless. Phase I (FW.TR.0051 l
This project will provide a pedestrian and bicycle trail which will parallel Mid-Cities
Boulevard, and which will link S. H. 121 and S. H. 360. The project will link
residential neighborhoods,· employment areas, commercial sites and parks. This
project should assist in efforts to reduce vehicular emissions in the Fort Worth air
quality non-attainment area.
Grapevine SH 26 Pedestrian Trail (FW.TR.0061 l
This project involves the construction of three miles of trail which will connect north
and south Grapevine. The project will link pedestrians and bicyclists with existing and
proposed trails, and will eventually link with downtown., Grapevine. This effort should
assist in efforts to reduce vehicular emissions in the Fort Worth air quality non-
attainment area.
East Brays Bayou Trail (HO.HR.0187)
This project is a part of the Houston Comprehensive Bikeway Plan. An existing trail
will be upgraded, and connections to on-street bikeways will also be provided. Links
with surface streets will be provided. This project can assist in efforts to reduce
vehicular emissions in the Houston air quality non.:attainment area.
West Brays Bayou Trail (HO.HR.0188)
This project is a part of the Houston Comprehensive Bikeway Plan. Part of this trail
provides for access to the Texas Medical Center, a major employment center in the
area. Multiple links with other transportation modes are included. This project can
assist in efforts to reduce vehicular emissions in the Houston air quality non-
attainment area.
Exhibit "B"
Page 17 of 25
' '
Acquisition/Preservation of Benavides House (LA. WB.0251 l
This project would preserve and restore a historic property in Laredo. The property
is currently in danger of demolition. The family that originally built the home was
integral in Laredo's development. The home will be used as a museum or visitors'
center, increasing the appreciation of the visitor.
Relocation/Restoration Old Iron Bridge (LF.SA .0260)
This proje.ct will relocate and restore a bridge considered eligible for the National
Register of Historic Places in San Augustine. The bridge will be located to a nearby
park and used for pedestrian traffic. The bridge will also link the Mission Dolores to
adjoining areas. There is a great deal of local interest in preserving this bridge through
relocation and restoration.
Rare Antique Engine Shelter (PH.CF.0266)
This project will provide a shelter for a rare, narrow gauge railroad engine, part of the
rolling stock of the Rio Grande Railroad, the first railroad in South Texas. The shelter
will be closed on three sides, with one side open for viewing. A wrought iron exhibit
will surround the shelter. The engine and its shelter will be housed next to the
Historic Brownsville Museum, increasing the experience of the travelling public and
increasing tourism potential.
Comfort RR & Heritage Museum (SA.KE.0033)
The project will provide for the renovation and restoration of an historic depot. The
depot will become a museum and visitors· center focusing on railroads in the Comfort
area, and is located in the National Register Historic District of Comfort. ·Comfort has
a number of tourist attractions, and they consider this depot to be an important part
of Comfort's tourist efforts.
Recordation/Repair of Tx. His. Markers (TX.TX.0021)
This project will inventory and repair official Texas Historical Markers statewide. A
computer data base will also be developed, as well as a comprehensive reference
manual. These markers are important to the communities in which they are located,
and also provide interesting information for tourists. Their inventory and upkeep will
provide long-term enjoyment of the markers by the travelling public.
Exhibit "B"
Page 18 of 25
.. .
Outdoor Sculpture Conservation (TX.TX.0022)
A comprehensive survey and inventory of outdoor sculpture by the Texas Historical
Commission has established the need for restoration or stabilization of a number of
outdoor sculptures (public art) located throughout the state. The sculptures proposed
for restoration through the Statewide Transportation Enhancement Program were
chosen based on proximity to the intermodal transportation system and the immediacy
of the need for renovation. This project will fund the restoration and/or stabilization
of 10 critical examples of public art. An "Adopt a Monument" program is also planned
to increase community involvement and pride in local outdoor sculptures. These
sculptures serve as tourist attractions as well as symbols of our Texas heritage.
Gonzales Alternate Transportation .(YK.GZ.0129)
This project will provide a significant link between the existing U. S. 183 and the
realignment of U. S. 183 currently in progress. This link will provide multi-modal
access to a visitors' education center, and access to Gonzales' downtown and historic
areas. This center will focus on the rich and culturally diversified history of Gonzales
are also included in this project.
Rehabilitation·of Monroe Shops (DL.DL.0333)
This project will renovate an historic transit vehicle maintenance facility to provide for
an adaptive reuse of a presently abandoned building. The adaptive reuse plan will
include a mix of retail, office, and service facilities and a transit police substation. A
transit theme appropriate to both the building's historic use and its current location
will be incorporated into the renovation. The facility will include pedestrian walkways·,
landscaping, and site amenities.
Landscaping on Six Flags Drive at SH 360 (FW .TR.0041 l
This beautification project will improve the appearance of a segment of Six Flags Drive
between the northbound frontage road of SH 360 and the entrance/exit ramps from
1-30, a route which is the primary exit from 1-30 to Arlington tourist attractions. The
project will provide a positive image of the City of Arlington for over 50,000 vehicles
per day, in an area frequently visited by travellers and tourists.
Exhibit "B"
Page 19 of 25
...
I..
Texas State Railroad Renovation (TL.CE.0341 l
The project will replace nine deteriorated railroad bridges on the historic Texas State
Railroad. This line, which runs from Rusk to Palestine, providing access at both
locations, is a state historic park and a historic transportation facility. Replacement
of the bridges will make the railroad less vulnerable to flooding, allowing it to remain
in service during periods of heavy rainfall and preventing significant losses of revenue,
increasing enjoyment by the travelling public and increasing tourism potential.
Lady Bird Johnson Park Beautification (AU .GL.0219)
This project would provide landscaping, rock planters and a rock wall enhancement
of the park, including the entrance along S. H. 16. In addition, a special irrigation
system will be provided. The park, which has been listed as the 14th most popular
park for visitors in Texas, is an important element of tourism in Fredericksburg.
Austin Convention Center/Downtown Rail (AU.TV.0240)
The project involves the preservation and rehabilitation of 1 6 miles of railroad line that
traverses Austin from the Austin Convention Center to McNeil. The Hill Country Flyer,
which is currently a popular tourist and recreational operation,· would be extended to
include this route. The Austin Steam Train Association, the project sponsor already
has rolling stock sufficient to add this additional service.
Preston Ridge Trail Project (OL.C#.0292)
The project will provide for 4 miles of pedestrian/bicycle trail with associated
improvements including a ten-foot concrete trail way, drinking fountains, benches, and
signage. The project will provide for a direct pedestrian/bicycle link between and
access to several neighborhoods in west and central Plano. It will also link two major
commercial corridors and three major outdoor athletic complexes. Provision of
enhanced facilities for pedestrians and bicycles will reduce vehicular congestion and
emissions.
Rowlett Creek Trail (OL.C#.0298)
The cities of McKinney, Allen, Plano, Richardson, Garland, and Collin County have
joined in a cooperative effort to develop a multi-use trail in the Rowlett Creek Corridor.
The total length of the system is some 25 miles. This enhancement project provides
Exhibit "B"
Page 20 of 25
...
for that portion of the trail in Richardson, extending from the south city limit to the
north city limit for a length of 1.5 miles. The trail will be used by commuter and
recreational bicyclists, joggers, and walkers. The project is a key link to providing a
regional trail system which will link the cities involved, thus providing for an inter-city
pedestrian and bicycle network.
Train Depot Restoration -Terrell (DL.KF.0304)
This project will restore the depot (currently vacant), which has been determined
eligible for listing in the National Register of Historic Places. After renovation, the
depot will be used as the headquarters of the Kaufman County Senior Citizens
Services, Inc., and will include operations of the Kaufman Area Rural Transit System
(KARTS). This project would return the Terrell depot to a transportation related use.
Heritage Center (FW.JN.0039)
' The project will restore an old · Santa Fe Railroad Depot in the City of Alvarado and
return it to public service as an information center, meeting center, function facility
and museum. Implementation of the project will result in the restoration of a valuable
historic resource to the community as well as providing for its continued use as a
community resource and increasing the experience of the travelling public.
Fish Creek Linear Park Acquisition (FW.TR.0045)
The project provides for acquisition of 75 heavily wooded acres of floodplain in order
to preserve wetlands and provide for water filtration and mitigation of pollution due
to highway runoff. In addition, the corridor will also be preserved for future
development of a pedestrian and bicycle trail. Construction of this trail will conform
with the Arlington Bikeway Plan, which P!ans for a city-wide network of b.icycle and
pedestrian trails, a development which: will decrease vehicular congestion and
emissions.
Bicycle Transit Network (FW.TR .0056)
The project will allow the Fort Worth Transportation Authority to develop a Transit
Bicycle Network involving installation of bicycle racks on regular route buses, and at
park and ride lots, and the proposed lntermodal Transportation Center. This will allow
a bicyclist to travel on his or her bike and have access to public transportation, adding
another dimension to the intermodal transportation network in Fort Worth and the
Exhibit "B"
Page 21 of 25
surrounding region and promoting the use of this alternate means of transportation,
with a decrease in vehicular congestion and emissions.
Grapevine Section Foreman's House {FW.TR.0062)
The project will provide for restoration of a historic Section House to serve as the
focal point of the Grapevine Heritage Center Museum. Landscaping of the
surrounding 3.5 acres will be included. This restoration will enhance the experience
of both businesses and tourists in Grapevine, an intact late nineteenth century farming
community preserved in the midst of urban sprawl. The Grapevine Heritage Center
complex will create a symbolic and visual gateway to the historic town center, an
increasingly important tourist attraction and viable business center.
Bellaire Blvd. Beautification {HO . HR .0142)
This comprehensive landscaping project will provide for a scenic corridor through the
City of Bellaire. Landscaping of the esplanade will improve an area currently used as
a community gathering place. Improved pedestrian and bicycle circulation along
Bellaire Boulevard will also be accommodated, serving as an enhancement to both
pedestrians and bicyclists.
Tomball Railroad Depot Hike & Bike Trail Burroughs Park {HO.HR.Ot49)
The project will move and restore a rare and historically significant Trinity and Brazos
Valley Railroad Depot in Tomball. This ·structure is in danger of being lost, and this
project will not only preserve it, but make it available to the community as a park
facility.
Baytown Goose Creek Stream (HO .HR .0154)
This project is a multi-faceted proposal which includes construction of
pedestrian/bicycle facilities, scenic enhancement, landscaping and beautification,
removal of billboards, historic preservation of a Civil War boat construction yard and
Humble Oil Field, archaeological planning and research at these sites, and construction
of a visitors center. Th~ project will also provide for the development of wetland
vegetation and provide access to properties, businesses and facilities along the
greenbelt corridor. The entire project corridor is located in a state-designated
Enterprise Zone which is a severely distressed 'area. The project will promote
pedestrian and bicycle access to the older commercial center.
Exhibit "B"
Page 22 of 25
•
Battleground at Deer Park Historic Bridge Relocation (HO.HR.0166)
The project provides for the relocation of a historically significant metal truss bridge,
which is currently planned for' replacement as a vehicular facility. The proposal
provides for an appropriate reuse of the bridge in a municipal golf course in the City
of Dear Park. It will be restored and placed on new abutments with a manmade
stream system flowing underneath. In this setting, the bridge can continue to
function in public service, and will receive appropriate maintenance. It will contribute
to the historic character of the golf course, located in the vicinity of the Battle of San
Jacinto. The course will have a Texas Revolution theme and has already been named
the Battleground at Deer Park.
Magnolia Station (HO.MQ.0152)
This project will restore the historic Magnolia Station, a historic railroad depot, for use
as a community tourist information center and railroad museum. The project will
provide for restoration of the exterior and interior of the depot, as well as for
landscaping . The project will provide for restoration and continued use of a rare depot
type and restore it to community use.
Fredonia Street Rehabilitation (LF.NA.0257)
This project will rehabilitat~ Fredonia Street in Nacogdoches. The s~reet will have the
original brick (currently used as road base) cleaned, and placed at grade level when
the sub-grade street materials have been improved. This will not only return Fredonia
Street to its original appearance, but will also allow for safety improvements.
Restoration of this historic transportation facili.ty will enhance tourism and the
appreciation of the travelling public.
Polk County Courthouse (LP .PK.0261 l
This project involves the renovation and restoration of the Polk County Courthouse,
which was constructed in 1923, and the courthouse annex, which was constructed
in 1905. Polk County wants to continue beautifying Courthouse Square to improve
the appearance of downtown Livingston. The courthouse and its annex occupy a
prominent location in Livingston, and its renovation and restoration will increase the
appreciation of the travelling public and increase its tourism potential.
Exhibit "B"
Page 23 of 25
•
Broadway Streetscape (LU .LU.0017)
This project involves developing Broadway Street in Lubbock to a visual corridor
linking the central business district of Lubbock with Texas Tech University on the
west and the Canyon Lakes and East Lubbock on the east. Plans would enhance the
corridor with landscaping and beautification, park benches, an entrance to MacKenzie
Park, as well as a sidewalk to connect with an _existing system of hike and bike trails.
Regional Archaeological Research -South Texas (MP.MP.0091 l
This project involves the development of an integrated approach to the management
of prehistoric archaeological sites as encountered by transportation related projects.
The research design would provide an excellent framework for determining the
eligibility of prehistoric sites for nomination to the National Register of Historic Places.
The project would assess prehistoric sites in TxDOT's Corpus Christi, Laredo, Pharr,
San Antonio and Yoakum Districts.
Preservation of the Shary Building (PH.HG.0122)
This project will renovate the Shary Building (built in 1938), used for numerous
commercial enterprises integral to the City of Mission. Currently, the building is used
by Mission for civic functions. After renovation, the building will be used to provide
a center for walking tours of Mission. The Shary Building is eligible for the National
Register of Historic Places, and its renovation will enhance the appreciation of the
travelling public and increase tourism potential.
University Parks Trail (WA.ML.0127)
The project provides for a pedestrian and bicycle trail which will connect the Waco
Riverwalk and downtown Waco to Cameron Park and the Cameron Park Zoo. The trail
will be surfaced and lighted for evening use, and will form an important part of an
alternate transportation system and providing a viable alternative to vehicular
transportation.
Holiday Creek Pedestrian & Bicycle Trail (WF.WC.0112)
The project provides for a 1.42 mile long, 12' wide, pedestrian and bicycle trail
providing access from FM 369 (Southwest Parkway) to MH 7 (Midwestern Parkway)
adjacent to Holiday Creek in Wichita Falls. The project connects two major traffic
Exhibit "B"
Page 24 of 25
• •
thoroughfares and will provide an all-weather path which wil.I encourage use of
alternate means of transportation.
Acquisition/Restoration of Champion Building (PH.CF.0265)
This project involves the acquisition of the historic Champion Building in Port Isabel.
The building, built in 1899, would be used as a museum and multi-cultural center.
The City of Port Isabel considers the building to be a centerpiece tourist attraction
focusing on Port Isabel as the first port of entry to the Rio Grande Valley. In addition,
a pedestrian and bike path will be provided to access all four corners of the property.
Colorado River Interpretive Sites (YK.CD.0203)
This project would develop two sites along the Colorado River in Colorado County,
near Columbus and Altair. The sites would focus on the historic commercial use of
the Colorado, including cargo and passenger uses. The sites would also include the
observation of natural resources of the Colorado River, as well as some educational
resources. The sites would include parking and roads, interpretive displays, and
viewing platforms along the river corridor.
Note: while the Transportation Enhancement Project Evaluation Committee (TEPECJ scores were included
in data provided to the Commission, the Commission is not bound by these scores or other TEPEC
recommendations and comments in the selection of projects for funding, pursuant to § 11.204 of the Rules.
Exhibit "B"
Page 25 of 25
ATTACHMENT 5
PROJECT LOCATION INFORMATION
COLLEGE
S TATION
BIKE L OOP
Statewide Til'anspo:rta tion Enhancement Program
Legend:
-Bike Poth
-Bike Lone
-Bike Rouie
Bikewoy lvioster Pion
0 l·leV·' Bridge
D Box Culvert Cr-ossing
tll' City Pork
A Schcol
/J.. .6.parimen-i l-Aulri-'orri"
SCALE
0 I-·-· _,,_,_ __ _
ATTACHMENT 5
PROJECT LOCATION INFORMATION
COLLEGE
STATION
B IKE LOOP
St8 t •·wide Trans p ol'tation
Enhancemen t Pl'og ram
Legend:
-Bike Pcith
-Bike Lane
-Bike Rouie
Bikewoy lv1osi·e1· Plo1-
• New Bridge
D Box Culveri Ci-ossin g
fi= City Pork
;i. Sc heal
/l. Apcrimen-IJ.Aulri -Fo!"-
c
1--
PROJECT NOMINATIONS
for
Statewide Transportation
Enhancement Program
B-CS BIKE MAP
COLLEGE STATION BIKE LOOP
BRYAN
COLLEGE STATION
BIKE MAP
B-CS BIKE MAP
•RATES SAFETY OF STREETS
FOR BIKE USE
• JOINTLY SPONSORED BY
BRYAN AND CS
• ASSISTANCE FROM TEXAS
BICYCLE COALITION
• 10,000 COPIES PLANNED
• $3K LEVERAGES $30K
CS BIKE LOOP
COST ESTIMATES
•BIKE PATHS $5841{) (50%) ~1 . ~ /.
-
•BIKE LANES ( $27K , (2%) )2
•BRIDGES Cfl94JY (17%) !~ %
• CULVERTS 2fl8K /) (20%) t <(; ?b
(j}i)~
•DESIGN /}0151 $106K (9%) JZ
eROW $21K (2%) ) 7u
CS BIKE LOOP
FINANCIAL
CONSIDERATIONS
• $180 MILLION AVAILABLE
• MAY NOT BE ANOTHER CHANCE
• REQUIRES $270K LOCAL MATCH
• $270K LEVERAGES OVER $1
MILLION
• FUNDING OPTIONS:
-BUDGET FOR FY'S 95-97
-USE C.O.'S
COLLEGE STATION
BIKE LOOP
ATTACHMENT 3
C RTIFICATION OF FUNDING COMMITMENT -~--... :.:·'.···;:;~-\)~.~\v.~.t;~·vt@1·--~-~. v~~l;\\r1~t-~>·tvf~1·;~\Wf~\v ·r;~1~1\·~1~~-\vtc;;"@':.;..-~)-::z.5'.
.-.,, ~-i:\\'··· iB-lUlll!]j.r . WllU. _.,·illHl~·>UJll!J ·" tl.!J1f8J~:.: Ull~ -~ . Ullti.l ·~LUJ-Uill.~l '~, '1 c.:V •.
.. '~~;. ~ ·•• .... ·· .. . ~-RESl~LUl'1:: :o~·l0 -28-93-9 ....... -¥~~~!~;;;
·:~-. : RESOLUTION AUIBORIZING IBE MAYOR TO SIGN AND SUBMIT A PROJECT NOMINATION · 1~
,,:~ FOR THE STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM PROVIDED FOR BY ,_,.~ 1:.l1f~} THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF 1991 (!STEA) AND TO ~j~ ·~. COMMIT THE CITY OF COLLEGE STATION TO PROVIDE A LOCAL MATCH OF TWENTY (20) ~~;"
~:1;11; •• ·-· PERCENT OF THE PROJECT COST. • :l):~;~n~:~
~(@~,·. WHEREAS, The City of College Station is committed to improving the quality of life thorough the . ·_{~_:._··----~-;·.· ''::' ~ development of the "College Station Bike Loop" which will provide appr11ximately seven (7) miles of new __
::~~:·:~j bikeways in College Station; ~~:
£@ WHEREAS, the College Station Bike Loop is in keeping with the Council Issue of a Bicycle Friendly fi)'n
~~~ Community and in accordance with the College Station Bikeway Master Plan; ; --·:.J/ ~~--· ~· WHEREAS, The College Station Bike Loop will encourage and promote bicycling in the city; ·· .··~ ~ WHEREAS, Som< of tb< "''""" to bicycJ;ng incfod< imp1ov<mrnt in individn•I b<dtb •nd fitn<ss, • ~
,1Jr.;1•·· J reduction in motor vehicle traffic, a reduction in air and noise pollution, increased transportation ! .. .,11!1I,,,.
opportunities for those without motor vehicles, and an enhanced sense of neighborhood and community -~ ,,,ei · · · · b b. r --~'\ ~ ~; through rncreased personal 1nteract1011 etween 1cyc 1sts and others; ~~}/
-~.,;;.~C WHEREAS, The Statewide Transportation Enhancement Program is a proactive community enhancement ~~"'·
( .. _:'._tt.~-=--·.,:'.. ~:~~~;~~:1h1~;,tf:~~~:;es funding for a broad range of transportation-related activities including bicycle and :.~\\
. --.;:; . :c:::.-;;· ~,· \:~ ~ ~'·· ·cR .:. ·::;i·~i':.~ WHEREAS, The Statewide Tra nsportation Enhancement program is a co:<t-reimbursable program whereby ! ... ~·
r ~~ funds are eligible for reimbursement of up to eighty (80) percent of the total project cost; ~ ·:'\ ('.XJ~~ NOW, THEREFORE, BE IT RESOLVED: . ~~~9
:~ ~ ~-·R"_:;_::_:~_·_ .<.::: .. :..-.:.::. I. /;;r ~-. .' •,--. '· • ~~ Thill the mayor is hereby authorized to sign the project nomination forn1 nf the Statewide Transportation ~'.'2~) .:;,~--~ Enhancement Program for the devi:-lnpment of the "College Station Bike Loop"; i~:::: (,/_._.::·•··,··-~_:_:_=_;_~_-.~.~.-.~;. II. Z:~ ·. -~ /:::2) // ~-;--.-·,I ·::~:·1~ Thil l the City Council comrnits a local match of Twenty (20) Percent or the allowable t'C.lS{S identified in t:-.. · >...-. ~ ... : _,_·-..;., th e program; and, ,:!'_,-··:.~.' ·.: ---·· ·. . , ___ .
-,~:~:-~-~
;·:~~~-~
i ; :. ~~:~
(; : ·. --·-...... _-_
III.
Tha t this Resolu tion sh;ill he cffl'ctive immedia tel y upon adoption.
APPROVED AND ADOPTED at a regular meeting on the 28th day of October, 1993.
~~
Connie Hooks
ADOPTED:
~cs=
__ ..... ,,_ •.
·· .• \\ ·---. . ! : .:·:
r
ATTACHMENT 3
C RTIFICATION OF FUNDING COMMITMENT ·~::·.,\~(~~\Mfi;Yt~V4hllYl~tiv{&fu1\!'iillfu\v1~\v(f:~~>~t?: '(\-..;::J./t} C.t; • ·•~ • ·•··-r -··::: ·;,· • ., ~ ...... --·•· • .~.: "•• • .. ,L~ . .J----••• _.\. ·.. • •• •• • ....... -l~ ': ~f:.{ \3 ... ~:l •:'
'.~-~~.::SJ·~~. RESOLlHION NO. 1 0-28-93-9 ,.;_\'>~:-::'~~·.,.?: ~ .......... ~ ... "' """··"···.,·:. -i .,::~1-.:.·~:-"1·:-:. : RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND SUBMIT A PROJECT NOMINATI.~N -·~~1·-·1·;~::'
-:~ FOR THE STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM PROVIDED FOR BY . .-;..,,,~':•· .,.... .,~""'''
,{'@._~ THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF 1991 (ISTEA) AND TO ~j:; ·~~ COMMIT THE CITY OF COLLEGE STATION TO PROVIDE A LOCAL MATCH OF TWENTY (20) ~~f'.
""~-..... -·-...... -• ..,;<-:; "'"Ulu•· PERCENT OF THE PROJECT COST. . ... 0n1r.•"· -~ ~(~1 WHEREAS, The City of College Station is committed to improving !he quality of life thorough the f~·'._, ~ _ development of the "College Station Bike Loop" which will provide approximately seven (7) miles of new . _ -~_/
•11•11u111·· -, bikeways in College Station; ,111111111• ~ § ~~ WHEREAS, the College Station Bike Loop is in keeping with the Council Issue of a Bicycle Friendly f,~j::) ~l Co111munity a11d 1·11 ~c~ord~11ce w1.th the College Station Bikeway Master Plan·, ;BJ __ -'_,[:/ ~ WHEREAS, Tho C~l:ogo :"lion Bike Loop will ""o"rago 'nd p'°moto bicycling in tho city; ~ ~~ WHEREAS, Some of the benefils to bicycling include improvement in individual health and fitness, a ;~:0 :~'4 reduction in motor vehicle traftic, a reduction in air and noise pollution, increased transportation f~
;;;¢..,,_, opportunities for those without motor vehicles, and an enhanced sense of neighborhood and community ·~ /?(~ ~; -through increased personal interaction between bicyclists and others; ;_S\"·\ \~/·\~~:); :·c0'.);-.J .. .__._... ---· :'.;~c WHEREAS, The Statewide Transportation Enhancement Program is a proactive community enhancement ~~;..
·'. -~--.:..-
(:! ·' . :..:_.•
· ..
i · .• ·.--, ... _ .... __ .
WHEREAS, The Statewide Trnnspnrtation Enhancement program is a cosl-reimbursable program whereby
funds are eligible for rcin1bursement of up to c:ighty (SO) percent of the tot ;il project cost;.
NOW, THEREFORE, BE IT RESOLVED: ;(:!,,~)
I. ~~~~.
That the mayor is herc:by au1horized to sign the project nomination fon11 of the Statewide Transportation .r_~--:~ __ -.~ .. ·.:·:.~,_.~.'_'·.-,.':.,·-~.:.;;'_, .. ~.~.,.i)
Enhancement Program for the devt'lnpmenl of the "College S!ation Bike L11op"; ~=--.'":,
II. '.{~I)\\
That the City Council ("(lllllllils ii local lllii!Ch of Twenly (20) Percent or the allowable CPS(S idenlificd Ill
the progra 111; ;1 nd,
m.
That this Resolution shall he ctlcclive in1111cdiatcly upon adoption.
APPROVED AND ADOPTED at a rcglila r meeting on the 28th day of Oc!ober, 1993.
~-:---_ ....
t?~~--, ..
·--.....
.; . ,'
~lJl-~-~-'--~-~ ·, ~ 4J) ~ Connie Hooks
ADOPTED: ~cs== ........ ' Ciry Sccreta ry
,._
Enhancements Application Meeting
September 3, 1993
8:30am Parks Dept.
AGENDA
1. Project Cost Estimates
2. Tie Down Project Location
3. Divvy-Up Application (Handout)
4. Sources of Local Match $'s
5. Scheduling -Execs, Parks Board?, Council, MPO
November 5th Deadline
l> P,
PART 1.
PART2.
A.
B.
PROJECT NOMINATION FORM
Oiwy-Ups
GENERAL INFORMATION, OS
PROJECT SPECIFIC INFORMATION
Project Description, OS
Attachment 1, 1 Page Allowed
Project Implementation Plan (3-Year lime Period) OS/PARO
Attachment 2, 1 Page Allowed
Need lime and Budget For Each (possibly others) of the Following:
Land Acquisition -
RFP's For Design -
Consultant Selection
Engineering Design. Consultant -Major Structures; City -Paths,
Striping Plans, Node Design
Bid Project
Project Construction. Phasing?, Concurrent City/Contractor
Construction?
Attachment 3, Council Resolution, OS
Attachment 4, Letter From MPO on llP, OS
C. Project Location Information, PARO
Attachment 5
5 Pages Allowed. General Map, Major Structure Renditions, Photogs, Site Plan,
etc. To be discussed/determined.
We'(/ Jo w.._~ J
Ttr'/ 'II Ao reJ-er-1 Cr . -
{/V$' { ( /0 '11Af ~ ~ ~
0.
1 Page Allowed
How land to be acquired, including cost estimates and funding arrangements.
E. Construction Information, PARO and ENGINEERING ) P~-k a.~ D f
F.
PART3
A. Project Use And Benefits, OS/PARO
B. Community Involvement, OS
Bikeway Survey, Focus Group, P&Z, Council, MPO
C. NoC
0. Possible Project Impacts, OS/PARO
...
Ilntermodal §urface 1f ransportation IEmciency Act of 1991
Workshops for Rural and Small Urban Officials
January 27, 1994
Dear Workshop Participant:
The eight regional workshops on the Intermodal Surface Transportation Efficiency Act
(ISTEA) for rural and small urban officials were completed in May, 1993. To provide you
with current information on the ISTEA planning process, we are enclosing the U.S.
Department of Transportation final rule on Statewide Planning and Metropolitan Planning,
issued on Thursday, October 28, 1993. The rule guides states as they develop their
statewide transportation plans, and outlines the process for public involvement in shaping that
plan. We are enclosing the rule for your information and immediate use in developing your
statewide transportation plan.
As promised, we will send you the workshop proceedings shortly. We are in the final stages
of preparing the report, which will consist of two parts. Part I will be a "How-To Guide" on
holding state-level ISTEA workshops. The Guide will suggest guidelines on workshop
themes, steps in organizing a workshop, and !STEA contacts to arrange a workshop. Part II
will be a resource guide, and will include a list of participants and speakers from all eight
workshops, a glossary of ISTEA terms, and a compilation of action plans developed by
participants on a state-by-state basis. Part I is being developed, and Part II is at the printers.
We expect to send Part II by the middle of March.
We share your concern for participating in the !STEA statewide planning process. If we can
be of further assistance to you in that process, you can reach us at (202) 720-8042.
Sincerely,
Eileen S. Stommes
Deputy Director
Transportation and Marketing Division
U.S. Department of Agriculture
Enclosure
National Association of Counties · National Association of County Engineers · USDA·Agricultural Marketing Service . USDA-Forest Service
USDOT-Federal Highway Administration · USDOT-Federal Transit Adminis1Tation · Regional Rural Development Centers
111~. '.ff. ~,..,
~;e oERAL-AID POLICY GUI DE
~becember 9, 1991, Transmittal 1
·~ ~,-
:;.;;,~ _,_
:~~
•>r
}:-sUBCHAPTER B -PAYMENT PROCEDURES ...
23 CFR 172
OP I: HEP-10
:u . ~.ART 172 -ADMINISTRATION OP ENGINEERING AND DESIGN RELATED
f'sERVICE CONTRACTS te ·-fsec.
~172. l
fa72.3
~172. 5
~17 2. 7
:172. 9
:112.11
. 172 .13
172 .15
Purpose and applicability.
Definitions.
General principles.
Methods of procurement.
Compensation.
Contract modifications.
Monitoring the contract work .
Alternate procedures.
Authority : 23 U.S.C. ll2(b), ll4(a), 302, 315, and 402; 23 CFR
17; 48 CFR 12 and 31; 49 CFR l.48(b); 49 CFR 18; 41 U.S.C. 253
and 259.
source: 56 FR 19802, April 30, 1991, unless otherwise noted.
Sec. 172.1 Purpose and applicability.
(a) To prescribe policies and procedures for contracting to
ensure that a qualified consultant is obtained through an
equitable selection process, and that prescribed work i~ properly
accomplished in a timely manner, at a reasonable cost. --
(b) This regulation applies to all engineering and design
related service contracts~financed with Federal-aid highway
funds. Agencies with approved Certification Acceptance Plans ,
(CA), Secondary Road Plans (SRP) and/or Combined Road Plans (CRP)
shall submit for the Federal Highway Administration's (FHWA)
approval, pr~dares consistent with this regulation if they
intend to utilize Federal-aid highway funds for any of the above
contract types. The. use of proce·dures codified in State statutes
to select consultant firms is also acceptable. Other types of
negotiated contracts should be administered under the
requirements of the common grant management rule, 49 CFR 18.
Sec. 172.3 De~initions.
(a) competitive negotiation. Any form of negotiations that
Utilizes, (1) qualifications-based procedures complying with
Title IX of th~ Federal Property and Administrative· Services Act
of 1949 (Pub. L. 92-582, 86 stat. 1278 (1972)), (2) equivalent
1
FEDERAL-AID POLICY GUIDE
December 9, l99l, Transmittal 1 23 CFR 172
State qualifications-based procedures or (3) a formal procedure
permitted by State statute.
(b) Consultant. The individual or firm providing engineering
and design related services as a party to the contract. ·
(c) Contract modification. An agreement modifying the
existing contract, such as an agreement to accomplish work beyond
the scope of the original contract.
(d) Contractino agencv. The State highway agency or local
governmental agencies which have responsibility for the
procurement.
(e) Enoineering and desi011 services. Contracts fo~ project
management, construction management and inspection, feasibility
studies, preliminary engineering, design engineering, design,
engineering, surveying, mapping and architectural related
services.
(f) Extra work. Any services or actions required of the
consultant above and beyond the obligations of the original or
modified contract.
(g) Fixed fee~ A dollar amount established to cover the
consultant's profit and business expenses not· allocable to
overhead.
(h) Preneootiation audit. An examination: of a consultant's
records made in accordance with generally accepted auditing
standards. ~
(i) Scope of. work. All services and actions required of the'.
consultant by the obligations of the contract.
Sec. 172.5 Genera1 princip1es.
(a) Need for consultant services in manaoement roles. When
Federal-aid highway funds participate in the contract,. the
contracting agency shall receive approval from the FHWA before
hiring a consultant to act in a "management" role for the
contracting agency. This concept should be limited to situations
where unique or unusual circumstances exist and where the
contracting agency has provided ad7quat7 justification to expl~in
its reason for using ·a consultant in this role and the reason it
cannot perform the work.
(b) Written procedures. The contracting agency shall prepare
written procedures for each method of procurement it proposes to
2
(
\.
-~-,
~E
~
>. ·;.
-,...; .;.:: .
.:ii>
. j
··' • ~>?
.:?.
-:...:. ·' 4 --~ ~ l ... ·' 3 .;,;
-FE DEF
oece .
'utili
the
prOCl.'
(1)
es tin:
(2)
( 3)
of a
(4)
selec
(5)
canst:
(6 )
res p c
co ore:
resul
its c
( c )
prep2
assur
adequ
perfc
docun:
(;l)
re qui
con tr
(i)
accoc
(ii
relia.
(ii
suppl
(2)
anoth
local
curre
s
. n
{!I ~ ~ . .... ~ i ~
-?FEDERAL-AID POLICY GUIDE
(
\.
j
~oecember 9, l991, Transmittal l 23 CFR l72 :rz ~ ~tilize. These procedures and all revisions shall be approved by ~the FHWA and describe, as appropriate to the partic~lar method of
fiJrocurement, each step used:
~-~ (1) In preparing a scope 0£ work, evaluation £actors and .cost
~stimate £or selecting a consultant, ;,
(2) In soliciting proposals from prospective consultants,
(3) In the evaluation of proposals and the ranking/selection
of a consultant,
(4) In negotiation of the reimbursement to be paid to the
selected consultant,
(5) In monitoring the consultant's work and in preparing a
consultant's performance evaluation when completed, and
(6) In determining the extent to which the consultant, who is
responsible for the professional quality, technical accuracy, and
coordination of services, may be reasonably liable for costs
resulting from errors or deficiencies in design furnished under
its contract.
(c) Preneaotiation audits. The contracting agencies shall
prepare prenegotiation audits to provide the necessary data to
assure that the consultant has an acceptable accounting system,~
adequate and proper justification of the various rates charged to
perform work and is aware of the FHWA's cost eligibility and
documentation requirements.
"' (i) Prenegotiation audits and the resultant audit opinions ~re
required for all contracts expected to exceed $250, 000 and for '·,
contracts of less than $250,000 where:
(i) There is insufficient knowledge of the consultant's
accounting system,
(ii) There is previous unfavorable experience regarding the
reliability of the consultant's accounting system, or
(iii) The contract involves procurement of new equipment or
supplies for which cost experience is lacking •
(2) The use of an :independent audit, an audit performed by
another State/Federal agency or an audit performed by another
local governmental agency is acceptable if the information is
current and of sufficient detail.
3
1·.
-. i ~ .•i
I ~ :
:!' . : u : .. i ;
!} i .
11' I ~. I
~ .
I.'.
1
'1. 'i -l .. (;.
!1 i !. ! : .
I .. ;I . ,,
" ii .
II ': .. i'
··r .
. ~ .~: ~ .
:· ;' ; ,.
":.' I .......
FEDERAL-AID POLICY GUIDE
December 9, 1991, Transmittal l 23 CFR 172
(3) Prenegotiation audits may be waived when sufficient
audited consultant data is available to permit reasonable
comparisons with the cost proposal.
(d) State responsibility in local agency contracts. The State
highway agency shall ensure that procurement actions by or
through other State agencies or local agencies comply with thi~
regulation. When Federal-aid highway funds participate in the L--"'-
contract, a local agency shall use the same procedures as used by -,
the State to administer contracts not under CA, the SRP or the ~~
CRP. These contracts shall be subject to the prior approval of·.-
the State highway agency and the FHWA. Nothing herein shali be
taken as relieving the State of its responsibility under.-Federal-
aid highway laws and regulations ·for the work to be performed
under any agreements entered into by a local agency.
(e) Disadvantaqed Business Enternrise (DBE) program. The
contracting agency shall give consideration to DBE firms in the
procurement of engineering and design related service contracts
subject to 23 U.S.C. ll2(b) (2).
(f) Contractual resnonsibilities. The contracting agency or
State highway agency shall be responsible for the settlement of
all contractual/administrative issues. All settlements shall be
reviewed and approved by the FHWA before Federal-aid highway
funds can participate in any additional costs.
-Sec. 172.7 Methods o~ procurement.
This regulation addresses three methods of procurement for the
hiring of consultants to perform engineering and design related
services specified in 23 U.S.C. 112(b) (2). These methods .are: .
competitive negotiations which follows qualifications-based.
selection_ procedures or another selection procedure permitted by
State statutes; small purchase procedures for small dollar value
contracts; and non-competitive negotiations where specific
conditions exist allowing negotiations to take place with a
single firm.
(a) Competitive neaotiation. Competitiv·e negotiation should
be used for the selection of a consultant to provide engineering
and design related services. The following procedures shall
apply to the competitive negotiation process:
(1) Scooe, evaluation factors and cost estimate development.
The contracting agency shall prepare:
./'' "\
( i) A scope of work before issuing a ~equest for Proposal1 that
reflects a clear, accurate, and detailed description of the ·'
4
':J ..
:..
i
,. '··
/ I ' ',.
JERAL-AID POLICY GUIDE
=ember 9, l99l, Transmittal l 23 CFR 172
=hnical requirements for the services to be rendered and a list
entifying the evaluation factors and their relative importance.
(ii) A detailed cost estimate, except for contracts awarded
jer small pu~chase procedures, with an appropriate breakdown of
eci fic types of labor r~ired, work hours, and an esti:mate of··
e consultant's fixea-fee (considering the risk and complexity
the project) for use during negotiations.
(2) Soliciting proposals.
(i) Solicitation. The solicitation process shall be by
vertisement (project, task or service), by mailing Re~ests for
oposals to certified/prequalified consultants, or any other--·
thod that ensures qualified in-State and out-of-State
nsultants are given the opportunity to be considered for award
a contract. It shall include a process where either:
(A) General interest is solicited for performing the work;
sponding consultants are ranked based on an evaluation of their
alification statements (submitted with their letters of
terest or on file with the contracting .agency) ; and prooosals .
e reaue!:!t.ed __ fr9m thre_~.....QX:: _more firms sta~ing ~i th the=tiighest iikeu firm' or ·-----. . .. ·----· ·-· -. -
(B) Proposals are solicited from all consultants that are
terested in being considered for the work.
(ii) Reauest for orooosal. The request for proposal shall:
-(A) Provide a description of the scope of work and
entification of the evaluation factors including their relative
portance as included in paragraph (a) (1) of this section. '·,
(B) Specify the method(s) of payment (lump sum, cost plus a
xed fee, cost per unit of work, or specific rate(s) of
mpensation).
tC) Request the submission of a proposal. Priced proposals
y be used in the selection phase if allowed for under a State
.atute, but shall not be used in the selection phase when
alifications-based procedures are used. -(D) Allow sufficient time for · the consultant to prepare and
bmi t the proposal. ·
5
' ·'
;
1 ~
i. . ~
·• .
; . .. ~ ; ; i;
I J
·.:.
'·!
' . . '
., . f!·: ..
:! ;
1.1
I ! I ...
'.
FEDERAL-AID POLICY GUIDE
December 9, l99l, Transmittal l
(J) Analysis and selection.
23 CFR 172
(i) The consultants' proposals, containing the information
required by paragraph (a) {2) of this section, shall be evaluated
and ranked by the contracting agency. This process shall include
an analysis of the proposals in comparison to the evaluation
factors. In addition, the consultants' applicable work
experience, present workload, past perfonnance, staffing
capabilities, etc., should be evaluated and included in the
ranking process.
(ii)
shall:
The award of engineering and design related services
(A) Utilize qualifications-based procedures that either comply JI
with the provisions of Title IX of the Federal Property and '
AdJ:ninistrative Services Act of 1949 (Pub. L. 92-582, 86 stat.
1278 (1972), as amended) or utilize equivalent State
qualifications-based procedures, or
(B) Utilize a fonnal procurement procedure that is established
by Sta~e statute or is subsequently established by State statute:
(iii) The contracting agency shall retain acceptable
documentation of the proposal, evaluation and selection of the
consultant. Records shall be maintained in acco~dance with the
provisions of ·49 CFR 18.42.
(4) Neaotiation resnonsibilities.
(i) The negotiator s~ll use all resources available to
conduct effective negotiations, including but not limited to, .~he
refined scope of work, the evaluation factors and their relative
importance, the agency's cost estimate as required in paragraph
(a) (l) of this section and the audit opinion issued as a result
of the prenegotiation audit required in Sec. 172.S(c) of this
part.
(ii) The negotiator shali separately negotiate the dollar
amounts for elements of cost and a fixed fee except for services
nonnally negotiated on a per unit (includes costs and fees) cost.
;
i ·
(iii) The contracting agency shall maintain records of
negotiations to docllD.ent negotiation activities and set forth
resources considered by the negotiator. Records shall be
maintained in accordance with the provisions of 49 CFR 18.42.
the -·
6
·:I
.; i
?I
I I . I
J . I
I I
KAL-AID POLICY GUIDE
;nber 9, 1991, Transmittal 1 23 CFR 172
) Execution of contracts. The proposed contract including
agreed upon cost figures shall be submitted to the FHWA for
oval prior to its execution.
) Small purthases. Contracting agencies may use small .
t_,,--/.
hase procedures for the procurement of engineering and design ·
ted services when the contract cos.t does not exceed $25, 000.
Noncomoetitive neaotiation. Noncompetitive negotiation
be used to obtain engineering and design related services
the award of a contract is not feasible under small purchase
.ompetitive negotiation procedures. The contracting agehcy
1 submit justification and receive approval from the FHWA
ire using this form of contracting when Federal-aid highway
.s are used in the contract .
. ) CircUID.stances under which a contract may be awarded by
:ompetitive negotiation are limited to the following:
.) The service is available only from a single source, or
.i) There is an emergency which will not permit the time
!Ssary to conduct competitive negotiations, or
.ii) After solicitation of a number of sources, competition
ietermined inadequate. " ;'
!) The contracting agency shall comply with the following
;edures for noncompetitive negotiations: ·
L) Establish a process to determine when noncompetitive ""~-~~
)tiation will be used, '.
Li) D~velop ·an adequate scope of work, evaluation factors and
: estimate as required in paragraph (a) (1) of this section,
Lii) Conduct negotiations as required in paragraph (a) (4) of
:; section, and
iv) Submit the proposed contract and cost estililate to the
I\ for approval.
172.9 Compensation.
a) Contracting agencies may establish cost principles for
ermining the reasonableness and allowability of costs.
eral reimbursement shall be limited to the Federal share of
costs ai'l.owable under the cost principles in 4 8 CFR 3 l ·
7
~ : . .r.
I . I I .. I : :
I; 1 ·
, I
} !
,'!: .·
' .
I . ;
~.: .
! . : 1 ··' · .•...
ii re·:~
~1; . ; I il I Jq, ~ ~! : . ~1 ' ~1 .:;
.•... :.
~ ' • I ~ : I..
f: I : i :.
:~ ~ ;:· !
• j :":, !
FEDERAL-AID POLICY GUIDE
December 9, 1991, Transmittal 1 23 CFR 172
(Federal Acquisition Regulations). Any references iQ9luded in
48 CFR 31 to other parts of 48 CFR do not apply to these
contracts.
(b) Applicable cost principles shall be referenced in each
contractual document.
(c) Methods of payment.
(1) The method of payment to compensate the consultant for all
work required shall be set forth in the original contract and in
any contract modifications thereto. It may be a single method
for all work or may involve different methods for different
elements of work. The methods of payment which shall be., used
are: lump sum, cost plus fixed fee, cost per unit of work_ or
specific rates of compensation.
(2) Compensation based on cost plus a percentage of cost or
percentage of construction cost shall not be used.
(3) When the method of payment ·is other than a lump sum, the
contract shall specify a maximum amount payable which shall not
be exceeded unless adjusted by a contract modification.
(4) The lump sum method shall not be used to compensate a
consultant for construction engineering and inspection services
except when the agency has established the extent, scope,
complexity, character and duration of the work to be required to
a degree that fair and reasonable compensation including a fixed
fee can be determined.
(d) Fixed fees.
(l) The determination of the amount of the fixed fee shall ~
take into account the size,· complexity, duration, and degree of J
risk involved in the work. The establishment of the fixed fee
shall be project specific. /
/
(2) Fixed fees normally range from 6 to 15 percent of the total
direct and indirect cost. Subject to the approval of the FHWA, a
fixed fee over 15 percent may be justified when exceptional
circumstances exist.
Sec. 172.11 Contract modifications.
(a) Contract modifications are required for any modification
in the terms of the original contract that change the cost of the
contract; significantly change the character, scope, complexity,
8
..
/ ..
(
:RA L-AID PO LI CY GUIDE
~mber 9, l991, Transmittal l 2 3 CFR l72
luration of the work; or significantly change the conditions
~r which the work is required to be performed.
>) A contract modification shall clearly outline the changes
~ and determi~e a method of compensation. FHWA approval of
:ract modifications shall be obtained prior to beginning the
: except as discussed in paragraph (d) of this section.
:) overruns in the costs of the work shall not warrant an ~/
~ease in the fixed fee portion of a cost plus fixed fee
:ract. Significant changes to the Scope of Work may require
tstment of the fixed fee portion in a cost plus fixed fee
:ract or in a lwnp sum contract.
i) In unusual circu.mstances, the consultant may be authorized
iroceed with work prior to agreement on the amount of
iensation and execution of the contract modification, provided
FHWA has .pre viously approved the work and has ·concurred that
.t i onal compensation is warranted.
172.13 Monitoring the contract work.
L) A public employee qualified to ensure that the work being
;ued is complete, accurate and consistent with the terms,
litions, and specifications of the contract shall be in
>onsible charge of each contract or project. The employee'~
>onsibilities include:
.) Scheduling and attending progress mee~~ngs with the
;ultant and being involved in decisions leading to change
~rs or supplemental agreements,
.) Being familiar with the qualifications and
1onsibilities of the consultant's staff,
) Visiting the project and/or consultant 1 s offices on a
~ency that is commensurate with the magnitude, complexity
: of work. This includes being aware of the day-to-day
·ations for Construction Engineering Service contracts, and
). Assuring that costs billed are consistent with the
:ptability and progress of the consultant's work.
and
1) A final performance evaluation report, exc~pt for
:racts awarded under small purchase p r ocedures shall be
1ared by the public employee in responsible charge of the
:ract and shall be submitted to the State highway agency's
:racting office. The report should include, but not be
.ted to, an evaluation of such items as timely completion of
9
L •
,,;---
FEDERAL-AID POLICY GUIDE
December 9, 1991, Transmittal l 23 CFR 172
work, conformance with contract cost and the quality-·.of work. A
copy of the report shall be sent to the firm for its review
and/or comments and any written .comments submitted to the
contracting agency by the £irm shall be attached to the final
report.
(c) Contracting agencies should inc~ude a clause in
engineeri ng contracts requiring the consultant to perform such
additional work as may be necessary to correct errors in the work
required under the contract without undue delays and without
additional cost to the owner. However, in general, a consultant
should not be held responsible for additional costs in subsequent
related construction resulting from errors or omissions wh ich are
not a result of gross negligence or carelessness.
Sec. 172.15 Alternate procedures. ·
(a) This i s a process whereby the contracting agency can be
authoriz ed to substitute its contract review and approval actions
f or t h ose of the FHWA. Before a contracting agency can operate
under the alternate procedures concept, it shall submit
procedures to the FHWA that include the following:
(1) A formal request to operate und er the alternate procedure
concept.
(2) The wri tten procedures, as required by Sec. l72.5(b) of
this part, it will follow, and ,:
(3) A statement signed by the chief administrative_officer o f
the contracting agency certifying that it will conform with its
written procedures, the provisions of this regulation, and all ',
applicable Federal and State laws and administrative
requirements.
(b) The alternate procedures and all revisions shall be
approved by the FHWA.
(c) The alternate procedures concept may apply to all Federal-
aid highway funded contracts.
(d) A copy of the original executed contract and all contract
modifications shall be submitted to the FHWA.
10
Te
Co
§9
fo:
pre
Go·
Se:
§9 .
th:
CO.l
/
(. by
'<:· lac
adrr.
DBE
re~
aff
or
ciay
Ord
:i the
From: Tom Brymer
To: Ed Hard
2/03/95
Subject: Status of Bicycle Grant funds
11:32am
===NOTE===============2/02/95==9:23am==
CC: Jeff Kersten, Jim Callaway
Councilman Mcilhaney asked me where
this was and I told her I didn't know,
but would find out. Could you give me
a status report by memo? Thanks.
Page: 1
Ideal Locations For
. BIKE-SHELL~
Bicycle Lockers:
Universities I High Schools
Dormitories
Apartments I Condominiums
Libraries
Office Buildings
Manufacturing Plants
Parking Facilities
Mass Transit Depots
Airports
Shopping Centers
Fast Food Outlets
Convenience Stores
Bicycle Shops
Parks I Recreation Areas
Marinas /Beaches
Fitness Centers
Tennis Clubs
Resort Hotels
Bicycles have long been the transportation mode of choice for
students. And now, with the considerations of traffic, pollution,
and energy usage, more and more concerned businesses and
service organizations are promoting cycling. The ever greater
number of cyclists with their valuable bicycles and mopeds all
need safe parking and storage facilities.
ENTER, BIKE-SHELL®
For More Information
AMERICAN BICYCLE SECURITY CO.
800·245·3723 • 805·933·3688 •FAX 933·1865
t ------
-·--·-·~---..
I .. 39.25" ..I
f . O> v
1
BIKE-SHELL®
Bicycle Lockers:
Consider the Advantages
• Bicycles and mopeds are fully enclosed-
preventing vandalism, theft and weather
damage .
• One-piece frame with prehung door alleviates
• Lockers promote cycling by providing
security ~or both bicycles and the rider's
accessories .
• Bicycle damage from racks and other bikes
becomes a thing of the past, as does wall
and floor damage caused by bringing bikes
into buildings .
• ·The user need only carry a key, or coin or
, lock without the cable or chain .
• :Modular design of lockers facilitates in-
: stallation and allows optimum use of space.
adjustment. . . .
• An exterior of fiberglass reinforced plastic 1s
highly resistant to impact and scratching.
• The outer finish never needs painting, will
not rust or corrode and is extremely resistant
to most stains and chemicals .
• The standard key-lock mechanism is
completely internal and resists tampering.
(system for user provided padlock
is also available) .
• The owners decide what kind of return
they receive by their choice of locking
mechanism.
• Many models and materials are available to
suit space and budget requirements.
Whether you need just a fe w, or rows upon rows,
We are at your service.
A MERICAN B ICYCLE S ECURITY CO. •A Division ofTURTLE STORAGE, LTD.
P.O. Box 7359 •Ventura, CA 93006 • 800·245·3723 805·933·3688 FAX 933·1865
A Few Of Our Valued Customers
PRIVATE
General Dynamics
EASTMAN
TRW Inc.
Little Company of Mary Hospital
Iolab, (Johnson & Johnson)
Walmart
Chevron USA
Humana Hospital (3 locations)
Coca-Cola Foods
Lawrence Livermore National Lab
TACANCorp.
Glendale Federal
Hughes Aircraft
Albertson's
Irvine Co.
General Research Corp.
Home Federal Savings & Loan
International Light Metals
Oro America
Computer Science Corp.
The Aerospace Corp.
Miles, Inc.
Pacific Development, OR
Southern Calif. Edison
Avery
UNOCAL
Fleetwood Enterprises
Anheuser Busch, CA, NH
Kaiser Permanente (7 locations)
Beatrice/Hunt-Wesson
HARPERS
Shell Oil Co.
Sears Roebuck & Co.
ALECTEC
Hughes Communications, Inc.
Laidlaw Transit, Inc.
Harbor Gateway Business Ctr.
Panavision
Trammel Crow Co.
Pace Consolidation Ctr.
Cal/West United Inc.
Coldwell Banker
Redlands Federal Bank
Buenaventura Mall
Bugle Boy Industries
United Artists Cable
Jet Propulsion Laboratory
The Capital Group, Inc.
COSTCO
Trend Offset Printing
EG & G Astrophysics Research
Old Country Bakery
Olive Garden Restaurant (8 locations)
WHEREHOUSE Enterprises
Florida Hospital, FL
GOVERNMENT
City/County of Denver
City of Arvada, CO
City of San Luis Obispo
County of San Luis Obispo
Cal Trans
City of Bakersfield
City of Loma Linda
County of Riverside
Riverside Transit Agency
County of San Bernardino
Orange County Trans. Auth.
City of Santa Barbara
County of Santa Barbara
City of Ventura
County of Ventura
City of Los Angeles
County of Los Angeles
City of San Diego
City of Anaheim
City of Santa Monica
City of Escondido (Trans. Center)
City of Glendale
City of Carson
City of Chino
City of Rialto
City of Burbank
O.C. Performing Arts Center
City of Eugene, OR
City of Portland, OR
TRI-MET, OR
South Coast Air Quality Mgmt District
Maricopa College District, AZ
Phoenix Transit, AZ
Patrick AFB, FL
Pinellas County, FL
New Jersey DOT
Town of Oyster Bay, NY
Virginia DOT
City ofFairfax, VA
Spokane Transit, WA
Everett Community Transit, WA
U.S. NavyPMTC
U.S. Postal Service
OVERSEAS
Nottingham City Council, U.K.
Material Specifications
STRUCTURE AND FINISH
150 Series: Walls, tops, doors, door frames and internal dividers of weather resistant phenolic board made to Commercial
Standard 236-66 type 2-B-2 overlaid, or MDO Ex. plywood. Exterior finished with colored acrylic, or equal to withstand
weathering, and shall have graffiti resistant finish coat. Standard color is tan; other colors available on special order.
Bottom of all walls encapsulated in plastic or aluminum extrusion for superior weatherability.
250 Series: Exterior walls, tops, doors and door frames made of colored fiberglass-reinforced plastic with DF ext. grade core
(ASTM PSl-83). Solid color never needs painting, is graffiti resistant and resists impact and scratches. Interior walls ofMDO
2-side G 1 exterior board (ASTM AT A 10-PS 1-83), which is not susceptible to delaminationfrom moisture or immersion in water.
Standard color is tan. Bottom of all walls are encapsulated in plastic or aluminum extrusions for superior durability.
350 Series: Molded composite lockers shall be manufactured with fiberglass reinforced plastic and a solid color pebble grain
te>..iure finish. Finish allows easy removal of graffiti and is resistant to impact, scratches and U. V. damage. Lockers shall not use
an e>..1ernal or internal frame. Walls and top shall be double wall construction for high strength and insulation from the elements,
roof shall be crowned for water run off and all corners are curved. Finish does not need painting, resists impact plus chemicals
and stains. Materials will withstand extremes in temperature and other weather/environmental conditions. Walls between joined
units shall be fiberglass-reinforced plastic. Interior diagonal wall shall be MDO 2-side Gl exterior board (ASTM ATA
10-PSl-83)
Two door two bike unit shall be manufactured in 7 components; 2 doors, 2 door frames, 2 locker body components and an internal
diagonal divider to separate the bikes. The locker body components incorporate the roof and walls into one structure and the doors
are hung prior to shipping. The locker body components shall be joined by internal fasteners. Standard colors are tan and light
grey though CUSTOM COLORS can be ordered or matched with a color sample.
Optional: Ventilation system, includes stainless steel louvered vents on exterior walls for dissipation of heat, dampness and
allowing air exchange throughout all lockers.
FRAME:
150 and 250 Series: Walls, tops and door frames shall lock together utilizing custom extrusions manufactured from 6063-TS,
commercial anodized aluminum.
LOCKS AND LOCKING HARDWARE:
Standard: Chicago ACI II 7 pin tumbler Pop Out "T" Handle locks with removable lock cylinders. Standard internal locking
hardware consist of six chromolly steel cams controlling an extruded aluminum locking bar which engages the door frame over
3 foot span. High custom extruded continuous door hinge has no hinge pins to wear or rust.
All fasteners and assembly hardware is zinc plated or better and internal to prevent tampering.
Optional: Heavy Duty pad lock system that will accommodate high security pad locks.
Optional: MEDECO Stainless Steel high security T-Handle lock.
Optional: Coin-operated system. Shall be AMERICAN LOCKER patented system.
Load ratings and additional technical information available upon request.
BIKE-SHELL®
Bicycle Lockers
Dimensional Specifications
E () "' . :~
(\/
l
Note: All corners have .5" radius
Bicycle Locker Model 352
2 Door -2 Bike Capacity
Patent Pending
E ()
(\/.
Cl C10 . ..,. c;;
J
Top View of Bicycle Locker Model 352
Dashed lines indicate joints between components. 5 components. I) Two door frames with doors 2) Two locker halves 3) Diagonal interior wall
AMERICAN BICYCLE SECURITY Co. • A Division of TURTLE STORAGE, LTD.
P.O. Box 7359 • Ventura, CA 93006 • (800) 245-3723 • (805) 933-3688 • FAX (805) 933-1865
BIKE-SHELL®
Bicycle Lockers
Dimensional Specifications
r~~OJ~
I\) .,..~ "'.,..
t
~ .>. ·S: <?~~""'
I
Bicycle Locker Model 151 & 251
1 Door -1 Bike Capacity
Patent Pending
@]
I
I JI --=-~-99.G9C!"
Bicycle Locker Model 152 & 252
2 Door - 2 Bike Capacity
Patent Pending
top
view
1 unit
top
view
1 unit
Model No.
151
152
153
251
252
253
352
ABSLKRP8.FRM/ts7
AMERICAN BICYCLE SEClJRITY CO.
div. of Turtle Storage, Ltd.
(805) 933-3688 * FAX (805) 933-1865
BIKE PARKING & STORAGE LOCKERS
Price Sheet
Effective August 1, 1994
CLASS 1 BICYCLE PARKING FACILITIES
Description Dimensions
1 door, 1 bicycle capacity. Aluninun frame 49"H X 24 1/2"W
with acrylic finished phenolic board. X 72 1/4"L
2 door, 2 bicycle capacity. Aluninun frame 4911H X 39 1/411W
with acrylic finished phenolic board. X 72 1/4"L
1 door, 2 bicycle capacity. Aluninun frame 49"H X 39 1/4"W
with acrylic finished phenolic board. X 72 1/411L
1 door, 1 bicycle capacity. Aluninun frame 49"H X 24 1/211W
with fiberglass reinforced plastic exterior. X 72 1/4"L
2 door, 2 bicycle capacity. Aluninun frame 49"H X 39 1/4"W
with fiberglass reinforced plastic exterior. X 72 1/411L
1 door, 2 bicycle capacity. Aluninun frame 4911H X 39 1/411W
with fiberglass reinforced plastic exterior. X 72 1/4"L
2 door, 2 bicycle capacity. Molded fiberglass 49"H X 42 1/4"W
reinforced plastic with colored finish. X 74 1/2"L
Prices
1-5 units s 469.00
1-5 units s 639.00
1-5 units s 599.00
1-5 units s 770.00
1-5 units s 900.00
1-5 units s 880.00
1-5 units s 1995.00
Custom lockers available for wheelchairs, golf bags, sporting equipment, etc.
STANDARD
-Lock: High Security Pop Out "T" Handle Locks w/ 3 keys (each lock keyed different).
-Color: 150 Series. Tan with gold anodized aluninun, special order colors, S30 set up.
Changes in color of anodized aluninun frame, call for quote.
250 Series. Tan with gold anodized aluninun.
350 Series. White, tan and light grey, special order colors, quote.
Options. Accessories and Installation/Del iverv rates on page 2
LOCKERS ARE SHIPPED KNOCKED DOWN. FOB Santa Paula, CA.
Returns subject to 15% restocking charge plus freight costs
Prices subject to change without notice
page 1 of 2
6 +
QUOTE
6 +
QUOTE
6 +
QUOTE
6 +
QUOTE
6 +
QUOTE
6 +
QUOTE
6 +
QUOTE
AMERICAN BICYCLE SECJRITY CO.
Effective August 1, 1994
BIKE LOCKER OPTIONS & ACCESSORIES
Part # Description Price
010 Padlock Locking System. Padlock not included NO CHARGE
012 Master keyed FORT LOCK T·Handle locks. 3 user keys. 1 master key per set. $15.00 per door
013 Coin operated locks · collection of revenue, token or coin refund Call for quote
015 Medeco · Stainless steel high security "T" Handle locks Call for quote
020 Locker Nl.lllbers: Nl.lllbers are 1 1/211 in height. Each order starts with 1 unless $ 8.00 per door
specified otherwise. Engraved nl.lllbered labels are fastened to doors.
030 Ventilation system, includes stainless louvered vents one on each exterior wall $15.00 per
For areas of high temperature, hunidity or da~ss for cross ventilation. exterior wall
040 Clothes I Gear hooks, 2 per locker. Hang up your helmet, riding accessories $10.00 per locker
or clothes for the next work day.
050 ALARM -Motion activated alarm, activated & deactivated with key pad, self $76.00 per door
contained, installed on door. Can also be mounted on bikes, golf bags, etc. Specify use when ordering
Delivery & Installation
DELIVERY INSTALLATION (PER UNIT)
DISTANCE QUANTITY AMOUNT QUANTITY AMOUNT
0·50 MILE 1 -15 $160
16 -30 $225 1 -15 $50EA
OVER 30 QUOTE
16 -40 $45EA
·100 MILE 1 -15 $220
16 -30 $310 OVER 40 QUOTE
OVER 30 QUOTE
·150 MILE 1 -15 $375
16 -30 $450 INSTALLATION INSTRUCTIONS
OVER 30 QUOTE ON VCR TAPE FOR 150 & 250
SERIES LOCKERS.
+150 MILE CALL FOR QUOTE $ 19.95
ALL INSTALLATION PRICES ARE BASED ON THE CUSTOMER PROVIDING AN ADEQUATE SURFACE OR CONSTRUCTED PAD, CALL FOR MORE INFORMATION
Limited Warranty
AMERICAN BICYCLE SECURITY co. warrants that all of its products are guaranteed against defective material or poor
workmanship for a period of one year from date of shipment. AMERICAN BICYCLE SECURITY CO.'s liability under this
warranty shall be discharged by furnishing without charge F.O.B. Santa Paula, CA, any goods, or part thereof, which
shall appear to the company upon inspection to be of defective material or not of first class workmanship, provided
that claim is made in writing to company within a reasonable period after receipt of the product. Where claims for
defects are made, the defective part or parts shall be delivered to the company, prepaid, at Santa Paula, CA, for
inspection. AMERICAN BICYCLE SECURITY CO. will not be liable for the cost of repairs, alterations, or replacements,
or for any expense connected therewith made by the owner or his agents, except upon written authority from the
AMERICAN BICYCLE SECURITY CO., Santa Paula office. AMERICAN BICYCLE SECURITY CO. will not be liable for any damages
caused by defective materials or poor workmanship, except for replacement as provided above.
ABSLKRP8.FRM/ts7 Prices subject to change without notice
page 2 of 2
Viper Rack 1000 Series
The Viper Rack
Advantages:
Viper Rack 2000 Series
Viper Rack 3000A Series
· High strength steel tubing supports bicycle by its
frame, eliminating wheel damage
• Smooth vinyl coated finish to protect bicycle
• Allows locking of both wheel and frame for highest
security
• Extra wide arch allows easy access even at maximum
capacity
Viper Racks are a space efficient, economical and secure
method of parking bicycles. An increasing number of
communities have realized the importance of bicycling as
an alternative mode of transportation. Our high quality
products and customer care will make you a leader in your
community.
For More Information
A MERICAN B ICYCLE S ECURITY Co.
(800) 245-3723 • (805) 933-3688 • FAX (805) 933-1865
Material Specifications:
Viper Rack 3000 Series
Availability
Delivery time is approximately 2 weeks after the
receipt or order. Racks are shipped FOB Santa
Paula, California, USA, 93060.
Materials
All MIG welded construction. Tubing is 2" OD
with .09 thickness. Finished racks are grit blasted,
then polyester powder coated and oven cured.
Polyester powder coating will not chip, has excellent
corrosion resistance. Smooth finish will not scratch
bicycle. Standard color is black.
Viper Rack 1000
Series
2 3 4
B
A
Model 1042 Model 1041
With Base Plate Without Base Plate
A ............. 26" 66.04 cm A ............. 22" 55.88 cm
B ............. 39" 99.06 cm B ............. 47" 119.38 cm
Weight 18 lbs. 8.16 kg Weight 16 lbs. 7.26 kg
Installation
Viper Rack Model 1042, 2082, and 3002 use 8
expansion anchors which are available
(PN#MK9000). Installation in hard masonry is
recommended. Racks can be installed on asphalt,
but concrete embedment for anchors is
recommended. Installation instructions provided
with each shipment.
Viper Rack Model 1041 , 2081, and 3001 in
ground mount and have 8" longer end posts for
installation in concrete. Soft surfaces can be
accomodated with post hole digger and ready
mix concrete. Installation instructions
provided with each shipment.
Viper Rack 2000
Series
2 3 4 5 6 7 8
B
A _I
Model 2082 Model2081
With Base Plate Without Base Plate
A ............. 66" 167.44cm A ............. 62" 157.48cm
B ............. 39" 99.06 cm B ............ .47'' 119.38 cm
Weight 31 lbs. 14.06 kg Weight 28 lbs. 12.70kg
Ideal Location
For Viper Rack:
• Retail Store Front Protection
• Universities/High Schools
• Dormitories
• Apartments/Condominiums
• Libraries
• Office Buildings
• Manufacturing Plants
• Parking Facilities
• Mass Transit Depots
• Airports
• Shopping Centers
• Fast Food Outlets
• Convenience Stores
• Bicycle Shops
• Parks/Recreations Areas
• Marinas/Beachs
• Fitness Centers
• Tennis Clubs
• Resort Hotel
Viper Rack 3000 Series
B
...
A
lf >i I I A
Model 3002 & 3002A Model 3001 & 3001A
With Base Plate Without Base Plate
A ............. 64" 162.56 cm A ............. 60" 152.40 cm
B ............. 30" 76.20 cm B ............. 38" 96.52cm
Weight 26 lbs. 11.79 kg Weight 24 lbs. 10.89 kg
A MERI CAN B ICYCLE S ECURITY CO. • A Division of TURTLE STORAGE, LTD.
P.O. Box 7359 •Ventura, CA 93006 • (800) 245-3723 • (805) 933-3688 •FAX (805) 933-1865
bike racks
MODEL BAX-5
...
MODEL DR-15
These traditional bicycle racks are designed to last a lifetime.
Manufact~r~d out of 1-5/8" galv. steel pipe and 1/2" galv.
pipe. All fittings are also galvanized. Bike racks come in
single or double face, and for portable or permanent settings
-Please specify when ordering.
DOUBLE FACE BICYCLE RACKS
MODEL LENGTH CAPACITY SHIPPING WT. lbs
DR-15 15' 33 Bicycles 300 lbs
DR-30 30' 66 Bicycles 600 lbs.
SINGLE FACE BICYCLE RACKS
MODEL LENGTH CAPACITY SHIPPING WT. lbs.
SR-15 15' 15 Bicycles 255 lbs.
SR-30 30' 30 Bicycles 400 lbs.
Whether you need just a few, or rows upon rows,
We are at your service.
-
-
BA-series
"BA" SERIES -Bike Rack is made in separate wheel
holder units, which can be installed 16" apart, a ll
facing one way for one side loading; or facing in alter-
nate directions for loading from both sides, spaced 8"
apart.
Wheel holders are individual welded units made of 1/2"
steel rod. Base of each holder is bolted to 1-1/2" x 1-1 /2"
x 3/16" steel angle runners the full length of the bike
rack. Bolts are provided with locknuts. Angle runners
and wheel holders are Hot Dip Galvanized after fabrica -
tion. Angle runners are provided with holes for anchor-
ing. Bike holders are designed to accommodate a ll
sizes of bike wheels.
LOAD ONE SIDE
MODEL CAPACITY LENGTH WIDTH HEIGHT WEIGHT
Lbs.
BAX-2 2 19" 19-3/4" 20-1/4" 20 lbs.
BAX-5 5 67" 19-3/4" 20-1/4" 52 lbs.
BAX-8 8 115Y." 19-3/4" 20-1/4" 85 lbs.
LOAD BOTH SIDES
MODEL CAPACITY LENGTH WIDTH HEIGHT WEIGHT
Lbs.
BA-4 4 27" 22" 20-1/4" 32 lbs .
BA-9 9 67" 22" 20-1/4" 68 lbs.
BA-15 15 115Y•' 22" 20-1/4" 127 lbs.
Th is portable bike rack is made out of 1-5/8" galv. pipe and
1 /2" galv. steel pipe. This model is ideal for either stand a lone,
m wall .mount installation. Please specify when ordering.
Single side load only on this model.
I MODEL LENGTH DEPTH HEIGHT CAPACITY SHIP WT. lbs. ]
I I I WM-7 10' 20" 38 " 7 Bicycles 98 lbs.
I WM-11 15' 20 # 38 " 11 Bicycles 150 lbs.
AMERICAN BI CYCLE SECURITY C 0. • A Division of TURTLE STORAGE, LTD.
n r'\ D ~-· '7'JC::Q . Uont11r'.l r A Q1()()fi . ~OO·~-Fi<ff!3 805-933·3688 FAX 933·1865
21112 .. 1%"
\
5"(DIAM.)x5'/1"
SHIELDED PADLOCK
RECEPTACLE
4V2 .. x 1/z " I
EXPANSION BOLT -4"-
Rack Ill"'·'
PAT NO. 3, 783,659
MATERIALS AND FINISHES
21 '/i"
I
_!_
All MIG welded steel construction. Base
member 1/a" x 11/2" x 4" roll formed channel.
Tubular members 1112" x 11/2" with .072 wall
thickness. Case hardened lock bar. Concealed
1f2 " diameter swing pin. Finished racks oven
pretreated and grit blasted, then electro-
statically coated with polyester powder and
oven cured. Dark brown polyester coating has
excellent corrosion and fade resistance.
Smooth finish will not scratch bicycles. Two
bicycles per double unit.
SUGGESTED
ARCHITECTURAL SPECIFICATIONS
[specify quantity] double unics each
accommodating two bicycles shall be installed according
to manufacturer's specification. Rack to secure bicycle
frame and both wheels without chain or cable. Padlock
protection must be provided and rack must accept
U-shaped bike locks. Height 21 W'; overall width 28",
length 48''. Racks to be delivered fully assembled with
dark brown finish (other colors subject to special inquiry).
INSTALLATION
Three self-tapping W' x 4112'' anchor bolts are provided
with each double unit. Installation in concrete is rec-
ommended. Minimum bolt embedment is 21/e''. Allow 3'
4'1> 'WHEEL
LOCKING BARS
;:I
~-r>-~-<•
-I
-!
------CONCEALED 'l:z" DIAM. HINGE PIN
MOVEABLE
ARM
THREE-POINT
LOCKING SYSTEM.
t
I 4V2" x '12"'
EXPANSION
BOLT
-.,-
__]_ ~
from center line of base chan.nel to walls, etc., for bike
clearance. Complete installation instructions are pro-
vided with each shipment. Racks can be installed in
asphalt, but concrete embedment for bolts is required.
AVAILABILITY
Delivery time is approximately 3 weeks after receipt
of order. Racks are shipped fully assembled, f.o.b.
Oakland, California. Shipping weight 40 lbs. per
double unit.
CODE ACCEPTABILITY,
CERTIFICATION
Many city and county governments have specified Rack
Ill for use in any new or remodeled commercial con-
struction.
Whether you need just a few, or rows upon rows,
We are at your service.
A MERICAN BICYCLE SECURITY CO.• ADivisionofTURTLESTORAGE,LTD.
P.O. Box 7359 •Ventura, CA 93006 • 800·245·3723 805·933·3688 FAX 933·1865
Hodel No
Rack III
B-1
BR-2
HFB-1
HFB-2
PBH-1
1041
1042
2081
2082
MK9000
AJIERICAll BICYCLE SF.CURITY CO.
a div. of Turtle Storage, Ltd.
P.O. Box 7359 * Ventura * CA * 93006
(805) 933-3688 * FAX (805 ) 933-1865
BICYCLE R!OO
Price Sheet
Effective August 1, 1994
CLASS 2 & 3 BICYCLE PARKING FACILITIES
Description
Locks frame and both wheels with one lock. No cables needed. Surface mounted.
Pad lock protector prevents pry bar or bolt cutters fro1 damaging lock.
Steel /powder epoxy finished wall 1ounted rack hangs one bike fro1 wheel.
Two loops to lock with cable. Coated hook won't da.age wheels.
Steel /powder epoxy finished wall 1ounted rack hangs two bikes fro1 wheel.
Loops to lock with cable. Coated hooks won't damage wheels. Accessory rack.
Steel/powder epoxy finished wall tounted folding rack hangs one bike by the
fraie horizontal. Bike is parallel to the wall. Has accessory rack.
Steel/powder epoxy finished wall tounted folding rack hangs two bikes by the
frame horizontal. Bikes are parallel to the wall. Has accessory rack.
Steel vinyl coated, ceiling or wall mount hangs one bike fro1 front wheel.
Steel tube in a single arch with in the ground iount 8" depth.
Durable weather resistant finish. Mounts in iost any surface.
Steel tube in a single arch with base plates for surface tount.
Durable weather resistant finish. Mounting kit available.
Steel tube in a double arch with in the ground mount 8" depth.
Durable weather resistant finish. Mounts in most any surface.
Steel tube in a double arch with base plates for surface tount.
Durable weather resistant finish. Mounting kit available.
Mounting kit for 1042 & 1082 racks. (complete hardware kit for one rack)
Lilited warranty
I Bikes Class Prices
2 2 $339 .00
1 3 $ 23.00
2 3 $ 80.00
1 3 $ 60.00
2 3 $ 75.00
2 3 $ 11.00
4 3 $140.00
4 3 $175.00
8 3 $280.00
8 3 $315.00
$ 20.00
AMERICAN BICYCLE SECURITY co. warrants that all of its products are guaranteed against defective material or poor
worklanship for a period of one year fro1 date of shiptent. AMERICAN BICYCLE SECURITY co. 's liability under this
warranty shall be discharged by furnishing without charge F .O.B. Santa Paula, CA, any goods, or part thereof which shall
appear to the co1pany upon inspection to be of defective .aterial or not of first class worklanship, provided that claim
is made in writing to co1pany within a reasonable period after receipt of the product. Where clai1S for defects are
.ade, the defective part or parts shall be delivered to the co1pany, prepaid, at Santa Paula, CA, for inspection.
AMERICAN BICYCLE SECURITY co. will not be liable for the cost of repairs, alterations, or replaceients, or for any
expense connected therewith .ade by the owner or his agents, except upon written authority fro1 the AMERICAlf BICYCLE
SECURITY CO., Santa Paula office. AMERICAN BICYCLE SECURITY CO. will not be liable for any daiages caused by defective
.aterials or poor worklanship, except for replacetent as provided above.
BIKRAKPO.FOR/ts7 Prices subject to change without notice
Model No .
BA-4
BA-9
BA-15
BAX-2
BAX-5
BAX-8
DR-15
DR-30
SR-15
SR-30
WK-7
WK-11
AmlCAB BICYCLE SBCOIITY CO.
a div. of Turtle Storage, Ltd.
BICYCLE ll<lCS
Price Sheet
Effective August 1, 1994
Description
Load fro1 both sides. Galvanized finish. Requires so1e asselbly.
Load fro• both sides. Galvanized finish. Requires so1e asselbly.
Load fro1 both sides. Galvanized finish. Requires so1e asselbly.
Load fro1 one side. Galvanized finish. Requires so1e asselbly.
Load fro• one side. Galvanized finish. Requires so1e asselbly.
Load fro1 one side. Galvanized finish. Requires so1e asselbly.
Load fro1 both sides. Galvanized finish. Requires so1e asselbly.
Load fro1 both sides. Galvanized finish. Requires so1e asselbly.
Load fro1 one side. Galvanised finish. Requies so1e asselbly.
Load from one side. Galvanized finish. Requires so1e asselbly.
Portable or wall tount. Galvanized finish. Requires so1e asselbly.
Portable or wall tount. Galvanized finish. Requires so1e asselbly.
ll<lCS SHIPPED KllOCKED OOWlf WHERE APPLICABLE
Warranty: One year on parts due to tanufacturer defects
Prices subject to change without notice.
page 2
BIKRAKPO.FOR/ts7
I Bikes Class Prices
4 3 $129.00
9 3 $289.00
15 3 $409.00
2 3 $ 79.00
5 3 $179.00
8 3 $260.00
33 3 $639.00
66 3 $1119.00
15 3 $519.00
30 3 $919.00
7 3 $275.00
11 3 $310.00
Thank you again for your time. We look forward to working with you.
Sincerely,
~ti!!.~
Sales Representative
RV/le
Enclosures
B:\Letter.Dir\NYECDevl.let/tsla
~ · I Texas Department of Transportation
P.O. BOX 3249 •BRYAN, TEXAS 77805-3249 • (409) 778-2165
Mr. Edwin Hard
City of College Station
P.O. Box 9960
November 22, 1994
College Station, Texas 77842
College Station Bike Loop Project
Dear Mr. Hard:
Please review the attached draft agreement for this enhancement
project. If the agreement meets with your approval, please have
the city's portions of both counterparts executed and return them
to this office. Under this agreement the city hires a consultant
for the architectural/engineering documents; with state oversight,
·and the state lets and manages the construction contract.
Please call Mr. Appleton at (409) 778-9707 with any questions.
Attachments
Sincerely,
O~E~
Phillip E. Russell, P.E.
Bryan Director of Transportation
Planning and Development
An Equal Opportunity Employer
STATE OF TEXAS *
COUNTY OF TRAVIS *
County
CSJ
Project
PROJECT DEVELOPMENT AGREEMENT
Brazos
0917-29-062
College Station Bike Loop
FOR STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM
PROJECT
THIS AGREEMENT, made on the date shown hereinafter, by and between the
Texas Department of Transportation, hereinafter called the "State", and the City
of College Station, Texas, a local government, or governmental agency or entity,
hereinafter called the "City".
W I T N E S S E T H
WHEREAS, the City is the sponsor of the College Station Bike Loop project,
to be hereinafter identified as the "Project", described by the nomination form,
attached hereto and identified as "Exhibit A"; and
WHEREAS, under Title 23, United States Code as amended by the Intermodal
Surface Transportation Efficiency Act of 1991 and subsequent Federal legislation,
a program entitled Category 4B, Texas Statewide Transportation Enhancement
Program has been approved by the Texas Transportation Commission and said project
is included in this program; and
WHEREAS, the City has offered to participate in the development and
construction of the Project by providing funding, preparing . the design
documentation, acquiring the necessary right of way, accomplishing utility
adjustments, and other necessary items required by the State; and
WHEREAS, on the 28th day of October, 1993 the College Station City Council
passed Resolution No. 10-28-93-9, attached hereto and identified as "Exhibit B",
authorizing the City's participation in the Project; and
WHEREAS, on the 28th day of April, 1994 the Texas Transportation Commission
passed Minute Order 103709, attached . hereto and identified as "Exhibit C",
authorizing the Project through the Statewide Transportation Enhancement Program;
and
WHEREAS, it is incumbent upon the State to secure the federal cost share,
administer the development, contracting, construction, and management of this
project.
AGREEMENT
NOW, THEREFORE, in consideration of the premises and of mutual covenants
and agreements of the parties hereto to be by them respectively kept and
performed, as hereinafter set forth, it is agreed as follows:
1. CONTRACT PERIOD
This agreement becomes effective upon final execution by the State and shall
terminate upon completion of the Project or unless terminated or modified as
hereinafter provided.
c: ldatal"PWinldocs\enhanlbikeloop. agr Page 1 of 7
2. SCOPE OF PROJECT
The State and the City agree that the scope of the Project shall be limited to
the scope authorized by the Texas Transportation Commission.
3. ACQUISITION OF RIGHT-OF-WAY
A. The City shall perform the necessary requirements to provide the desired
right-of-way required for the construction of the Project. The City will comply
with and assume the costs for compliance with all the requirements of Title II
and Title III of the Uniform Relocation Assistance and Real Property Acquisition
Policies Act of 1970, Title 42 U.S.C.A. Section 4601, et seq., including those
provisions relating to incidental expenses incurred by the property owners.
Documentation to support such compliance must be maintained and must be made
available to the State and its representatives for review and inspection.
B. In the event the right of way is donated to the City, the City will provide
all documentation regarding the value of the acquired property to the State. The
State will review the City's appraisal of the donated property to determine the
fair market value. The fair market value of the donated right of way will be
credited toward the cost of the project. Donations of property must be in
accordance with Title 23 U.S.C. § 323. c. The State will not reimburse the City any funds for right of way acquired
before FHWA approval.
4. RIGHT-OF-WAY DESCRIPTION
The City shall prepare or cause to be prepared right-of-way plats, property
descriptions and other data as needed to properly describe the right of way which
the City is to acquire and provide for the project. The right-of-way plats and
property descriptions shall be submitted to the State for approval prior to the
City acquiring the necessary right of way. Tracings of the plats shall be
retained by the City for its permanent records.
5. DETERMINATION OF RIGHT-OF-WAY VALUES
The City agrees to make a determination of property values for each right-of-way
parcel by methods acceptable to the State and to submit to the State's district
office a tabulation of the values so determined, signed by the appropriate City
representative. This tabulation shall list the parcel numbers, owners, acreage
and recommended compensation. Compensation shall be shown in the component parts
of land taken, itemization of improvements taken, damages (if any) and the
amounts by which the total compensation will be reduced if the owner retains
improvements. This tabulation shall be accompanied by an explanation to support
the determined values, together with a copy of information or reports used in
arriving at all determined values. The State will review the data submitted and
may base its reimbursement for parcel acquisitions on the values which are
determined by this review.
6. CONDEMNATION
Condemnation proceedings will be initiated at a time selected by the City and
will be the City's responsibility at its own expense as hereinafter indicated.
The City will concurrently file condemnation proceedings and a notice of lis
pendens for each case.
7. COURT COSTS, COSTS OF SPECIAL COMMISSIONERS' HEARINGS
Court costs of special commissioners' hearings assessed against the City in
condemnation proceedings and fees incident thereto will be paid by the City.
Such costs and fees incurred after FHWA approval will be eligible for
reimbursement at an amount not to exceed eighty percent (80%) of the actual cost
under the established reimbursement procedure.
8. REIMBURSEMENT
Reimbursements will be made to the City for right of way purchased after the date
of FHWA approval in an amount not to exceed eighty percent (80%) of the cost of
the right of way purchased in accordance with the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the State's
predetermined value of each parcel, or the net cost thereof, whichever is less.
c: \data \"'IJWi n\docs \enhan\bi kel oop. agr Page 2 of 7
In addition, reimbursement will be made to the City for necessary payments to
appraisers, expenses incurred in order to assure good title to property acquired
and costs associated with the relocation of displaced persons or personnel
property as well as incidental expenses incurred in conveying the needed right
of way to the City. Reimbursement shall not exceed eighty percent (80%) of such
documented costs. If condemnation is necessary and title is taken as set forth
herein under the section entitled CONDEMNATION, the participation by the State
shall be based on the final judgement, conditioned upon notifying the State in
writing prior to the filing of such suit and upon giving prompt notice of all
action taken therein.
9. UTILITY ADJUSTMENTS/RELOCATIONS
A. If the proposed construction requires the adjustment, removal or relocation
of such utility facilities, the City and its consultant will establish the
necessary utility work in accordance with 43 T.A.C., Sec. 21.31-21.51 and notify
the appropriate utility company to schedule their adjustments. The City shall
be responsible for all costs associated with the adjustment, removal, or
relocation of such utility facilities, and such adjustment, removal, or
relocation shall be . in accordance with applicable State law, regulations,
policies, and procedures. In the event additional utilities are required to be
adjusted, removed or relocated during the construction of the Project, the City
will be responsible for Qll costs associated with the additional utility work,
unless this work is provided by the owners of the utility facilities.
B. Utility adjustment costs which would be ~ligible for cost participation by
virtue of a property interest as described in 23 C.F.R. 645.107 (A} (C}will be
reimbursable to the City not to exceed eighty percent (80%) of actual costs.
10. ENVIRONMENTAL MITIGATION
The State will be responsible for the preparation of the environmental assessment
documents. The City will perform an Environmental Site Assessment for hazardous
materials impact in accordance with the American Society for Testing and
Materials (ASTM} 1528. 93 (Transaction Screen Process}. The City will be
responsible for the mitigation and remediation of any environmental problems
associated with the development and construction of the Project. The City shall
provide to the State written certification from the appropriate regulatory
agency(s} that the environmental problems have been remedied. The State will not
let the construction contracts until all environmental problems have been
remediated by the City.
11. CERTIFICATION
The City shall provide to the State forty-.five (45) days prior to the
construction contract let date, a certification that all environmental problems
have been remediated, and all conflicting utilities have been adjusted to clear
the proposed construction.
12. SUBLETTING
The City shall not sublet or transfer any portion of the work under this
agreement unless specifically approved in writing by the State. All subcontracts
shall include the provisions required in this contract and shall be. approved in
writing by the State prior to the subcontrac-tor beginning work.
13. ARCHITECTURAL/ENGINEERING SERVICES
A. The City will prepare or cause to be prepared the preliminary engineering
necessary for the development of plans, specifications and estimates (P.S.& E.}.
B. The P.S.& E. shall be developed by the City.or its consultant in accordance
with the State's latest Standard Specifications For Construction Of Higbways.
·Streets And Bridges and AASHTO Guide for Development of Bicycle Facilities or its
currently approved revisions.
C. The City shall submit the completed P.S.& E. to the State for review and
approval. Should the State determine revisions are required to the P.S.& E., the
City shall prepare or cause to be prepared the necessary revisions. The State
will not let the construction contract until the P.S.& E. have been approved by
the State.
c: \data \-.p.ori n\docs \enhanlbi ke loop. agr Page 3 of 7
D. The City must comply with the procedures established in 23 C.F.R. Part 172
in the selection of its consultant. The City shall submit its consultant
selection procedures to the State for approval prior to beginning the hiring
process. The contract for architectural or engineering services must not include
compensation based on a percentage of construction cost. Disadvantaged Business
Enterprise(DBE)/Historically Underutilized Business(HUB) participation in
consultant contracts will meet the Federal goals.
E. The City will submit to the State all documentation relating to actual costs
incurred associated with the development of architectural documents and plans.
Reasonable costs incurred by the City after the State has given written
authorization will be eligible for reimbursement at an amount not to exceed
eighty percent(80%) of the actual costs. The City shall comply with the cost
principles established in OMB Circular A-87, "Cost Principle for State and Local
Governments." Payments to the City for allowable costs will be made monthly
while the work is in progress under this agreement. The City will prepare and
present to the State a monthly progress report and an itemized and certified
invoice (TxDOT Form 132, or an invoice that is acceptable to the State) each
month stating the percent completion of the work accomplished during the month
and also to date. The State shall reserve the right to withhold payment pending
verification of satisfactory work performed. The City must submit adequate proof
to the State that the task has been performed. The original Form 132, or an
acceptable invoice, and four (4) copies should be submitted directly to the
District Office to expedite processing. Upon receipt and approval of each
statement, the State shall pay the amount which is due and payable within thirty
(30) days time. The itemized and certified statements shall show the total
amount earned to the date of submission and the amount due and payable as of the
date of the current statement.
14. ACQUISITION AND CONSTRUCTION FUNDING
A. The total costs for the Project are estimated at $1,348,000.00.
B. The State will be responsible to secure the federal share of the funding
required for the development and construction of the Project up to the maximum
amount of $1,078,400.00 or eighty percent (80%) of the total cost to complete the
Project, whichever is less. The City will be responsible for any non-federal
participation costs associated with the Project. The federal funds provided under
this agreement will be utilized for the planning and construction of the Project
and to compensate the State for the costs incurred in reviewing the architectural
contract documents and performing construction oversight and other administrative
services required under this agreement. Federal funds are approved by this
agre~ment for acquisition of property and construction of bike paths, lanes,
bridges, and culvert crossings.
C. Upon execution of this agreement, the City will remit a check or warrant
made payable to the "Texas Department of Transportation" in the amount of
$48,266.00. This amount is based on twenty percent (20) of the sum of the
estimated State administrative cost and the estimated engineering .cost. The funds
will be utilized by State to review the P.S.& E. and for other incidental costs
prior to letting.
D. Sixty (60) days prior to the date set for receipt of the construction bids,
the State will notify the City that its financial share for the construction is
required. The City shall remit a check or warrant in the amount established by
the State within thirty (30) days from receipt of the State's written
notification to the address provided herein. Additionally, the City will be
responsible for payment of costs exceeding the federal funding share established
by Texas Transportation Commission Minute Order 103709.
E. Reimbursement will be made to the City for property purchased after FHWA
approval in an amount not greater than eighty percent (80%) of the cost of the
property and improvements purchased according to the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the
predetermined and preapproved value of the property or the net cost thereof,.
whichever is less. In addition, reimbursement will be made to the City for
necessary payments to appraisers, expenses incurred to assure good title to
property acquired, and costs associated with incidental expense in conveying the
c: ldatal"l'Wi nldocs \enhanlbike loop. agr Page 4 of 7
needed right of way to the City. Reimbursement shall not exceed eighty percent
(80%) of such documented costs.
F. In the event the State determines additional funding is required by the City
at any time during the development of the Project, the State will notify the City
in writing of the additional amount. The City will make payment to the State
within thirty (30) days from receipt of the State's notification. Upon completion
of the Project, the State will perform an audit of the costs and any funds due
the City will be promptly returned.
15. CONSTRUCTION RESPONSIBILITIES
A. The State shall advertise for construction bids, issue bid proposals,
receive and tabulate the bids, and award a contract for construction of the
Project in accordance with existing procedures and applicable laws. Any field
changes, supplemental agreements or additional work orders which may become
necessary subsequent to the award of the construction contract shall be the
responsibility of the City and subject to the approval of the State.
B. The State will supervise and inspect all work performed by the construction
contractor and will provide or cause to be provided such engineering, inspection
and testing services as may be required to ensure that the construction of the
Project is accomplished in accordance with the approved P.S.& E.
C. Upon completion of the Project, the State will issue to the City a
"Notification of Completion", acknowledging the Project has been completed. Upon
the City's receipt of the "Notification of Completion", the City agrees to accept
ownership and operate and maintain the facility authorized by this agreement for
the benefit of the public.
16. MAINTENANCE RESPONSIBILITIES
Upon completion of the Project, the City will assume responsibility for
maintenance of the completed facility.
17. OWNERSHIP OF DOCUMENTS
Upon completion or termination of this agreement, all documents prepared by the
City shall remain the property of the City. All documents prepared by the State
shall remain the property of the State. All data prepared under this agreement
shall be made available to the State without restriction or limitation on their
further use. All documents produced, approved or otherwise created by the City
shall be transmitted to the State in the form of photocopy reproduction on a
monthly basis .
18 . TERMINATION
A. This agreement may be terminated by any of the following conditions:
(1) By mutual written agreement and consent of both parties.
(2) By either party, upon the failure of the other party to fulfill the
obligation as set forth herein.
B. The termination of this agreement shall extinguish all rights, ·duties,
obligations and liabilities of the State and City under this agreement. If the
potential termination of this agreement is due to the failure of the City to
fulfill its contractual obligations as set forth herein, the State will notify
the City a possible breach of contract has occurred. The City should make every
effort to remedy the breach as outlined by the State within a period mutually
agreed upon by both parties.
c. Violation or breach of contract terms shall be grounds for termination of
the agreement, and any increased costs arising from the City's default, breach
of contract or violation of agreement terms shall be paid by the City.
19. REMEDIES
This agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed
of by either party to this agreement and shall be cumulative.
20. INDEMNIFICATION
To the extent permitted by law, the City shall indemnify and save harmless the
State, its officers, employees, agents and contractors from all claims and
c: \data \i.pwi n\docs \enhan\bi ke loop. agr Page 5 of 7
liabilities due to the activities of the City, its officers, employees, agents
and contractors performed under this agreement and which result from an error,
omission or negligent acts of the City, its officers, employees, agents or
contractors. Additionally, to the extent permitted by law, the City shall save
harmless the State, its officers, employees, agents and contractors from any and
all expenses, including attorneys fees and court costs which may be incurred by
the State in litigation or otherwise resisting said claim or liabilities which
might be imposed on the State as the result of such activities by the City, its
officers, employees, agents or contractors.
21. AMENDMENTS
Any changes in the time frame, character, agreement provisions or obligations of
the parties hereto shall be enacted by written amendment executed by both the
City and the State.
22. COMPLIANCE WITH LAWS
The City shall comply with all federal, state and local laws, statutes,
ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of the
agreement. When required, the City shall furnish the State with satisfactory
proof of the compliance therewith.
23. LEGAL CONSTRUCTION
In case one or more of the provisions contained in this agreement shall for any
reason be held invalid, illegal or unenforceable in any respect, such invalidity,
illegality or unenforceability shall not affect any other provisions hereof and
this agreement shall be construed as if such invalid, illegal or unenforceable
provision had never been contained herein.
24. NOTICES
All notices to either party by the other required under this agreement shall be
delivered personally or sent by certified or U.S. mail, postage prepaid, addressed
to such party at the following respective addresses:
State:
City:
Texas Department of Transportation
1300 N. Texas Avenue
P.O. Box 3249
Bryan, TX 77805-3249
The City of College Station, Texas
P. o. Box 9960
College Station, TX 77842
All notices shall be deemed given on the date so delivered or so deposited in the
mail, unless otherwise provided herein. Either party hereto may change the above
address by sending written notice of such change to the other in the manner
provided herein.
25. INSPECTION OF BOOKS AND RECORDS
The State will, for the purpose of termination of the agreement prior to
completion, examine the books and records of the City to check the amount of work
performed by the City at contract termination. The City shall maintain all
books, documents, papers, accounting records and other documentation relating to
costs incurred under this agreement and shall make such materials available to
the State, the Federal Highway Administration (FHWA) or their duly authorized
representatives for review and inspection at its office during the contract
period and for three (3) years from the date of completion of work defined under
this contract or until impending litigation is resolved. Additionally, the
State, FHWA, and their duly authorized representatives shall have access to all
records of the City which are directly applicable to this agreement for making
audits, examinations, excerpts, and transcriptions.
c: \data \~n\docs \enhan\bike loop. agr Page 6 of 7
26. OMB AUDIT REQUIREMENTS
The City shall comply with the requirements of the Single Audit Act of 1984, P.L.
98-502, insuring the single audit report includes the coverage stipulated in
paragraphs 6, 8 and 9 of OMB Circular No. A-128.
27. PROCUREMENT AND PROPERTY MANAGEMENT STANDARDS
The City shall adhere to the procurement standards established in Title 49 C.F.R.
Part 18.32 and the property management standards established in Title 49 C.F.R.
Part 18.36 .
28. CIYIL RIGHTS COMPLIANCE
The City shall comply with the regulations of the Department of Transportation
as they relate to nondiscrimination (49 C.F.R. 21 and 23 C.F.R. 710 .405(B);
Executive Order 11246 titled "Equal Employment Opportunity," as amended by
Executive Order 11375 and as supplemented in the Department of Labor regulations
(41 C.F .R. 60)).
29. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The City shall comply with the "Minority Business Enterprise Program
Requirements" established in 49 C.F.R. Part 23, Subpart D.
30. DEBARMENT CERTIFICATIONS
The City is prohibited from making any award at any time to any party which is
debarred or suspended or otherwise excluded from or ineligible for participation
in federal assistance programs under Executive Order 12549, Debarment and
Suspension. The City shall require any party to a subcontract or purchase order
awarded under this contract as specified in Title 49 of the Code of Federal
Regulations, Part 29 (Debarment and Suspension) to certify its eligibility to
receive federal funds and, when requested by the State, to furnish a copy of the
certification.
31. SOLE AGREEMENT
This agreement constitutes the sole and only agreement between the parties hereto
and supersedes any prior understandings or written or oral agreements respecting
the within subject matter.
IN TESTIMONY WHEREOF, the parties hereto have caused these presents to be
executed in duplicate on the date herein stated.
City
Signature
By:
Title of Executing Official
ATTEST:
By:
Signature
Title
c: ldatal"17w'inldocslenhanlbikeloop.agr
THE STATE OF TEXAS
Certified as being executed for the
purpose and effect of activating and/or
carrying out the orders, established
policies, or work programs heretofore
approved and authorized by the Texas
Transportation Commission under the
authority of Minute Order 103709.
APPROVED:
By:
Date:
Page 7 of 7
Robert Cuellar, P.E.
Deputy Executive Director for
Transportation Planning and
Development
r -J
I
I
~.
\
I
L -----~ r--~~--... .-..; I I j I
·'<. / \ ...... >
@r CITY OF COLLEGE STATION
BIKEWAY MASTER P L AN
FOCUS GROUP REVISIONS
r
I
0
SCALE
5,000
(FEET)
Legend:
10,000
-Bike Route Added
-Bike Lane Added
-Bikeway Needed*
A Park
• School
* Bikewoy Needed roadways ore those that should be
designated as a bikewoy but ore not due to a lock of street width and/or right-of-way to safely accommodate bicyclists.
Mop prepared by Planning Division -Sept. 1993
. )
I Texas Department of Transportation
P.O. BOX 3249 •BRYAN, TEXAS 77805-3249 • (409) 778-2165
Mr. Edwin Hard
City of College Station
P.O. Box 9960
November 22, 1994
College Station, Texas 77842
College Station Bike Loop Project
Dear Mr. Hard:
Please review the attached draft agreement for this enhancement
project. If the agreement meets with your approval, please have
the city's portions of both counterparts executed and return them
to this office. Under this agreement the city hires a consultant
for the architectural/engineering documents, with state oversight,
and the state lets and manages the construction contract.
Please call Mr. Appleton at (409) 778-9707 with any questions.
Attachments
Sincerely,
04€~
Phillip E. Russell, P.E.
Bryan Director of Transportation
Planning and Development
An Equal Opportunity Employer
STATE OF TEXAS *
COUNTY OF TRAVIS *
County
CSJ
Project
PROJECT DEVELOPMENT AGREEMENT
Brazos
0917-29-062
College Station Bike Loop
FOR STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM
PROJECT
THIS AGREEMENT, made on the date shown hereinafter, by and between the
Texas Department of Transportation, hereinafter called the "State", and the City
of College Station, Texas, a local government, or governmental agency or entity,
hereinafter called the "City".
W I T N E S S E T H
WHEREAS, the City is the sponsor of the College Station Bike Loop project,
to be hereinafter identified as the "Project", described by the nomination form,
attached hereto and identified as "Exhibit A"; and
WHEREAS, under Title 23, United States Code as amended by the Intermodal
Surface Transportation Efficiency Act of 1991 and subsequent Federal legislation,
a program entitled Category 4B, Texas Statewide Transportation Enhancement
Program has been approved by the Texas Transportation Commission and said project
is included in this program; and
WHEREAS, the City has offered to participate in the development and
construction of the Project by providing funding, preparing the design
documentation, acquiring the necessary right of way, accomplishing utility
adjustments, and other necessary items required by the State; and
WHEREAS, on the 28th day of October, 1993 the College Station City Council
passed Resolution No. 10-28-93-9, attached hereto and identified as "Exhibit B",
authorizing the City's participation in the Project; and
WHEREAS, on the 28th day of April, 1994 the Texas Transportation Commission
passed Minute Order 103709, attached hereto and identified as "Exhibit C",
authorizing the Project through the Statewide Transportation Enhancement Program;
and
WHEREAS, it is incumbent upon the State to secure the federal cost share,
administer the development, contracting, construction, and management of this
project.
A G R E E M E N T
NOW, THEREFORE, in consideration of the premises and of mutual covenants
and agreements of the parties hereto to be by them respectively kept and
performed, as hereinafter set forth, it is agreed as follows:
1. CONTRACT PERIOD
This agreement becomes effective upon final execution by the State and shall
terminate upon completion of the Project or unless terminated or modified as
hereinafter provided.
c: \datal~nldocs\enhan\bikeloop . agr Page 1 of 7
2. SCOPE OF PROJECT
The State and the City agree that the scope of the Project shall be limited to
the scope authorized by the Texas Transportation Commission.
3. ACQUISITION OF RIGHT-OF-WAY
A. The City shall perform the necessary requirements to provide the desired
right-of-way required for the construction of the Project. The City will comply
with and assume the costs for compliance with all the requirements of Title II
and Title III of the Uniform Relocation Assistance and Real Property Acquisition
Policies Act of 1970, Title 42 U.S.C.A. Section 4601, et seq., including those
provisions relating to incidental expenses incurred by the property owners.
Documentation to support such compliance must be maintained and must be made
available to the State and its representatives for review and inspection.
B. In the event the right of way is donated to the City, the City will provide
all documentation regarding the value of the acquired property to the State. The
State will review the City's appraisal of the donated property to determine the
fair market value. The fair market value of the donated right of way will be
credited toward the cost of the project. Donations of property must be in
accordance with Title 23 U.S.C. § 323 .
C. The State will not reimburse the City any funds for right of way acquired
before FHWA approval.
4. RIGHT-OF-WAY DESCRIPTION
The City shall prepare or cause to be prepared right-of-way plats, property
descriptions and other data as needed to properly describe the right of way which
the City is to acquire and provide for the project. The right-of-way plats and
property descriptions shall be submitted to the State for approval prior to the
City acquiring the necessary right of way. Tracings of the plats shall be
retained by the City for its permanent records.
5. DETERMINATION OF RIGHT-OF-WAY VALUES
The City agrees to make a determination of property values for each right-of-way
parcel by methods acceptable to the State and to submit to the State's district
office a tabulation of the values so determined, signed by the appropriate City
representative. This tabulation shall list the parcel numbers, owners, acreage
and recommended compensation. Compensation shall be shown in the component parts
of land taken, itemization of improvements taken, damages (if any) and the
amounts by which the total compensation will be reduced if the owner retains
improvements. This tabulation shall be accompanied by an explanation to support
the determined values, together with a copy of information or reports used in
arriving at all determined values. The State will review the data submitted and
may base its reimbursement for parcel acquisitions on the values which are
determined by this review.
6. CONDEMNA.TION
Condemnation proceedings will be initiated at a time selected by the City and
will be .the City's responsibility at its own expense as hereinafter indicated.
The City will concurrently file condemnation proceedings and a notice of lis
pendens for each case.
7. COURT COSTS. COSTS OF SPECIAL COMMISSIONBRS' HEARINGS
Court costs of special commissioners' hearings assessed against the City in
condemnation proceedings and fees incident thereto will be paid by the City.
Such costs and fees incurred after FHWA approval will be eligible for
reimbursement at an amount not to exceed eighty percent (80%) of the actual cost
under the established reimbursement procedure.
8. REIMBURSEMENT
Reimbursements will be made to the City for right of way purchased after the date
of FHWA approval in an amount not to exceed eighty percent (80%) of the cost of
the right of way purchased in accordance with the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the State's
predetermined value of each parcel, or the net cost thereof, whichever is less.
c: \data\"'!Jft'in\docs\enhan\bikeloop. agr Pa ge 2 of 7
In addition, reimbursement will be made to the City for necessary payments to
appraisers, expenses incurred in order to assure good title to property acquired
and costs associated with the relocation of displaced persons or personnel
property as well as incidental expenses incurred in conveying the needed right
of way to the City. Reimbursement shall not exceed eighty percent (80%) of such
documented costs. If condemnation is necessary and title is taken as set forth
herein under the section entitled CONDEMNATION, the participation by the State
shall be based on the final judgement, conditioned upon notifying the State in
writing prior to the filing of such suit and upon giving prompt notice of all
action taken therein.
9 . UTILITY ADJUSTMENTS/RELOCATIONS
A. If the proposed construction requires the adjustment, removal or relocation
of such utility facilities, the City and its consultant will establish the
necessary utility work in accordance with 43 T.A.C., Sec. 21.31-21 .51 and notify
the appropriate utility company to schedule their adjustments. The City shall
be responsible for all costs associated with the adjustment, removal, or
relocation of such utility facilities, and such adjustment, removal, or
relocation shall be in accordance with applicable State law, regulations,
policies, and procedures. In the event additional utilities are required to be
adjusted, removed or relocated during the construction of the Project, the City
will be responsible for all costs associated with the additional utility work,
unless this work is provided by the owners of the utility facilities.
B. Utility adjustment costs which would be eligible for cost participation by
virtue of a property interest as described in 23 C.F.R. 645.107 (A) (C)will be
reimbursable to the City not to exceed eighty percent (80%) of actual costs.
10. ENVIRONMENTAL MITIGATION
The State will be responsible for the preparation of the environmental assessment
documents. The City will perform an Environmental Site Assessment for hazardous
materials impact in accordance with the American Society for Testing and
Materials (ASTM) 1528. 93 (Transaction Screen Process). The City will be
responsible for the mitigation and remediation of any environmental problems
associated with the development and construction of the Project. The City shall
provide to the State written certification from the appropriate regulatory
agency(s) that the environmental problems have been remedied. The State will not
let the construction contracts until all environmental problems have been
remediated by the City.
11. CERTIFICATION
The City shall provide to the State forty-five (45) days prior to the
construction contract let date, a certification that all environmental problems
have been remediated, and all conflicting utilities have been adjusted to clear
the proposed construction.
12. SUBLETTING
The City shall not sublet or transfer any portion of the work under this
agreement unless specifically approved in writing by the State. All subcontracts
shall include the provisions required in this contract and shall be approved in
writing by the State prior to the subcontractor beginning work.
13 . ARCHITECTURAL/ENGINEERING SERVICES
A. The City will prepare or cause to be prepared the preliminary engineering
necessary for the development of plans, specifications and estimates (P.S.& E.).
B. The P.S .& E. shall be developed by the City or its consultant in accordance
with the State's latest Standard Specifications For Construction Of Higbways.
Streets And Bridges and AASHTO Guide for Development of Bicycle Facilities or its
currently approved revisions.
c. The City shall submit the completed P .S.& E. to the State for review and
approval. Should the State determine revisions are required to the P.S.& E., the
City shall prepare or cause to be prepared the necessary revisions . The State
will not let the construction contract until the P.S .& E. have been approved by
the State.
c: \data\lo.flWin\docs\enhan\bi keloop. agr Page 3 of 7
D. The City must comply with the procedures established in 23 C.F.R. Part 172
in the selection of its consultant. The City shall submit its consultant
selection procedures to the State for approval prior to beginning the hiring
process. The contract for architectural or engineering services must not include
compensation based on a percentage of construction cost. Disadvantaged Business
Enterprise(DBE)/Historically Underutilized Business(HUB) participation in
consultant contracts will meet the Federal goals.
E. The City will submit to the State all documentation relating to actual costs
incurred associated with the development of architectural documents and plans.
Reasonable costs incurred by the City after the State has given written
authorization will be eligible for reimbursement at an amount not to exceed
eighty percent(80%) of the actual costs. The City shall comply with the cost
principles established in OMB Circular A-87, "Cost Principle for State and Local
Governments." Payments to the City for allowable costs will be made monthly
while the work is in progress under this agreement. The City will prepare and
present to the State a monthly progress report and an itemized and certified
invoice (TxDOT Form 132, or an invoice that is acceptable to the State) each
month stating the percent completion of the work accomplished during the month
and also to date. The State shall reserve the right to withhold payment pending
verification of satisfactory work performed. The City must submit adequate proof
to the State that the task has been performed. The original Form 132, or an
acceptable invoice, and four (4) copies should be submitted directly to the
District Office to expedite processing. Upon receipt and approval of each
statement, the State shall pay the amount which is due and payable within thirty
(30) days time. The itemized and certified statements shall show the total
amount earned to the date of submission and the amount due and payable as of the
date of the current statement.
14. ACQUISITION AND CONSTRUCTION FUNDING
A. The total costs for the Project are estimated at $1,348,000.00.
B. The State will be responsible to secure the federal share of the funding
required for the development and construction of the Project up to the maximum
amount of $1,078,400.00 or eighty percent (80%) of the total cost to complete the
Project, whichever is less. The City will be responsible for any non-federal
participation costs associated with the Project. The federal funds provided under
this agreement will be utilized for the planning and construction of the Project
and to compensate the State for the costs incurred in reviewing the architectural
contract documents and performing construction oversight and other administrative
services required under this agreement. Federal funds are approved by this
agreement for acquisition of property and construction of bike paths, lanes,
bridges, and culvert crossings.
C. Upon execution of this agreement, the City will remit a check or warrant
made payable to the "Texas Department of Transportation" in the amount of
$48,266.00. This amount is based on twenty percent (20) of the sum of the
estimated State administrative cost and the estimated engineering cost. The funds
will be utilized by State to review the P.S.& E. and for other incidental costs
prior to letting.
D. Sixty (60) days prior to the date set for receipt of the construction bids,
the State will notify the City that its financial share for the construction is
required. The City shall remit a check or warrant in the amount established by
the State within thirty (30) days from receipt of the State's written
notification to the address provided herein. Additionally, the City will be
responsible for payment of costs exceeding the federal funding share established
by Texas Transportation Commission Minute Order 103709.
E. Reimbursement will be made to the City for property purchased after FHWA
approval in an amount not greater than eighty percent (80%) of the cost of the
property and improvements purchased according to the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the
predetermined and preapproved value of the property or the net cost thereof,
whichever is less. In addition, reimbursement will be made to the City for
necessary payments to appraisers, expenses incurred to assure good title to
property acquired, and costs associated with incidental expense in conveying the
c: \data\~n\docs\enhan\bikeloop. agr Page 4 of 7
needed right of way to the City. Reimbursement shall not exceed eighty percent
(80%) of such documented costs.
F. In the event the State determines additional funding is required by the City
at any time during the development of the Project, the State will notify the City
in writing of the additional amount. The City will make payment to the State
within thirty (30) days from receipt of the State's notification. Upon completion
of the Project, the State will perform an audit of the costs and any funds due
the City will be promptly returned.
15. CONSTRUCTION RESPONSIBILITIES
A. The State shall advertise for construction bids, issue bid proposals,
receive and tabulate the bids, and award a contract for construction of the
Project in accordance with existing procedures and applicable laws. Any field
changes, supplemental agreements or additional work orders which may become
necessary subsequent to the award of the construction contract shall be the
responsibility of the City and subject to the approval of the State.
B. The State will supervise and inspect all work performed by the construction
contractor and will provide or cause to be provided such engineering, inspection
and testing services as may be required to ensure that the construction of the
Project is accomplished in accordance with the approved P.S.& E.
C. Upon completion of the Project, the State will issue to the City a
"Notification of Completion", acknowledging the Project has been completed. Upon
the City's receipt of the "Notification of Completion", the City agrees to accept
ownership and operate and maintain the facility authorized by this agreement for
the benefit of the public.
16. MAINTENANCE RESPONSIBILITIES
Upon completion of the Project, the City will assume responsibility for
maintenance of the completed facility .
17. OWNERSHIP OF DOCUMENTS
Upon completion or termination of this agreement, all documents prepared by the
City shall remain the property of the City. All documents prepared by the State
shall remain the property of the State. All data prepared under this agreement
shall be made available to the State without restriction or limitation on their
further use . All documents produced, approved or otherwise created by the City
shall be transmitted to the State in the form of photocopy reproduction on a
monthly basis.
18. TERMINATION
A. This agreement may be terminated by any of the following conditi ons:
(1) By mutual written agreement and consent of both parties .
(2) By either party, upon the failure of the other party to fulfill the
obligation as set forth herein.
B. The termination of this agreement shall extinguish all rights, duties,
obligations and liabilities of the State and City under this agreement. If the
potential termination of this agreement is due to the failure of the City to
fulfill its contractual obligations as set forth herein, the State will notify
the City a possible breach of contract has occurred. The City should make every
effort to remedy the breach as outlined by the State within a period mutually
agreed upon by both parties.
C. Violation or breach of contract terms shall be grounds for termination of
the agreement, and any increased costs arising from the City's default, breach
of contract or violation of agreement terms shall be paid by the City.
19. REMEDIES
This agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed
of by either party to this agreement and shall be cumulative.
20. INDEMNIFICATION
To the extent permitted by law, the City shall indemnify and save harmless the
State, its officers, employees, agents and contractors from all claims and
c: ldatalv.p.;i nldocs lenhanlbi ke loop. agr Pag e 5 of 7
. ' .
liabilities due to the activities of the City, its officers, employees, agents
and contractors performed under this agreement and which result from an error,
omission or negligent acts of the City, its officers, employees, agents or
contractors. Additionally, to the extent permitted by law, the City shall save
harmless the State, its officers, employees, agents and contractors from any and
all expenses, including attorneys fees and court costs which may be incurred by
the State in litigation or otherwise resisting said claim or liabilities which
might be imposed on the State as the result of such activities by the City, its
officers, employees, agents or contractors.
21. AMENDMENTS
Any changes in the time frame, character, agreement provisions or obligations of
the parties hereto shall be enacted by written amendment executed by both the
City and the State.
22. COMPLIANCE WITH LAWS
The City shall comply with all federal, state and local laws, statutes,
ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of the
agreement. When required, the City shall furnish the State with satisfactory
proof of the compliance therewith.
23. LEGAL CONSTRUCTION
In case one or more of the provisions contained in this agreement shall for any
reason be held invalid, illegal or unenforceable in any respect, such invalidity,
illegality or unenforceability shall not affect any other provisions hereof and
this agreement shall be construed as if such invalid, illegal or unenforceable
provision had never been contained herein.
24. NOTICES
All notices to either party by the other required under this agreement shall be
delivered personally or sent by certified or U.S. mail, postage prepaid, addressed
to such party at the following respective addresses:
State:
City:
Texas Department of Transportation
1300 N. Texas Avenue
P.O. Box 3249
Bryan, TX 77805-3249
The City of College Station, Texas
P. 0. Box 9960
College Station, TX 77842
All notices shall be deemed given on the date so delivered or so deposited in the
mail, unless otherwise provided herein. Either party hereto may change the above
address by sending written notice of such change to the other in the manner
provided herein.
25. INSPECTION OF BOOKS AND RECORDS
The State will, for the purpose of termination of the agreement prior to
completion, examine the books and records of the City to check the amount of work
performed by the City at contract termination. The City shall maintain all
books, documents, papers, accounting records and other documentation relating to
costs incurred under this agreement and shall make such materials available to
the State, the Federal Highway Administration (FHWA) or their duly authorized
representatives for review and inspection at its office during the contract
period and for three (3) years from the date of completion of work defined under
this contract or until impending litigation is resolved. Additionally, the
State, FHWA, and their duly authorized representatives shall have access to all
records of the City which are directly applicable to this agreement for making
audits, examinations, excerpts, and transcriptions.
c: \data\"1)Win\docs\enhan\bikeloop. agr Pag e 6 of 7
• ' r
26. OMB AUPIT REQUIREMENTS
The City shall comply with the requirements of the Single Audit Act of 1984, P.L.
98-502, insuring the single audit report includes the coverage stipulated in
paragraphs 6, 8 and 9 of OMB Circular No. A-128.
27. PROCUREMENT AND PROPERTY MANAGEMENT STANDARDS
The City shall adhere to the procurement standards established in Title 49 C.F.R.
Part 18.32 and the property management standards established in Title 49 C.F.R.
Part 18.36.
28. CIVIL RIGHTS COMPLIANCE
The City shall comply with the regulations of the Department of Transportation
as they relate to nondiscrimination (49 C.F.R. 21 and 23 C.F.R. 710.405(B);
Executive Order 11246 titled "Equal Employment Opportunity, n as amended by
Executive Order 11375 and as supplemented in the Department of Labor regulations
(41 C.F.R. 60)).
29. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The City shall comply with the "Minority Business Enterprise Program
Requirements" established in 49 C.F.R. Part 23, Subpart D.
30. DEBARMENT CERTIFICATIONS
The City is prohibited from making any award at any time to any party which is
debarred or suspended or otherwise excluded from or ineligible for participation
in federal assistance programs under Executive Order 12549, Debarment and
Suspension. The City shall require any party to a subcontract or purchase order
awarded under this contract as specified in Title 49 of the Code of Federal
Regulations, Part 29 (Debarment and Suspension) to certify its eligibility to
receive federal funds and, when requested by the State, to furnish a copy of the
certification.
31. SOLE AGREEMENT
This agreement constitutes the sole and only agreement between the parties hereto
and supersedes any prior understandings or written or oral agreements respecting
the within subject matter.
IN TESTIMONY WHEREOF, the parties hereto have caused these presents to be
executed in duplicate on the date herein stated.
City
Signature
By:
Title of Executing Official
ATTEST:
By:
Signature
Title
c: \data\"IJWi n\docs lenhan\bi ke l cop. agr
THE STATE OF TEXAS
Certified as being executed for the
purpose and effect of activating and/or
carrying out the orders, established
policies, or work programs heretofore
approved and authorized by the Texas
Transportation Commission under the
authority of Minute Order 103709.
APPROVED:
By:
Date:
Page 7 of 7
Robert Cuellar, P.E.
Deputy Executive Director for
Transportation Planning and
Development
' JI ..
STATE OF TEXAS *
COUNTY OF TRAVIS *
County
CSJ
Project
PROJECT DEVELOPMENT AGREEMENT
Brazos
0917-29-062
College Stati on Bike Loop
FOR STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM
PROJECT
THIS AGREEMENT, made on the date shown hereinafter, by and between the
Texas Department of Transportation, hereinafter called the "State", and the City
of College Station, Texas, a local government, or governmental agency or entity,
hereinafter called the "City".
W I T N E S S E T H
WHEREAS, the City is the sponsor of the College Station Bike Loop project,
to be hereinafter identified as the "Project", described by the nomination form,
attached hereto and identified as "Exhibit A"; and
WHEREAS, under Title 23, United States Code as amended by the Intermodal
Sur face Transportation Efficiency Act of 1991 and subsequent Federal legislation,
a program entitled Category 4B, Texas Statewide Transportation Enhancement
Program has been approved by the Texas Transportation Commission and said project
is included in this program; and
WHEREAS, the City has offered to participate in the development and
constr uction of the Project by providing funding, preparing the design
documentation, acquiring the necessary right of way, --accomplis hi ng atilil!:y
? aa~~stments, and other necessary items required by the State; and
WHEREAS, on the 28th day of October, 1993 the College Station City Council
passed Resolution No . 10-28-93-9, attached hereto and identified as "Exhibit B",
authorizing the City's participation in the Project; and
WHEREAS, on the 28th day of April, 1994 the Texas Transportation Commission
passed Minute Order 103709, attached hereto and identified as "Exhibit C",
authorizing the Project through the Statewide Transportation Enhancement Program;
and
WHEREAS, it is incumbent upon the State to secure the federal cost share,
administer the development, contracting, construction, and management of this
project.
A G R E E M E N T
NOW, THEREFORE, in consideration of the premises and of mutual covenants
and agreements of the parties hereto to be by them respectively kept and
performed, as hereinafter set forth, it is agreed as follows:
1. CONTRACT PERIOD
This agreement becomes effective upon final execution by the State and shall
terminate upon completion of the Project or unless terminated or modified as
hereinafter provided.
c: ldatal"17Winldocslenhanlbikeloop. agr Page 1 of 7
2. SCOPE OF PROJECT
The State and the City agree that the scope of the Project shall be limited to
the scope authorized by the Texas Transportation Commission.
3. ACQUISITION OF RIGHT-OF-WAY
A. The City shall perform the necessary requireinents to provide the desired
right-of-way required for the construction of the Project. The City will comply
with and assume the costs for compliance with all the requirements of Title II
and Title III of the Uniform Relocation Assistance and Real Property Acquisition
Policies Act of 1970, Title 42 U.S.C.A. Section 4601, et seq., including those
provisions relating to incidental expenses incurred by the property owners.
Documentation to support such compliance must be maintained and must be made
available to the State and its representatives for review and inspection.
B. In the event the right of way is donated to the City, the City will provide
all documentation regarding the value of the acquired property to the State. The
State will review the City's appraisal of the donated property to determine the
fair market value. The fair market value of the donated right of way will be
credited toward the cost of the project. Donations of property must be in
accordance with Title 23 U.S.C. § 323.
C. The State will not reimburse the City any funds for right of way acquired
before FHWA approval.
4. RIGHT-OF-WAY DESCRIPTION
The City shall prepare or cause to be prepared right-of-way plats, property
descriptions and other data as needed to properly describe the right of way which
the City is to acquire and provide for the project. The right-of-way plats and
property descriptions shall be submitted to the State for approval prior to the
City acquiring the necessary right of way. Tracings of the plats shall be
retained by the City for its permanent records.
5. DETERMINATION OF RIGHT-OF-WAY VALUES
The City agrees to make a determination of property values for each right-of-way
parcel by methods acceptable to the State and to submit to the State's district
office a tabulation of the values so determined, signed by the appropriate City
representative. This tabulation shall list the parcel numbers, owners, acreage
and recommended compensation. Compensation shall be shown in the component parts
of land taken, itemization of improvements taken, damages (if any) and the
amounts by which the total compensation will be reduced if the owner retains
improvements. This tabulation shall be accompanied by an explanation to support
the determined values, together with a copy of information or reports used in
arriving at all determined values. The State will review the data submitted and
may base its reimbursement for parcel acquisitions on the values which are
determined by this review.
6. CONPEMHATION
Condemnation proceedings will be initiated at a time selected by the City and
will be the City's responsibility at its own expense as hereinafter indicated.
The City will concurrently file condemnation proceedings and a notice of lis
pendens for each case.
7. COURT COSTS, COSTS OF SPECIAL COMMISSIONERS' HEARINGS
Court costs of special commissioners• hearings assessed against the City in
condemnation proceedings and fees incident thereto will be paid by the City.
Such costs and fees incurred after FHWA approval will be eligible for
reimbursement at an amount not to exceed eighty percent (80~) of the actual cost
under the established reimbursement procedure.
8. REIMBURSEMENT
Reimbursements will be made to the City for right of way purchased after the date
of FHWA approval in an amount not to exceed eighty percent (80%) of the cost of
the right of way purchased in accordance with the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the State's
predetermined value of each parcel, or the net cost thereof, whichever is less.
c: \data\"!)Wi n\docs \enhan\b i ke loop. agr Page 2 of 7
'
In addition, reimbursement will be made to the City f or necessary payments to
appraisers, expenses incurred in order to assure good t i tle to property acquired
and costs associated with the relocation of displaced persons or personnel
property as well as incidental expenses incurred in conveying the needed right
of way to the City. Reimbursement shall not exceed eighty percent (80%) of such
documented costs. If condemnation is necessary and title is taken as set forth
herein under the section entitled CONDEMNATION, the participation by the State
shall be based on the final judgement, conditioned upon notifying the State in
writing prior to the filing of such suit and upon giving prompt notice of all
action taken therein.
9. UTILITY ADJUSTMENTS/RELOCATIONS
A. If the proposed construction requires the adjustment, removal or relocation
of such utility facilities, the City and its consultant will establish the
necessary utility work in accordance with 43 T.A.C., Sec. 21.31-21.51 and notify
the appropriate utility company to schedule their adjustments. The City shall
be responsible for all costs associated with the adjustment, removal, or
relocation of such utility facilities, and such adjustment, removal, or
relocation shall be in accordance with applicable State law, regulations,
policies, and procedures. In the event additional utilities are required to be
adjusted, removed or relocated during the construction of the Project, the City
will be responsible for all costs associated with the additional utility work,
unless this work is provided by the owners of the utility facilities.
B. Utility adjustment costs which would be eligible for cost participation by
virtue of a property interest as described in 23 C.F.R. 645.107 (A) (C)will be
reimbursable to the City not to exceed eighty percent (80%) of actual costs.
10. ENVIRONMENTAL MITIGATION -WJ.i£rt. "'"'J tfii·s ,·le.-~flv? EA/tr<., /h.o/~.7 t..J ~p. IVU#Cf
The State will be responsible for the preparation of tHe Efnvironmentat assessment L )
documents. The City will perform an Environmental Site Assessment for hazardous en17.
materials impact in accordance with the American Society for Testing and
Materials (ASTM) 1528. 93 (Transaction Screen Process). The City will be
responsible for the mitigation and remediation of any environmental problems
associated with the development and construction of the Project .. The City shall
provide to the State written certification from the appropria te regulatory
agency(s) that the environmental problems have been remedied. The State will not
let the construction contracts until all environmental problems have been
remediated by the City. /? / L A / I <-onfi ~~ ,-"71 ~ f 7l) ( 0 .
11. CERTIFICATION
The City shall provide to the tate forty-five (45) days prior to the
construction contract let date, a eeE"~iEic:atiou that all enviLonmel'ltal p1;oblema
hav e been remedi•ted, •nd all conflicting utilities have been adjusted to clear
the proposed construction.
12. SUBLETTING
The City shall not sublet or transfer any portion of the work under this
agreement unless specifically approved in writing by the State. All subcontracts
shall include the provisions required in this contract and shall be approved in
writi ng by the State prior to the subcontractor beginning work.
13. ARCHITECTURAL/ENGINEERING SERVICES
A. The City will prepare or cause to be prepared the preliminary engineering
necessary for the development of plans, specifications and estimates (P.S.& E.).
B. The P.S.& B. shall be developed by the City or its consultant in accordance
with the State's latest Standard Specifications For Construction Of Highways.
Streets And Bridges and MSHTO Guide for Development of Bicycle Facilities or its
currently approved revisions.
C. The City shall submit the completed P.S.& B. to the State for review and
approval. Should the State determine revisions are required to the P.S.& E., the
City shall prepare or cause to be prepared the necessary revisions . The State
will not let the construction contract until the P.S.& B. have been approved by
the State.
c: \data\lopW'i n\doc:s \enhan\b1 ke loop. agr Page 3 of 7
tg x t o?.
D. The City must comply with the procedures established in 23 C.F.R. Part 172
in the selection of its consultant. The City shall submit its consultant
selection procedures to the State for approval prior to beginning the hiring
process. The contract for architectural or engineering services must not include
compensation based on a percentage of construction cost. Disadvantaged Business
Enterprise(DBE)/Historically Underutilized Business(~) participation in
consultant contracts will meet the Federal goals. S/'~'Y.. p....,,/~/ ~o,.../s. ~ IJBc/h4f13
E. The City will submit to the State all documentation relating to actual costs
incurred associated with the development of architectural documents and plans.
Reasonable costs incurred by the City after the State has given written
authorization will be eligible for reimbursement at an amount not to exceed
eighty percent(80%) of the actual costs. The City shall comply with the cost
principles established in OMB Circular A-87, "Cost Principle for State and Local
Governments." Payments to the City for allowable costs will be made monthly
while the work is in progress under this agreement. The City will prepare and
present to the State a monthly progress report and an itemized and certified
invoice (TxDOT Form 132, or an invoice that is acceptable to the State) each
month stating the percent completion of the work accomplished during the month
and also to date. The State shall reserve the right to withhold payment pending
verification of satisfactory work performed. The City must submit adequate proof
to the State that the task has been performed. The original Form 132, or an
acceptable invoice, and four (4) copies should be submitted directly to the
District Office to expedite processing. Upon receipt and approval of each
statement, the State shall pay the amount which is due and payable within thirty
(30) days time. The itemized and certified statements shall show the total
amount earned to the date of submission and the amount due and payable as of the
date of the current statement.
14. ACQUISITION AND CONSTRUCTION FUNDING
A. The total costs for the Project are estimated at _$1,348,000.00.
B. The State will be responsible to secure the federal share of the funding
required for the development and construction of the Project up to the maximum
amount of $1,078,400.00 or eighty percent (80%) of the total cost to complete the
Project, whichever is less. The City will be responsible for any non-federal
participation costs associated with the Project. deral funds:t rovided under
his a reement will be utilized for the planning and construction of the Pro'ect
o t c cuments and performing construction oversi ht and other administrative
and to he State for the costs incurred in rev ew n the architectura )
''""',5"2 '-"' -;:-ervices er t is a reement . Federal funds are approved by t is pt,J;;,.
agreement for acquisition of property and construction of bike paths, lanes, to~ ' (f l,3 ~8 X.2-b1ridges, and culvert crossings.
'h,2.f.(,"';!. X a. Upon execution of this agreement, the Cit will warrant
able to the "Texas De artment the amount f ~·s (...Jl,-eJ.s J.48, 266. 00. This amount is based on twenty percent _ the sum of the
,J " " estimated State administrative cost and the estimated engineering cost. The funds
rt.--8 will be utilized by State to review the P.S.& E . and for other incidental costs
prior to letting.
D. Sixty (60) days prior to the date set for receipt of the construction bids,
the State will notify the City that its financial share for the construction is
required. The City shall remit a check or warrant in the amount established by
the State within thirty (30) days from receipt of the State's written
notification to the address provided herein. Additionally, the City will be
responsible for payment of costs exceeding the federal funding share established
by Texas Transportation Commission Minute Order 103709.
E. Reimbursement will be made to the City for property purchased after FHWA
approval in an amount not greater than eighty percent (80%) of the cost of the
property and improvements purchased according to the terms and provisions of this
agreement . Reimbursement will not exceed eighty percent (80%) of the
predetermined and preapproved value of the property or the net cost thereof,
whichever is less. In addition, reimbursement will be made to the City for
necessary payments to appraisers, expenses incurred to assure good title to
property acquired, and costs associated with incidental expense in conveying the
c: \datalloopo<'inldocslenhanlb1keloop. agr Page 4 of 7
needed right of way to the City. Reimbursement shall not exceed eighty percent
(80%} of such documented costs.
F. In the event the State determines additional funding is reqUired by the City
at aay t:ime Ei'l:l:ril'l:g tl3.e Q.eua lopment g£ tee P!!'e3 aQ t, the State will notify the City
in writing of the additional amount. The City will make payment to the State
within thirty ( 3 0) days from receipt of the State's notification. Upos eempl..a tieR
e f taa PEe3aet, ehe Sta t e will p erfor'Bl a R attdit: e£ tae eests and a~· i'l:l:flds d'l:l:e
the c~ll be pLomr tJ:rz e t:'l:l:Eaa4_. '"-Ute u.-.,.r ~ ~late Jc.le,.,')le~ /.'4.-vh ~ d,..,e b""'-.
./. ~ Ct "f 1 & Sia.Fi "'ti r.,.,;/w"' o/Mse-~-ts w1~'r1 ~'ny C 'lrJ) A ,..yl ""q..,. /lu.#. ... :k. o I' ~~If.
15. CONSTRUCTION RESPONSIBILITIES
A. The State shall advertise for construction bids, issue bid proposals,
receive and tabulate the bids, and award a contract for construction of the
Project in accordance with existing procedures and applicable laws. Any field
changes, supplemental agreements or additional work orders which may become
necessary subsequent ~~he award of the construction contrac;F,.:ilJ,hall be the
responsibility of the ~ and subject to the approval of the ~//""'''J<CJ ...
B. The State will supervise and inspect all work performed by the construction
contractor and will provide or cause to be provided such engineering, inspection
and testing services as may be required to ensure that the construction of the
Project is accomplished in accordance with the approved P.S.& E.
C. Upon completion of the Project, the State will issue to the City a
"Notification of Completion", acknowledging the Project has been completed. Upon
the City's receipt of the "Notification of Completion", the City agrees to accept
ownership and operate and maintain the facility authorized by this agreement for
the benefit of the public. e'·"·""-' ""'' de~ or c:J..~ ,;,c..r.M.#C rl.c. c.osf ot He. 1'"*1'--f "--~ !14.H-4S tl.c,./;w .,, r~, 11v.._owt 161. -,
16. MAINTENANCE RESPONSIBILITIES
Upon completion of the Project, the City will assume responsibility for
maintenance of the completed facility/ ~ey/. ~ .JeA'<.,·u.c.i'GS j',,f,.,,J.,·~ cs /h,,c.J c..-v..,.~ WC#'
Ike. t11c.rrul: y: V'•'11'tr'J 11 I ~ c11111-H~;...... ~rtfr:u/-.
17. OWNE~~ OF DOCUMENTS
Upon completion or termination of this agreement, all documents prepared by the
City shall remain the property of the City. All documents prepared by the State
shall remain the property of the State ~i;!lc;.q~ta prepared under this agreement
shall be made available to the State~'1f~h~~t 'i1estriction or limitation on their
further use. All deewae RtB p!!'edweed.1 &Jil)i;l;;"Q't"e d 91!' et:he rwise ere ate d ey: t:he Sit¥o
shall h e t zau s miteed t:e tae State ia tae imiRll et Ji;)AQteeepy r e pred'l:l:ekieR QR •
meRthl.y l;uu1i11-1 J.11 dor."-"'!e./s P'.J.""-.c.il 1 ty~tl~ •r DiWWt'l~ U~ "'f e.~ f..,ly Siu.ti b.
lrNt,,. .. ,..J-1. f. !IA. ,,.uu-,..,.1-y I~ /W.. .,.,...,. 0P"plt•lec,01t l'~.t-.11·,.._ ...... tff•#t'/-4.t; k-..s1)-.
18. TERMINATION
A. This agreement may be terminated by any of the following conditions:
(1) By mutual written agreement and consent of both parties.
(2) By either party, .. upon the failure of the other party to fulfill the
obligation as set forth herein.
B. 'f'h:e t!e~RatiieR gf tais &!JEeement s h all ex ti ngn i 11h a l l r:i gb t 11, d.1.ltie11.,
at:ligatiofts mid lieth ilit:ie11 gf the Se a e e &Rd City ~d.er t h i 11 agr eemeRt If t h a
p eeeat:ia l t~rm!iftat ien e£ ehi9 S!JEeemeRt j S due to the failure of t he Cj t y tc<>-
f'l:l:lf:!.11 its cout:i::cet:'t1a l obl igati ons as set £e rrta her e i R, t he State will RQtif ¥
taa Ciey a j,'e ssi b l e 1'reaeh of coutzaet h:as oee'l!rrea. Tse City she'l:l:la make every
effert t o remedy e h:e 1'reacli a& outlined by the S tate wi thln a p eriad. m.1.lt1.la llo/
agr eed upgn hy beta pa:i:: Lie a.. by ..,'1-4.., ,._ly c. Violation or breach of contract termsr shall be grounds for termination of
the agreement, and any increased costs arising from the ~i j s default, breach
Qf c pntf act or violation of agreement terms shall be paidAby ~ae Cit:y-.+4<, f""'ly
'" !/o ,/..,J.. n-. e11./-,·pa.y
19. R:EMEDIES
This agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed
of by either party to this agreement and shall be cumulative.
20. INPEMHIFICATION
To the extent permitted by law, the City shall indemnify and save harmless the
State, its officers, employees, agents and contractors from all claims and
c: \datal-1nldocs \enhanlbi ~e 1 oop. agr Page 5 of 7
liabilities e1:1e t:e the ac ti y it:les ei ehe Cit:}1 .it;& effiaeE"s 1 empl.0)'88 &, ag9:at&
ttm:t"' ceft~l!'aet:eE"s p ai::fo:c:m9a m:.der thi s agr eemefte aaGi which result from an error,
omission or negligent acts of the City, its officers, employees, agents or
contractors. Additionally, to the extent permitted by law, the City shall save
harmless the State, its officers, employees, agents and contractors from any and
all expenses, including attorneys fees and court costs which may be incurred by
the State in litigation or otherwise resisting said claim or liabilities which
might be imposed on the State as the result of such activities by the City, its
officers, employees, agents or contractors.
21. AMENDMENTS
Any changes in the time frame, character, agreement provisions or obligations of
the parties hereto shall be enacted by written amendment executed by both the
City and the State.
22. COMPLIANCE WITH LAWS
The City shall comply with all federal, state and local laws, statutes,
ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of the
agreement. When required, the City shall furnish the State with satisfactory
proof of the compliance therewith.
23. LEGAL CONSTRUCTION
In case one or more of the provisions contained in this agreement shall for any
reason be held invalid, illegal or unenforceable in any respect, such invalidity,
illegal ity or unenforceability shall not affect any other provisions hereof and
this agreement shall be construed as if such invalid, illegal or unenforceable
provision had never been contained herein.
24. NOTICES
All not ices to either party by the other required under this agreement shall be
delivered personally or sent by certified or U.S. mail, postage prepaid, addressed
to such party at the following respective addresses:
State:
City:
Texas Department of Tr~nsportation
1300 N. Texas Avenue
P.O. Box 3249
Bryan, TX 77805-3249
The City of College Station, Texas
P. O. Box 9960
College Station, TX 77842
All notices shall be deemed given on the date so delivered or so deposited in the
mail, unless otherwise provided herein. Either party hereto may change the above
address by sending written notice of such change to the other in the manner
provided herein.
25. INSPECTION OF BOOKS AND RECORPS
The State will, for the purpose of termination of the agreement prior to
completion, examine the books and records of the City to check the amount of work
performed by the City at contract termination. The City shall maintain all
books, documents, papers, accounting records and other documentation relating to
costs incurred under this agreement and shall make such materials available to
the State, the Federal Highway Administration (FHWA) or their duly authorized
representatives for review and inspection at its office during the contract
period and for three (3) years from the date of completion of work defined under
this contract or until impending litigation is resolved. Additionally, the
State, FHWA, and their duly authorized representatives shall have access to all
records of the City which are directly applicable to this agreement for making
audits, examinations, excerpts, and transcriptions.
c: \datal"!M1nldocs lenhanlbike loop. agr Page 6 of 7
26. OMB AUPIT REQUIREMENTS
The City shall comply with the requirements of the Single Audit Act of 1984, P.L.
98-502, insuring the single audit report includes the coverage stipulated in
paragraphs 6, 8 and 9 of OMB Circular No. A-128.
27. PROCUREMENT AND PROPERTY MANAGEMENT STANPARPS
The City shall adhere to the procurement standards established in Title 49 C.F.R.
Part 18.32 and the property management standards established in Title 49 C.F.R.
Part 18.36.
28. CIYIL RIGHTS COMPLIANCE
The City shall comply with the regulations of the Department of Transportation
as they relate to nondiscrimination (49 C.F.R. 21 and 23 C.F.R. 710 .405(B);
Executive Order 11246 titled •Equal Employment Opportunity," as amended by
Executive Order 11375 and as supplemented in the Department of Labor regulations
(41 C.F.R. 60)).
29. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The City shall comply with the "Minority Business Enterprise Program
Requirements" established in 49 C.F.R. Part 23, Subpart D.
30. DEBARMENT CERTIFICATIONS
The City is prohibited from making any award at any time to any party which is
debarred or suspended or otherwise excluded from or ineligible for participation
in federal assistance programs under Executive Order 12549, Debarment and
Suspension. The City shall require any party to a subcontract or purchase order
awarded under this contract as specified in Title 49 of the Code of Federal
Regulations, Part 29 (Debarment and Suspension) to certify its eligibility to
receive federal funds and, when requested by the State, to furnish a copy of the
certification.
31. SOLE AGREEMENT
This agreement constitutes the sole and only agreement between the parties hereto
and supersedes any prior understandings or written or oral agreem,ents respecting
the within subject matter.
IN TESTIMONY WHEREOF, the parties hereto have caused these presents to be
executed in duplicate on the date herein stated.
City
Signature
By:
Title of Executing Official
ATTEST:
By:
Signature
Title
c: \data\lopo<i nldocslenhanlb1ke loop. agr
THE STATE OF TEXAS
Certified as being executed for the
purpose and effect of activating and/or
carrying out the orders, established
policies, or work programs heretofore
approved and authorized by the Texas
Transportation Commission under the
authority of Minute Order 103709.
APPROVED:
By:
Date:
Page 7 of 7
Robert Cuellar, P.E.
Deputy Executive Director for
Transportation Planning and
Development
I 6.s
LIST OF CONCERNS
WITH
PROJECT DEVELOPMENT AGREEMENT
Item 10. Environmental Mitigation (Page 3 of 7)
/The language in this item is unclear. It declares the state responsible for the preparation of
environmental assessment documents; however, it states that the City will perform an
ESA for hazardous materials impact. The responsibilities seem to overlap. Also , I am
concerned about the extent of the overall requirement. Does this item apply to the entire
project area, or only in instances where land acquisition is required. In any event, I would
suggest that the City avoid taking part in these activities. My suggestion is that the
entire clause be deleted.
Item 11. Certification (Page 3 of 7)
/The reference to environmental problems should be deleted.
Item 13. Architectural/Engineering Services (Page 3 of 7)
/Subsection D. -Specify Federal Goals for DBE/HUB participation.
Item 14. Acquisition of Construction Funds (Page 4 of 7)
/subsection B states that federal funds will be utilized for the planning and construction of
the Project and to compensate the State for the costs incurred in reviewing the contract
documents, construction oversight, administrative services, etc. Why then does
Subsection C require the City to warrant 20% of those funds? This section should be
deleted. ~ ~
vke'vise Subsection F to reflect that the State will perform an audit of costs upon
completion of construction. Should it be determined that additional funding is required by
the City, the City will make payment to the State, and that any funds due the City will be
promptly returned.
Item 15. Construction Responsibilities (Page 5 of 7)
Subsection A, as written, makes the City responsible for any and all change orders. The
following (or similar language) should be added to the end of the paragraph: "provided
the change or changes increase the cost of the project beyond that as defined in Items 13
and 14."
tern 16. Maintenance Responsibilities (Page 5 of 7)
The following language should be added to the end of the sentence: "except for
deficiencies identified as items covered under the warranty provisions of the construction
contract."
~m 17. Ownership of Documents (Page 5of7)
Fourth line, add after State: "and the City". The last sentence should be revised as
follows : "All documents produced, approved or otherwise created by either party shall be
transmitted to the other party in the form of photocopy reproduction on a monthly basis."
~m 18. Termination (Page 5 of 7)
Delete everything after the first sentence in subsection B.
tern 20. Indemnification (Page 6 of 7)
/ tJ.J.c.. ~t
Delete subsection C. ~ f~
f4/,.-J:i s 'tf.J..,/., 'i'A--.
First line, after "liabilities", delete "due to the activities of the City, its officers, employees,
agents and contractors performed under this agreement and".
Ed, these are the main items that I think need to be addressed. I would suggest that you
compile everyone's comments and submit the proposed revisions to the State, and let's see
what happens. Once we come to an agreement on the terms and conditions, then we can
pursue CRC recommendations. If you have any questions, let me know.
BIKE LOOP PROJECT
Financial Summary:
1. Purchase of right-of-way and related expenses -City will pay for the
expenses and then be reimbursed 80% subject to the maximum of the State's
predetermined value of the parcel. ,f-/So r;,,c~r Cl!"N'f a.,Jfr {;y c,,..,,fe,.,,l(.;l..f.,;,,,..... -let>?.,
2. Relocation of Utilities -Cit will pay 100%') .(!.)i( CR-l'f /:.,..., -tflos"C.. e.-/1j ' b le ... ,
bt.t v•YlvJ. .f tJ.. ~fkf ,;,..#.r .. .rJ,
3. Architectural/Engineering Services -City will pay for the expenses and
then be reimbursed 80%.
4. Construction -City will pay 20% up front to the State. Sixty days prior to
the date set for receipt of the construction bids, the City will be notified of its costs
for construction and payment will be due in thirty days.
5. Upon execution of the agreement, the city will pay the State for $48,266 to
cover the City's share of the State's Administrative Cost.
6. If additional funding is needed, the State will notify the City and the City
will pay within 30 days.
Questions:
1. If any City employee's time is involved with executing any part of the
project, can it be included as a project expense?
2. What is the breakdown of the $1 ,348,000?
Overhead/ Administration
Planning
Construction
Land Purchases
3. Do we have a project number set up?
4. Do we have a blank progress payment form, TxDOT form 132?
Note -Be sure all purchase orders, payments, and time sheets contain the project number.
Antares Grou p Incorporated
4351 Garden City Dr., Suite 301 • Landover, MD 20785 • 301-731-1900 • Fax: 301-731-1904
January 22, 1997
Edwin Hard
College Station Bike Loop
P.O. Box 9960
College Station, TX 77842
Dear Mr. Hard,
Both the Federal Highway Administration and ANT ARES Group would like to thank you for
your co-operation and support in providing project data for the Visual Database of Transportation
Enhancements (VDTE), Version 1.0. The CD-ROM was released in September 1996 and has
been received with great success. If you have not yet received the CD-ROM and the FHwA
brochure ''Leaving a Place Better Than We Found it", please contact Tim Lidiak: at the
Transportation Enhancements Clearinghouse at (202) 463-0641.
VDTE, Version 1.0 was released with 245 Transportation Enhancement Projects integrating text,
graphics, photographs, audio, and video elements of both project and program information in an
easily accessible format. The database was developed based on State and local requests for
information on Transportation Enhancement Program (TEP) projects and the sharing of "lessons
learned." With the success of the VDTE, Version 1.0, FHwA has decided to update the database
and include new projects as well as updated information on projects already in the database.
ANT ARES Group is continuing its VDTE data collection effort and again kindly requests your
support. Since FHwA's primary goal is to assist you, the project sponsors, and the States, all
responses will be voluntary. However, we are hoping to achieve a good national-level mix and a
representative cross-section of all transportation enhancement categories. In addition, we hope to
include in the database those projects that are unique, exemplary, or have aspects that make them
highly probable candidates for national replication. The goal over the next year is to produce a
database that will include data on over 400 projects.
We will be collecting the information over the next two to three months, and concurrently
entering the data into the database and returning original media. We are asking that you provide
us with updated, as well as new textual data and multimedia information on projects where you
supplied data before for the transportation enhancement projects that have been programmed,
are under construction, or have been completed. In addition, if you are responsible for other
Transportation Enhancement Projects that have not been included in the database, please send us
the new project data. If you are aware of other projects that should be included in the database,
please pass this information onto those parties in charge or have them contact ANT ARES
Group.
-. .__
January 22, 1997
Page 2
If you have a copy of the VDTE, Version 1.0 CD-ROM (or earlier Beta versions), there is
documentation under the icon "Send Us Your Project Data" that explains the program and the
type of data we are looking for. There is also a data template under the icon "Project Data
Template" for providing textual data on your projects. Because this is a multi-media database,
any slides, photographs, site plans, architects' sketches, video footage on videotape (VHS or
3/4" format), and audio recordings that you can send are just as important as text. All
materials sent to ANTARES will be copied and returned to you. We would ask that you send
project data as soon as possible, but no later than March 15, 1997. Please send all materials to:
ANT ARES Group Inc.
Attn: VDTE Project Data
4351 Garden City Dr., Suite 301
Landover, MD 20785
tel. (301) 731-1900, fax (301) 731-1904
Anyone contributing project data will be sent the production version of the Visual
Database of Transportation Enhancements on CD-ROM in 1997.
FHwA believes that this advanced visual database will help increase local participation as well as
take advantage of "lessons learned" by prior program participants. Additionally, given the current
Congressional interest in programmatic results and effectiveness across all elements of the Federal
government, there is a high probability that the Visual Database will be used this coming year for
FHwA staff presentations to the U.S. Congress informing/educating them on the value of the
transportation enhancements program.
Thank you in advance for your support in developing this most interesting and unique information
dissemination tool. If you should have any questions on this visual database, or have not received
VDTE, Version 1.0 CD-ROM to try out for yourself, please contact Tim Lidiak at the
Transportation Enhancements Clearinghouse at (202) 463-0641 or me at the above phone
number. p;::S,
Patrick D. Arthur
VDTE Team Leader
Multimedia Products and Services
G".A~ ~ ~ 'I
I Texas Department of Transportation
P.O. BOX 3249 •BRYAN, TEXAS 77805-3249 • (409) 778-2165
Mr. Edwin Hard
City of College Station
P.O. Box 9960
November 22, 1994
College Station, Texas 77842
College Station Bike Loop Project
Dear Mr. Hard:
Please review the attached draft agreement for this enhancement
project. If the agreement meets with your approv al, please have
the city's portions of both counterparts executed and return them
to this office. Under .this agreement the city hires a consultant
for the architectural/engineering documents, with state oversight,
and the state lets and manages the construction contract.
Please call Mr. Appleton at (409) 778-9707 with any questions.
Attachments
Sincerely,
04/F~
Phillip E. Russell, P.E.
Bryan Director of Transportation
Planning and Development
An Equal Opportunity Employer
'J#jJ ~ u --nr;r["? _.../'/ ".YVl!p. -
-,..rrr:s j'"'/Y-."'/ !<,,, f '""' 11J s-rr-f~ 4 ~ l2.711 '-
•, '
f' • .. ..... ~II... "It
STATE OF TEXAS *
COUNTY OF TRAVIS *
County
CSJ
Project
PROJECT DEVELOPMENT AGREEMENT
Brazos
0917-29-062
College Station Bike Loop
FOR STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM
PROJECT
THIS AGREEMENT, made on the date shown hereinafter, by and between the
Texas Department of Transportation, hereinafter c·alled the "State", and the City
of College Station, Texas, a local government, or governmental agency or entity,
hereinafter called the "City".
W I T N E S S E T H
WHEREAS, the City is the sponsor of the College Station Bike Loop project,
to be hereinafter identified as the "Project", described by the nomination form,
attached hereto and identified as "Exhibit A"; and
WHEREAS, under Title 23, United States Code as amended by the Intermodal
Surface Transportation Efficiency Act of 1991 and subsequent Federal legislation,
a program entitled Category 4B, Texas Statewide Transportation Enhancement
Program has been approved by the Texas Transportation Commission and said project
is included in this program; and
WHEREAS, the City has offered to participate in the development and
construction of the Project by providing funding, preparing the design
documentation, acquiring the necessary right of way, accofplishing utility
adjustments, and other necessary items ~required b~ the State~ and
·--_ G,...[l,c,) d,J..'./-t,4
WHEREAS, on the 28th day of October, 1993 the College Station City Council
passed Resolution No. 10-28-93-9, attached hereto and identified as "Exhibit B",
authorizing the City's participation in the Project; and
WHEREAS, on the 28th day of April, 1994 the Texas Transportation Commission
passed Minute Order 103709, attached hereto and identified as "Exhibit C",
authorizing the Project through the Statewide Transportation Enhancement Program;
and
WHEREAS, it is incumbent upon the State to secure the federal cost share,
administer the development, contracting, construction, and management of this
project.
AGREEMENT
NOW, THEREFORE, in consideration of the premises and of mutual covenants
and agreements of the parties hereto to be by them respectively kept and
performed, as hereinafter set forth, it is agreed as follows:
1. CONTRACT PERIOD
This agreement becomes effective upon final execution by the State and shall
terminate upon completion of the Project or unless terminated or modified as
hereinafter provided.
c: \data\"flwi n\docs \enhan\bi ke loop. agr Page 1 of 7
2. SCOPE OF PROJECT
The State and the City agree that
the spope AUth9Fized by the Texas
I<> Co-. fl 'W-... " f-: /l o .. :fK r
3. ACQUISITION OF RIGHT-OF-WAY
fl lf the scope of the Project shall be limited to
Transportation Commission. ~ Wt" ,,,,__~1 -.,-,,._t/y A
A. The City shall perform the necessary requirements to provide the desired
right-of-way required for the construction of the Project. The City will comply
with and assume the costs for compliance with all the requirements of Title II
and Title III of the Uniform Relocation Assistance and Real Property Acquisition
Policies Act of 1970, Title 42 U.S.C.A. Section 4601, et seq., including those
provisions relating to incidental expenses incurred by the property owners.
Documentation to support such compliance must be maintained and must be made
available to the State and its representatives for review and inspection.
B. In the event the right of way is donated to the City, the City will provide
all documentation regarding the value of the acquired property to the State. The
State will review the City's appraisal of the donated property to determine the
fair market value. The fair market value of the donated right of way will be
credited toward the cost of the project. Donations of property must be in
accordance with Title 23 u.s.c. § 323.
C. The State will not reimburse the City any funds for right of way acquired
before FHWA approval.
4. RIGHT -OF -WAY DESCRIPTION
The City shall prepare or cause to be prepared right-of-way plats, property
descriptions and other data as needed to properly describe the right of way which
the City is to acquire and provide for the project. The right-of-way plats and
property descriptions shall be submitted to the State for approval prior to the
City acquiring the necessary right of way. Tracings of the plats shall be
retained by the City for its permanent records.
5. DETERMINATION OF RIGHT-OF-WAY VALUES
The City agrees to make a determination of property values for each right-of-way
parcel by methods acceptable to the State and to submit to the State's district
office a tabulation of the values so determined, signed by the appropriate City
representative. This tabulation shall list the parcel numbers, owners, acreage
and recommended compensation. Compensation shall be shown in the component parts
of land taken, itemization of improvements taken, damages (if any) and the
amounts by which the total compensation will be reduced if the owner retains
improvements. This tabulation shall be accompanied by an explanation to support
the determined values, together with a copy of information or reports used in
arriving at all determined values. The State will review the data submitted and
may base its reimbursement for parcel acquisitions on the values which are
determined by this review.
6. CONDEMNATION
Condemnation proceedings will be initiated at a time selected by the City and
will be the City's responsibility at its own expense as hereinafter indicated.
The City will concurrently file condemnation proceedings and a notice of lis
pendens for each case.
7. COURT COSTS. COSTS OF SPECIAL COMMISSIONERS' HEARINGS
Court costs of special commissioners' hearings assessed against the City in
condemnation proceedings and fees incident thereto will be paid by the City.
such costs and fees incurred after FHWA approval will be eligible for
reimbursement at an amount not to exceed eighty percent (80%) of the actual cost
under the established reimbursement procedure.
8. REIMBURSEMENT
Reimbursements will be made to the City for right of way purchased after the date
of FHWA approval in an amount not to exceed eignty percent (80%) of the cost of
the right of way purchased in accordance with the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the State's
predetermined value of each parcel, or the net cost thereof, whichever is less.
c: \data\"l"'in\docs\enhan\bikeloop. agr Pag e 2 of 7
In addition, reimbursement will be made to the City for necessary payments to
appraisers, expenses incurred in order to assure good title to property acquired
and costs associated with the relocation of displaced persons or personnel
property as well as incidental expenses incurred in conveying the needed right
of way to the City. Reimbursement shall not exceed eighty percent (80%) of such
documented costs. If condemnation is necessary and title is taken as set forth
herein under the section entitled CONDEMNATION, the participation by the State
shall be based on the final judgement, conditioned upon notifying the State in
writing prior to the filing of such suit and upon giving prompt notice of all
action taken therein.
9. UTILITY ADJUSTMENTS/RELOCATIONS
A. If the proposed construction requires the adjustment, removal or relocation
of such utility facilities, the City and its consultant will establish the
necessary utility work in accordance with 43 T.A.C., Sec. 21.31-21.51 and notify
the appropriate utility company to schedule their adjustments. The City shall
be responsible for all costs associated with the adjustment, removal, or
relocation of such utility facilities, and ·such adjustment, removal, or
relocation shall be in accordance with applicable State law, regulations,
policies, and procedures. In the event additional utilities are required to be
adjusted, removed or relocated during the construction of the Project, the City
will be responsible for all costs associated with the additional utility work,
unless this work is provided by the owners of the utility facilities.
B. Utility adjustment costs which would be eligible for cost participation by
virtue of a property interest as described in 23 C.F.R. 645.107 (A) (C)will be
reimbursable to the City not to exceed eighty percent (80%) of actual costs.
llO. ENVIRONMENTAL MITIGATION-w/u+ ~ "'~ k W-L k ~s,
The State will be responsible for the preparation of the environmental assessment
documents. The City will perform an Environmental Site Assessment for hazardous
materials impact in accordance with the American Society for Testing and
aterials (ASTM) 1528. 93 (Transaction Screen Process) . The City will be
responsible for the mitigation and remediation of any environmental problems
associated with the development and construction of the Project. The City shall
provide to the State written certification from the appropriate regulatory
agency(s) that the environmental problems have been remedied. The State will not
let the construction contr~apts until all environmental problems have been
remediated by the City. WnJ..lll--~"J v'a....-/-f ~4 ./:,.., ~ ,,J~ .,Je,. ~rA-~~
£ / 5 tJ.-1 ~ lf.'t.os l'? o+B.;~ CL.V..W-• 11. CERTIFICATION
The City shall provide to the State forty-five (45) days prior to the
construction contract let date, a certification that all environmental problems
have been remediated, and all conflicting utilities have been adjusted to clear
the proposed construction.
12. SUBLETTING
The City shall not sublet or transfer any portion of the work under this
agreement unless specifically approved in writing by the State. All subcontracts
shall include the provisions required in this contract and shall be approved in
writing by the State prior to the subcontractor beginning work.
13 . ARCHITECTURAL/ENGINEERING SERVICES
A. The City will prepare or cause to be prepared the preliminary engineering
necessary for the development of plans, specifications and estimates (P.S.& E.).
B. The P.S.& E. shall be developed by the City or its consultant in accordance
with the State's latest Standard Specifications For Construction Of Highways,
Streets And Bridges and AASHTO Guide for Development of Bicycle Facilities or its
currently approved revisions. c. The City shall submit the completed P .S.& E. to the State for review and
approval. Should the State determine revisions are required to the P.S.& E., the
City shall prepare or cause to be prepared the necessary revisions. The State
will not let the construction contract until the P.S.& E. have been approved by
the State.
c: \data \"'l)oli n\docs \enhan\bi Ke 1 oop. agr Page 3 of 7
D. The City must comply with the procedures established in 23 C.F.R. Part 172
in the selection of its consultant. The City shall submit its consultant
selection procedures to the State for approval prior to beginning the hiring
process. The contract for architectural or engineering services must not include
compensation based on a percentage of construction cost. Disadvantaged Business
Enterprise(DBE)/Historically Underutilized Business(HUB) participation in
consultant contracts will meet the Federal goals.
E. The City will submit to the State all documentation relating to actual costs
incurred associated with the development of architectural documents and plans.
Reasonable costs incurred by the City after the State has given written
authorization will be eligible for reimbursement at an amount not to exceed
eighty percent(80%) of the actual costs. The City shall comply with the cost
principles established in OMB Circular A-87, "Cost Principle for State and Local
Governments." Payments to the City for allowable costs will be made monthly
while the work is in progress under this agreement. The City will prepare and
present to the State a monthly progress report and an itemized and certified
invoice (TxDOT Form 132, or an invoice that is acceptable to the State) each
month stating the percent completion of the work accomplished during the month
and also to date. The State shall reserve the right to withhold payment pending
verification of satisfactory work performed. The City must submit adequate proof
to the State that the task has been performed. The original Form 132, or an
acceptable invoice, and four {4) copies should be submitted directly to the
District Office to expedite processing. Upon receipt and approval of each
statement, the State shall pay the amount which is due and payable within thirty
(30) days time. The itemized and certified statements shall show the total
amount earned to the date of submission and the amount due and payable as of the
date of the current statement.
14. ACQUISITION AND CONSTRUCTION FUNDING
A. The total costs for the Project are estimated at $1,348,000.00.
B. The State will be responsible to secure the federal share of the funding
required for the development and construction of the Project up to the maximum
amount of $)._,078,400.00 or eighty percent (80%) of the total cost to complete the
Project, whichever is less. The City will be responsible for any non-federal
participation costs associated with the Project. The federal funds provided under
this agreement will be utilized for the planning and construction of the Project
and to compensate the State for the costs incurred in reviewing the architectural
contract documents and performing construction oversight and other administrative
services required under this agreement. Federal funds are approved by this
agreement for acquisition of property and construction of bike paths, lanes,
bridges, and culvert crossings.
C. Upon execution of this agreement, the City will remit a check or warrant
made payable to the "Texas Department of Transportation" in the amount of
$48,266.00. This amount is based on twenty percent (20) of the sum of the
estimated State administrative cost and the estimated engineering cost. The funds
will be utilized by State to review the P.S.& E. and for other incidental costs
prior to letting.
~~"'";>,,_ D. Sixty (60) days prior to the date set for receipt of the construction bids,
) the State will notify the City that its financial share for the construction is
l'l ~-€.. · re ired. The City shall remit a check or warrant in the amount established by
(
the State within thirty (30) days from receipt of the State's written
notification to the address provided herein. Additionally, the City will be
responsible for payment of costs exceeding the federal funding share established
_ n .LD. by Texas Transportation Commission Minute Order 103709. ~ 0~ E. Reimbursement will be made to the City for property purchased after FHWA f"'f~.rJ., approval in an amount not greater than ei~hty percent (80%) of th_e .cost of t~e
property and improvements purchased according to the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the
predetermined and preapproved value of the property or the net cost thereof,
whichever is less. In addition, reimbursement will be made to the City for
necessary payments to appraisers, expenses incurred to assure good title to
property acquired, and costs associated with incidental expense in conveying the
c: \data\"l)Wi n\docs \enhanlbi ke loop. agr Page 4 of 7
needed right of way to the City. Reimbursement shall not exceed eighty percent
(80%) of such documented costs.
F. In the event the State determines additional funding is required by the City
at any time durin the development of the Project, the State will not y t e C y
in writing of the ad 1t1onal amount. The City will make payment to the State
within thirty (30) days from receipt of the-State's notification. Upon completion
of the Project, the State will perform an audit of the costs and any funds due
the City will be promptly returned.
15. CONSTRUCTION RESPONSIBILITIES
A. The State shall advertise for construction bids, issue bid proposals,
receive and tabulate the bids, and award a contract for construction of the
Project in accordance with existing procedures and applicable laws. Any field 8'..·"! .,-.., changes, supplemental agreements or additional work orders which may become
necessary subsequent to the award of the construction contract shall be the IY\" ~ fJresponsibility of the City and subject to the approval of the State. 'o f<~B. The State will supervise and inspect all work performed by the construction 0~ contractor and will provide or cause to be provided such engineering, inspection
and testing services as may be required to ensure that the construction of the
Project is accomplished in accordance with the approved P.S.& E.
C. Upon completion of the Project, the State will issue to the City a
"Notification of Completion", acknowledging the Project has been completed. Upon
the City• s receipt of the "Notification of Completion", the City agrees to accept
ownership and operate and maintain the facility authorized by this agreement for
the benefit of the public.
16. MAINTENANCE RESPONSIBILITIES
Upon completion of the Project, the City will assume responsibility for
maintenance of the completed facility.
17. OWNERSHIP OF DOCUMENTS
Upon completion or termination of this agreement, all documents prepared by the
City shall remain the property of the City. All documents prepared by the State
shall remain the property of the State. All data prepared under this agreement
shall be made available to the State without restriction or limitation on their
further use. All documents produced, approved or otherwise created by the City
shall be transmitted to the State in the form of photocopy reproduction on a
monthly basis.
18 . TERMINATION
A. This agreement may be terminated by any of the following conditions:
(1) By mutual written agreement and consent of both parties.
(2) By either party, upon the failure of the other party to fulfill the
obligation as set forth herein.
B. The termination of this agreement shall extinguish all rights, duties,
obligations and liabilities of the State and City under this agreement. If the
potential termination of this agreement is due to the failure of the City to
fulfill its contractual obligations as set forth herein, the State will notify
the City a possible breach of contract has occurred. The City should make every
effort to remedy the breach as outlined by the State within a period mutually
agreed upon by both parties. c. Violation or breach of contract terms shall be grounds for termination of
the agreement, and any increased costs arising from the City's default, breach
of contract or violation of agreement terms shall be paid by the City.
19. REMEDIES
This agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed
of by either party to this agreement and shall be cumulative.
20. INDEMNIFICATION
To the extent permitted by law, the City shall indemnify and save harmless the
State, its officers, employees, agents and contractors from all claims and
c: \data\lopWi n\docs \enhan\bi ke loop. agr Page 5 of 7
liabilities due to the activities of the City, its officers, employees, agents
and contractors performed under this agreement and which result from an error,
omission or negligent acts of the City, its officers, employees, agents or
contractors. Additionally, to the extent permitted by law, the City shall save
harmless the State, its officers, employees, agents and contractors from any and
all expenses, includin attorne s e and court costs which ma be incurred by
the State in litigation or otherwise resisting said '1 laim or liabilities w ich
might be imposed on the State as the result of such a tivities by the City, its
officers, employees, agents or contractors. L . . •/ .. n (Vt~ ~ ~ P"-'1'~ LC>1 'f1:,._
21. AMENDMENTS
Any changes in the time frame, character, agreement provisions or obligations of
the parties hereto shall be enacted by written amendment executed by both the
City and the State.
22. COMPLIANCE WITH LAWS
The City shall comply with all federal, state and local laws, statutes,
ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of the
agreement. When required, the City shall furnish the State with satisfactory
proof of the compliance therewith.
23. LEGAL CONSTRUCTION
In case one or more of the provisions contained in this agreement shall for any
reason be held invalid, illegal or unenforceable in any respect, such invalidity,
illegality or unenforceability shall not affect any other provisions hereof and
this agreement shall be construed as if such invalid, illegal or unenforceable
provision had never been contained herein.
24. NOTICES
All notices to either party by the other required under this agreement shall be
delivered personally or sent by certified or U.S. mail, postage prepaid, addressed
to such party at the following respective addresses:
State:
City:
Texas Department of Transportation
1300 N. Texas Avenue
P.O. Box 3249
Bryan, TX 77805-3249
The City of College Station, Texas
P. 0. Box 9960
College Station, TX 77842
All notices shall be deemed given on the date so delivered or so deposited in the
mail, unless otherwise provided herein. Either party hereto may change the above
address by sending written notice of such change to the other in the manner
provided herein.
25. INSPECTION OF BOOKS AND RECORDS
The State will, for the purpose of termination of the agreement prior to
completion, examine the books and records of the City to check the amount of work
performed by the City at contract termination. The City shall maintain all
books, documents, papers, accounting records and other documentation relating to
costs incurred under this agreement and shall make such materials available to
the State, the Federal Highway Administration (FHWA) or their duly authorized
representatives for review and inspection at its office during the contract
period and for three (3) years from the date of completion of work defined under
this contract or until impending litigation is resolved. Additionally, the
State, FHWA, and their duly authorized representatives shall have access to all
records of the City which are directly applicable to this agreement for making
audits, examinations, excerpts, and transcriptions.
c: \data\v.pwinldocslenhanlbi<eloop. agr Page 6 of 7
26. OMB AUPIT REQUIREMENTS
The City shall comply with the requirements of the Single Audit Act of 1984, P.L.
98 -502, insuring the single audit report includes the coverage stipulated in
paragraphs 6, 8 and 9 of OMB Circular No . A-128.
27. PROCUREMENT AND PROPERTY MANAGEMENT STANDARDS
The City shall adhere to the procurement standards established in Title 49 C.F.R.
Part 18 .32 and the property management standards established in Title 49 C.F.R.
Part 18.36.
28. CIYIL RIGHTS COMPLIANCE
The City shall comply with the regulations of the Department of Transportation
as they relate to nondiscrimination (49 C.F.R. 21 and 23 C.F.R. 710.405(B);
Executive Order 11246 titled "Equal Employment Opportunity," as amended by
Executive Order 11375 and as supplemented in the Department of Labor regulations
(41 C.F.R. 60)).
29. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The City shall comply with the "Minority Business Enterprise Program
Requirements" established in 49 C.F.R. Part 23, Subpart D.
30. DEBARMENT CERTIFICATIONS
The City is prohibited from making any award at any time to any party which is
debarred or suspended or otherwise excluded from or ineligible for participation
in federal assistance programs under Executive Order 12549, Debarment and
Suspension. The City shall require any party to a subcontract or purchase order
awarded under this contract as specified in Title 49 of the Code of Federal
Regulations, Part 29 (Debarment and Suspension) to certify its eligibility to
receive federal funds and, when requested by the State, to furnish a copy of the
certification.
31. SOLE AGREEMENT
This agreement constitutes the sole and only agreement between the parties hereto
and supersedes any prior understandings or written or oral agreements respecting
the within subject matter.
IN TESTIMONY WHEREOF , the parties hereto have caused these presents to be
executed in duplicate on the date herein stated.
City
Signature
By:
Title of Executing Official
ATTEST:
By:
Signature
Title
c: \data\"\Min\docs \enhan\bi ke loop. agr
THE STATE OF TEXAS
Certified as being executed for the
purpose and effect of activating and/or
carrying out the orders, established
policies, or work programs heretofore
approved and authorized by the Texas
Transportation Commission under the
authority o-f Minute Order 103709.
APPROVED:
By :
Date:
Page 7 of 7
Robert Cuellar, P .E.
Deputy Executive Director for
Transportation Planning and
Development
.~ I Texas Department of Transportation
P.O. BOX 3249 •BRYAN, TEXAS 77805-3249 • (409) 778-2165
Mr. Edwin Hard
City of College Station
P.O. Box 9960
November 22, 1994
College Station, Texas 77842
College Station Bike Loop Project
Dear Mr. Hard:
Please review the attached draft agreement for this enhancement
project. If the agreement meets with your approval, please have
the city's portions of both counterparts executed and return them
to this office. Under this agreement the "city hires a consultant
for the architectural/engineering documents, with state oversight,
and the state lets and manages the construction contract.
Please call Mr. Appleton at (409) 778 -9707 with any questions.
Attachments
Sincerely,
O~F~
Phillip E. Russell, P.E.
Bryan Director of Transportation
Planning and Development
An Equal Opportunity Employer
' '
STATE OF TEXAS *
COUNTY OF TRAVIS *
County
CSJ
Project
PROJECT DEVELOPMENT AGREEMENT
Brazos
0917-29-062
College Station Bike Loop
FOR STATEWIDE TRANSPORTATION ENHANCEMENT PROGRAM
PROJECT
THIS AGREEMENT, made on the date shown hereinafter, by and between the
Texas Department of Transportation, hereinafter called the "State", and the City
of College Station, Texas, a local government, or governmental agency or entity,
hereinafter called the "City".
W I T N E S S E T H
WHEREAS , the City is the sponsor of the College Station Bike Loop project,
to be hereinafter identified as the "Project", described by the nomination form,
attached hereto and identified as "Exhibit A"; and
WHEREAS, under Title 23, United States Code as amended by the Intermodal
Surface Transportation Efficiency Act of 1991 and subsequent Federal legislation,
a program entitled Category 4B, Texas Statewide Transportation Enhancement
Program has been approved by the Texas Transportation Commission and said project
is included in this program; and
WHEREAS, the City has offered to participate in the development and
construction of the Project by providing funding, preparing the design
documentation, acquiring the necessary right of way, accomplishing utility
adjustments, and other necessary items required by the State; and
WHEREAS, on the 28th day of October, 1993 the College Station City Council
passed Resolution No. 10-28-93-9, attached hereto and identified as "Exhibit B",
authorizing the City's participation in the Project; and
WHEREAS, on the 28th day of April, 1994 the Texas Transportation Commission
passed Minute Order 103709, attached hereto and identified as "Exhibit C",
authori zing the Project through the Statewide Transportation Enhancement Program;
and
WHEREAS, it is incumbent upon the State to secure the federal cost share,
administer the development, contracting, construction, and management of this
project.
A G R E E M E N T
NOW, THEREFORE, in consideration of the premises and of mutual covenants
and agreements of the parties hereto to be by them respectively kept and
performed, as hereinafter set forth, it is agreed as follows:
1. CONTRACT PERIOD
This agreement becomes effective upon final execution by the State and shall
terminate upon completion of the Project or unless terminated or modified as
hereinafter provided.
c: \data \"'P'i n\docs \enhan\bike 1 oop. agr Pag e 1 of 7
' \
2. SCOPE OF PROJECT
The State and the City agree that the scope of the Project shall be limited to
the scope authorized by the Texas Transportation Conunission.
3. ACQUISITION OF RIGHT-OF-WAY
A. The City shall perform the necessary requirements to provide the desired
right-of-way required for the construction of the Project. The City will comply
with and assume the costs for compliance with all the requirements of Ti~le II
and Title III of the Uniform Relocation Assistance and Real Property Acquisition
Policies Act of 1970, Title 42 U.S.C.A. Section 4601, et seq., including those
provisions relating to incidental expenses incurred by the property owners.
Documentation to support such compliance must be maintained and must be made
available to the State and its representatives for review and inspection.
B. In the event the right of way is donated to the City, the City will provide
all documentation regarding the value of the acquired property to the State. The
State will review the City's appraisal of the donated property to determine the
fair market value. The fair market value of the donated right of way will be
credited toward the cost of the project. Donations of property must be in
accordance with Title 23 U.S.C. § 323.
C. The State will not reimburse the City any funds for right of way acquired
before FHWA approval.
4. RIGHT-OF-WAY DESCRIPTION
The City shall prepare or cause to be prepared right-of-way plats, property
descriptions and other data as needed to properly describe the right of way which
the City is to acquire and provide for the project. The right-of-way plats and
property descriptions shall be submitted to the State for approval prior to the
City acquiring the necessary right of way. Tracings of the plats shall be
retained by the City for its permanent records.
5. DETERMINATION OF RIGHT-OF-WAY VALUES
The City agrees to make a determination of property values for each right-of-way
parcel by methods acceptable to the State and to submit to the State's district
office a tabulation of the values so determined, signed by the appropriate City
representative. This tabulation shall list the parcel nUI!lbers, owners, acreage
and reconunended compensation. Compensation shall be shown in the component parts
of land taken, itemization of improvements taken, damages (if any) and the
amounts by which the total compensation will be reduced if the owner retains
improvements. This tabulation shall be accompanied by an explanation to support
the determined values, together with a copy of information or reports used in
arriving at all determined values. The State will review the data submitted and
may base its reimbursement for parcel acquisitions on the values which are
determined by this review.
6. CONDEMNATION
Condemnation proceedings will be initiated at a time selected by the City and
will be the City's responsibility at its own expense as hereinafter indicated.
The City will concurrently file condemnation proceedings and a notice of lis
pendens for each case.
7. COURT COSTS, COSTS OF SPECIAL COMMISSIONERS' HEARINGS
Court costs of special conunissioners' hearings assessed against the City in
condemnation proceedings and fees incident thereto will be paid by the City.
Such costs and fees incurred after FHWA approval will be eligible for
reimbursement at an amount not to exceed eighty percent (80%) of the actual cost
under the established reimbursement procedure .
8. REIMBURSEMENT
Reimbursements will be made to the City for right of way purchased after the date
of FHWA approval in an amount not to exceed eighty percent (80%) of the cost of
the right of way purchased in accordance with the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the State's
predetermined value of each parcel, or the net cost thereof, whichever is less.
c: \datal;,pwi n\docs \enhanlbi ke loop . agr Page 2 of 7
In addition, reimbursement will be made to the City for necessary payments to
appraisers, expenses incurred in order to assure good title to property acquired
and costs associated with the relocation of displaced persons or personnel
property as well as incidental expenses incurred in conveying the needed right
of way to the City. Reimbursement shall not exceed eighty percent (80%) of such
documented costs. If condemnation is necessary and title is taken as set forth
herein under the section entitled CONDEMNATION, the participation by the State
shall be based on the final judgement, conditioned upon notifying the State in
writing prior to the filing of such suit and upon giving prompt notice of all
action taken therein.
9. UTILITY ADJUSTMENTS/RELOCATIONS
A. If the proposed construction requires the adjustment, removal or relocation
of such utility facilities, the City and its consultant will establish the
necessary utility work in accordance with 43 T.A.C., Sec. 21.31-21.51 and notify
the appropriate utility company to schedule their adjustments. The City shall
be responsible for all costs associated with the adjustment, removal, or
relocation of such utility facilities, and such adjustment, removal, or
relocation shall be in accordance with applicable State law, regulations,
policies, and procedures. In the event additional utilities are required to be
adjusted, removed or relocated during the construction of the Project, the City
will be responsible for all costs associated with t~e additional utility work,
unless this work is provided by the owners of the utility facilities.
B. Utility adjustment costs which would be eligible for cost participation by
virtue of a property interest as described in 23 C.F.R. 645.107 {A) {C)will be
reimbursable to the City not to exceed eighty percent (80%) of actual costs.
10. ENVIRONMENTAL MITIGATION
The State will be responsible for the preparation of the environmental assessment
documents. The City will perform an Environmental Site Assessment for hazardous
materials impact in accordance with the American Society for Testing and
Materials (ASTM) 1528. 93 (Transaction Screen Process). The City will be
responsible for the mitigation and remediation of any environmental problems
associated with the development and construction of the Project. The City shall
provide to the State written certification from the appropriate regulatory
agency(s) that the environmental problems have been remedied. The State will not
let the construction contracts until all environmental problems have been
remediated by the City.
11. CERTIFICATION
The City shall provide to the State forty-five (45) days prior to the
construction contract let date, a certification that all environmental problems
have been remediated, and all conflicting utilities have been adjusted to clear
the proposed construction.
12. SUBLETTING
The City shall not sublet or transfer any portion of the work under this
agreement unless specifically approved in writing by the State. All subcontracts
shall include the provisions required in this contract and shall be approved in
writing by the State prior to the subcontractor beginning work .
13. ARCHITECTURAL/ENGINEERING SERVICES
A. The City will prepare or cause to be prepared the preliminary engineering
necessary for the development of plans, specifications and estimates (P.S.& E.).
B. The P.S.& E. shall be developed by the City or its consultant in accordance
with the State 's latest Standard Specifications For Construction Of Highways.
Streets And Bridges and AASHTO Guide for pevelopment of Bicycle Facilities or its
currently approved revisions. c . The City shall submit the completed P.S.& E. to the State for review and
approval . Should the State determine revisions are required to the P.S.& E., the
City shall prepare or cause to be prepared the necessary revisions. The State
will not let the construction contract until the P.S.& E. have been approved by
the State.
c: \data \"IJWi n\docs \enhan\bi ke loop. agr Page 3 of 7
I
..
D. The City must comply with the procedures established in 23 C.F.R. Part 172
in the selection of its consultant. The City shall submit its consultant
selection procedures to the State for approval prior to beginning the hiring
process. The contract for architectural or engineering services must not include
compensation based on a percentage of construction cost. Disadvantaged Business
Enterprise(DBE)/Historically Underutilized Business(HUB) participation in
consultant contracts will meet the Federal goals.
E. The City will submit to the State all documentation relating to actual costs
incurred associated with the development of architectural documents and plans.
Reasonable costs incurred by the City after the State has given written
authorization will be eligible for reimbursement at an amount not to exceed
eighty percent(80%) of the actual costs. The City shall comply with the cost
principles established in OMB Circular A-87, "Cost Principle for State and Local
Governments." Payments to the City for allowable costs will be made monthly
while the work is in progress under this agreement. The City will prepare and
present to the State a monthly progress report and an itemized and certified
invoice (TxDOT Form 132, or an invoice that is acceptable to the State) each
month stating the percent completion of the work accomplished during the month
and also to date. The State shall reserve the right to withhold payment pending
verification of satisfactory work performed. The City must submit adequate proof
to the State that the task has been performed. The original Form 132, or an
acceptable invoice, and four (4) copies should be submitted directly to the
District Office to expedite processing. Upon receipt and approval of each
statement, the State shall pay the amount which is due and payable within thirty
(30) days time. The itemized and certified statements shall show the total
amount earned to the date of submission and the amount due and payable as of the
date of the current statement.
14. ACQUISITION AND CONSTRUCTION FUNDING
A. The total costs for the Project are estimated at $1,348,000.00.
B. The State will be responsible to secure the federal share of the funding
required for the development and construction of the Project up to the maximum
amount of $1,078,400.00 or eighty percent (80%) of the total cost to complete the
Project, whichever is less. The City will be responsible for any non-federal
participation costs associated with the Project. The federal funds provided under
this agreement will be utilized for the planning and construction of the Project
and to compensate the State for the costs incurred in reviewing the architectural
contract documents and performing construction oversight and other administrative
services required under this agreement. Federal funds are approved by this
agreement for acquisition of property and construction of bike paths, lanes,
bridges, and culvert crossings. c. Upon execution of this agreement, the City will remit a check or warrant
made payable to the "Texas Department of Transportation" in the amount of
$48, 266. 00. This amount is based on twenty percent (20) of the sum of the
estimated State administrative cost and the estimated engineering cost. The funds
will be utilized by State to review the P.S.& E. and for other incidental costs
prior to letting.
D. Sixty (60) days prior to the date set for receipt of the construction bids,
the State will notify the City that its financial share for the construction is
required. The City shall remit a check or warrant in the amount established by
the State within thirty (30) days from receipt of the State's written
notification to the address provided herein. Additionally, the City will be
responsible for payment of costs exceeding the federal funding share established
by Texas Transportation Commission Minute Order 103709.
E. Reimbursement will be made to the City for property purchased after FHWA
approval in an amount not greater than eighty percent (80%) of the cost of the
property and improvements purchased according to the terms and provisions of this
agreement. Reimbursement will not exceed eighty percent (80%) of the
predetermined and preapproved value of the property or the net cost thereof,
whichever is less. In addition, reimbursement will be made to the City for
necessary payments to appraisers, expenses incurred to assure good title to
property acquired, and costs associated with incidental expense in conveying the
~ c: \data\"'IJ-'in\docs \enhanlbikeloop . agr
{AlL w~ ~ ~ ( .( .f.o
Page 4 of 7
MJ!v.k -tft:s rA., tN-r ecJ <'J~ ~-k 5
...
needed right of way to the City. Reimbursement shall not exceed eighty percent
(80%) of such documented costs.
F. In the event the State determines additional funding is required by the City
at any time during the development of the Project, the State will notify the City
in writing of the additional amount. The City will make payment to the State
within thirty (30) days from receipt of the State's notification. Upon completion
of the Project, the State will perform an audit of the costs and any funds due
the City will be promptly returned.
15. CONSTRUCTION RESPONSIBILITIES
A. The State shall advertise for construction bids, issue bid proposals,
receive and tabulate the bids, and award a contract for construction of the
Project in accordance with existing procedures and applicable laws. Any field
changes, supplemental agreements or additional work orders which may become
necessary subsequent to the award of the construction contract shall be the
responsibility of the City and subject to the approval of the State.
B. The State will supervise and inspect all work performed by the construction
contractor and will provide or cause to be provided such engineering, inspection
and testing services as may be required to ensure that the construction of the
Project is accomplished in accordance with the approved P.S.& E.
C. Upon completion of the Project, the State will issue to the City a
"Notification of Cl.lmpletion", acknowledging the Project has been completed. Upon
the City• s receipt of the "Notification of Completion", the City agrees to accept
ownership and operate and maintain the facility authorized by this agreement for
the benefit of the public.
16. MAINTENANCE RESPONSIBILITIES
Upon completion of the Project, the City will assume responsibility for
maintenance of the completed facility.
17. OWNERSHIP OF DOCUMENTS
Upon completion or termination of this agreement, all documents prepared by the
City shall remain the property of the City. All documents prepared by the State
shall remain the property of the State. All data prepared under this agreement
shall be made available to the State without restriction or limitation on their
further use. All documents produced, approved or otherwise created by the City
shall be transmitted to the State in the form of photocopy reproduction on a
monthly basis.
18. TERMINATION
A. This agreement may be terminated by any of the following conditions:
(1) By mutual written agreement and consent of both parties.
(2) By either party, upon the failure of the other party to fulfill the
obligation as set forth herein.
B. The termination of this agreement shall extinguish all rights, duties,
obligations and liabilities of the State and City under this agreement. If the
potential termination of this agreement is due to the failure of the City to
fulfill its contractual obligations as set forth herein, the State will notify
the City a possible breach of contract has occurred. The City should make every
effort to remedy the breach as outlined by the State within a period mutually
agreed upon by both parties.
C. Violation or breach of contract terms shall be grounds for termination of
the agreement, and any increased costs arising from the City's default, breach
of contract or violation of agreement terms shall be paid by the City.
19. REMEDIES
This agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed
of by either party to this agreement and shall be cumulative.
20. INDEMNIFICATION
To the extent permitted by law, the City shall indemnify and save harmless the
State, its officers, employees, agents and contractors from all claims and
c: \datal"'fl.'inldocs\enhanlbikeloop. agr Page 5 of 7
...
liabilities due to the activities of the City, its officers, employees, agents
and contractors performed under this agreement and which result from an error,
omission or negligent acts of the City, its officers, employees, agents or
contractors. Additionally, to the extent permitted by law, the City shall save
harmless the State, its officers, employees, agents and contractors from any and
all expenses, including attorneys fees and court costs which may be incurred by
the State in litigation or otherwise resisting said claim or liabilities which
might be imposed on the State as the result of such activities by the City, its
officers, employees, agents or contractors .
21. AMENDMENTS
Any changes in the time frame, character, agreement provisions or obligations of
the parties hereto shall be enacted by written amendment executed by both the
City and the State.
22. COMPLIANCE WITH LAWS
The City shall comply with all federal, state and local laws, statutes,
ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of the
agreement. When required, the City shall furnish the State with satisfactory
proof of the compliance therewith.
23. LEGAL CONSTRUCTION
In case one or more of the provisions contained in this agreement shall for any
reason be held invalid, illegal or unenforceable in any respect, such invalidity,
illegality or unenforceability shall not affect any other provisions hereof and
this agreement shall be construed as if such invalid, illegal or unenforceable
provision had never been contained herein.
24. NOTICES
All notices to either party by the other required under this agreement shall be
delivered personally or sent by certified or U.S. mail, postage prepaid, addressed
to such party at the following respective addresses:
State:
City:
Texas Department of Transportation
1300 N. Texas Avenue
P.O. Box 3249
Bryan, TX 77805-3249
The City of College Station, Texas
P. o. Box 9960
College Station, TX 77842
All notices shall be deemed given on the date so delivered or so deposited in the
mail, unless otherwise provided herein. Either party hereto may change the above
address by sending written notice of such change to the other in the manner
provided herein.
25. INSPECTION OF BOOKS AND RECORDS
The State will, for the purpose of termination of the agreement prior to
completion, examine the books and records of the City to check the amount of work
performed by the City at contract termination. The City shall maintain all
books, documents, papers, accounting records and other documentation relating to
costs incurred under this agreement and shall make such materials available to
the State, the Federal Highway Administration (FHWA) or their duly authorized
representatives for review and inspection at its office during the contract
period and for three (3) years from the date of completion of work defined under
this contract or until impending litigation is resolved. Additionally, the
State, FHWA, and their duly authorized representatives shall have access to all
records of the City which are directly applicable to this agreement for making
audits, examinations, excerpts, and transcriptions.
c: \datal~n\docslenhanlbi<eloop. agr Pag e 6 of 7
.....
26. OMB AUPIT REQUIREMENTS
The City shall comply with the requirements of the Single Audit Act of 1984, P.L.
98-502, insuring the single audit report includes the coverage stipulated in
paragraphs 6, 8 and 9 of OMB Circular No. A-128 .
27. PROCUREMENT AND PROPERTY MANAGEMENT STANPARPS
The City shall adhere to the procurement standards established in Title 49 C.F.R.
Part 18.32 and the property management standards established in Title 49 C.F.R.
Part 18.36.
28. CIVIL RIGHTS COMPLIANCE
The City shall comply with the regulations of the Department of Transportation
as they relate to nondiscrimination (49 C.F.R. 21 and 23 C.F.R. 710.405(B);
Executive Order 11246 titled "Equal Employment Opportunity," as amended by
Executive Order 11375 and as supplemented in the Department of Labor regulations
(41 C.F.R. 60)).
29. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The City shall comply with the "Minority Business Enterprise Program
Requirements" established in 49 C.F.R. Part 23, Subpart D.
30. DEB.ARMENT CERTIFICATIONS
The City is prohibited from making any award at any time to any party which is
debarred or suspended or otherwise excluded from or ineligible for participation
in federal assistance programs under Executive Order 12549, Debarment and
Suspension. The City shall require any party to a subcontract or purchase order
awarded under this contract as specified in Title 49 of the Code of Federal
Regulations, Part 29 (Debarment and Suspension) to certify its eligibility to
receive federal funds and, when requested by the State, to furnish a copy of the
certification.
31. SOLE AGREEMENT
This agreement constitutes the sole and only agreement between the parties hereto
and supersedes any prior understandings or written or oral agreements respecting
the within subject matter.
IN TESTIMONY WHEREOF, the parties hereto have caused these presents to be
executed in duplicate on the date herein stated.
City
Signature
By:
Title of Executing Official
ATTEST :
By:
Signature
Title
c: \data\\o.l]Wi n\docs \enhan\bike loop. agr
THE STATE OF TEXAS
Certified as being executed for the
purpose and effect of activating and/or
carrying out the orders, established
policies, or work programs heretofore
approved and authorized by the Texas
Transportation Commission under the
authority of Minute Order 103709 .
APPROVED:
By:
Date:
Page 7 of 7
Robert Cuellar, P.E.
Deputy Executive Director for
Transportation Planning and
Development
FEB-·->S-95 TUE 9:26 THC
FaJ-Tra _ mittal Memo ~,-0-, r-a-ge-s ----....,
Co.:(,,; t:'>::__§:'~---1-C_o._: _,_Jll--'1;'-=~'----
0ept.: Phone #51..<Jru,3 -~1
RCFX14 RllS l "UNNHU.
UTtvr: DIR~CTOll.
p -0 1
TEXAS HISTORICAL COMMISSION
P.O. nox 1n11> AUSTIN, TEXAS 7~711 -227<•
January 6, 1995
Mr. William G. Burnett, Executive Director
Texas Department of Transportation
Dewitt C. Greer State Highway Building
125 E. 11th Street
Austin, Texas 78701 -2483
!RELAY TlO 1 -~00-7H-29F9 (TOD)
Re : lntennodal Surface Transportation Efficiency Act Enhancement Fwulingfor
rehabilirarion of historic buildings in Texas (FHWNJ06)
Dear Mr. Burnett:
Texas Historical Commission (THC), in its role as the State Historic Prescrvarion
Office (SHPO), is working with che Texas Department of Transportation (TxDOT) to
review Intermodal Surf ace Tran:;portation Efficiency Act (ISTEA) enhancement funding in
accordance with the National H•scoric Preservation Act. We are pleased that substantial
ISTEA funds will be spent on historic prcservacion projcctc;, and believe that TxDOT's
efforts on this program will greatly benefit the citi7..ens of Texas though economic
development, increased tourism, and fostering of pride in Te;icas heritage.
Al the same time, THC is concerned that adrnjnistration of ISTEA funds on historic
properties in Texas may not have adequare professional oversight under current TxOOT
policie's and procedures~ and that adverse effects to historic propercies receiving
rchabiliration fonding under this program could be the result. One concern about the
planned implc°.1entati.on of this program i~ Tx~OT' s. policy prohibiting 9ualifyin~ language
for contractors m project documents. Whtle this pohcy may be appropnate for highway
construction projectc;, it presents grave danger when applied to historic rehabilitation ~d
restoration projects.
Many necessary types of work on historic buildings take skill and years of practice
to i;naster; inferior work can severely damage the historic fabric of a building (e.g.,
ck.aning, repointing and patching historic mac;onry, installation of standing seam metal
roqfs, structural repairs, plaster repair, window and door rehabilitation, etc.). Texas
General Services Comrnission employs qualifying language in ics contract documents for
rehabilitation projects. We strongly recommend ttiat this TxDOT policy be revised to aJlow
for'qunlifying language in rehabilitation proje.ct documents for historic buildings, and to -
avoid the potential of adverse effecc on these federally funded projcctc;_
We are also concerned tnat TxDOT policy apparently pre.eludes allowing the same
project professional who develops project documents to administer or manage the project
FEE-;-28-95 TUE
. .,,· . ' 9:26 THC
WU.l.IAM BURNETT, 1.6.95
ISTEA ENHANCEMENT FUNDING
PAGE2
work. Contract documents we have seen for ISTEA enhancement projects stipulate that tl1e
project professional will develop the project documents, but that TxDOT (or its
representative) will administer the project work. This course of action would confu~e and
complicate the coordination of the project with our office, and has significant potential to
cause adverse effects on historic properties.
Traditional architectural practice consists of five important and integrated pha~es
chat, particularly on historic preservation projects, should be administered by a single
architect These phases consist of: I) Schematic Design, 2) Design Development. 3)
Construction Drawings, 4) Bidding Negotiation, and 5) Conscruction A(;'.fministration.
Under TxDOT's proposed guidelines, the Historical Architect will oversee production of
Schematic Design through Construction Drawings. Ic is during these three phases the
archit~.ct becomes familiar wirh the historic building, and develops appropriate mcrhods and
approaches for rehabilitation.
The final two phases of r~habilitation work are very important to the success of the
project, and to avoiding an adverse effect on the historic building. During Bidding
Negotiarion, addenda are invariably issued on rehabilitation projects. The Histori<;:
Architect who produced the Contract Documents should issue these addenda and administer
the work to ensure its appropriateness and compliance with the Secretary of the /1!ferior's
Sta'!dards for Rehabilitation (Scandards). Throughout the course of rehabilitation work the
same Historic Architect should be consulted when, as invariably happens with historic
buildings, unforeseen conditions arise. When this happens, it is important that careful
deci sions be made to preserve the historical integricy of the property. THC should also be
given the opportunity to review significant change orders for compliance with the
Standards.
Many items of project work must be overseen by a professional with experience in
working with historic buildings, to ensure that specifications are followed and to approve
subminals and test work by the contractor. A project manager that was not involved in
project planning, and plan and specification development, would not have the knowledge
of the project documenrs to appropriarely interpret them for che contractor and effectively
oversee the work. Acquired knowledge of the particular historic building, historic .
preservation technology and the Standards, will help ensure that sound decisions are made,
so that the project will not adversely effect the historic property.
In a related concern, Chere appears to be much misinfonnation and concern about
adm inistration costs for JSTEA projects. Please clarify chis TxOOT policy for us.
We strongly suggest that TxDOT follow tradicionaJ architectural practice and allow
funding recipients to hire a competent project professionaJ to develop project plans and
specifications and administer the project work. Not qualifying contractors and not
employing the professional who developed the project documents co perfonn construction
admi~~strat.ion both present a high risk o~ ~amage to historic buildings. With both of these
cond1r1ons in effect, however, rhe probability of an adverse effect to the buildings is very
high. .
P.02
FEB-28-95 TUE . ~ ... ,., 9:27 THC
WU.l.IAM BURNElT, 1.6.95
JSTEA ENHANCF.MENT FUNDING
PAGf;3
Thank you for your interest in the cultural heritage of Texas, and for the
opp<.Htunity to comment on this federally funded proje.ct in accordance with the National
Historic Prc~crvation Act, a'> amended. If you have any questions or concerns about this
letter please concact Linda Roark in the Department of Archite.cmre at 5121463-6094.
CT/l .R
c: Dianna F. Noble, Texas Depanment of Transportation
John Patterson, Texas General Services Commission
Jesse Gray, Federal Highway Administration
Claudia Nissley, Advisory Council on Historic Preservation
P.03
January 31, 1995
Ed Hard
College Station Transportation & Planning
P.O. Box 9960
College Station, TX 77842
Dear Mr. Hard:
CE\VED FE 7 1995
Thank you for taking my call recently and discussing the transportation Enhancement
Project for College Station. The literature I am sending you should be helpful in your
planning and design of this project. Hopefully, the material will stimulate your interest and
some of these products may be used in the many bicycle oriented projects that are being
planned.
Obviously, our interest is to have the opportunity to bid these areas where our type products
would be used, or to have our products used in the specifications which will go out to
bidders.
You will find enclosed for your review, material describing our bicycle parking products.
The enclosed will provide answers to the most commonly asked questions.
Bicycle security is our business! Since 1986, we have been bringing the ultimate in bicycle
parking and storage systems to our partners. Every sale we consider a partnership with our
customers and our trained staff will support you before and after installation
All of our lockers and racks are constructed of the highest quality materials and we offer
a selection to meet your every need. All made in the USA.
We also welcome the opportunity of providing quotes for locker and rack sizes or styles not
shown in our standard product literature.
If you should have any questions or would like recommendations for your particular need,
please feel free to call (800) 245-3723, (US & Canada).
P.O. Box 7359 ·Ventura •CA 93006 • (805) 933-3688 • FAX (805) 933-1865 • (800) 245-3723
Members:
League of American Bicyclists The Bicycle Federation of America
TM
f
CARNGIE LIBRARY REHABllifAilON
City has been awarded a grant from the Texas Department of Transportation to partially cover
the cost of rehabilitating the City of Bryan's historic Carnegie Library. It is anticipated the
facility will serve the Brazos Valley as a center for history and genealogy following
rehabilitation.
lime Table
June 1993 -Carnegie Master Plan Completed.
July 1993 -Master Plan Adopted by City Council
October 1993 -Council Approvals submitting Carnegie Project for Statewide Transportation
Enhancement Program funding.
April 1994 -City notified of Carnegie's selection for funding
Estimated Project Cost (6/93)
Tx Dot Award
Anticipated City of Bryan Contribution
$621 ,740
497,392
124,348
(80% federal funds)
(20% local match)
December 1994 -Draft contract documents submitted to City of Bryan staff
December 1994 through February 1995 -Meetings with local and state Texas Department of
Transportation Staff to clarify/negotiate contract.
The Reality
Estimated cost for TXDOT to administer the project is 20% ($124,348). This cost was added
following the application and selection process. As the City is responsible for all costs in
excess of the approved federal share, this will increase our contribution by this amount.
TX.DOT confirmed the project must comply with the Davis Bacon wage requirements at our
Feb. 8th meeting. Requirement is expected to increase total costs by 15% ($95,000).
Construction costs have increase substantially since the time the application was submitted.
TxDOT estimates it will take 7 mo. from contract execution til a consultant/project manager
is on board.
TxDOT and the City are closer to being 50-50 partners in this project.
City Needs
Single, qualified,
architectural firm with
specialization in historic
preservation to handle
project. Want continuity.
Partnership with State in
selection of architects,
consultants and contractors
for project.
Ability to reject any or all
project bids. Qualify
contractors
Review and authorize all
expenditures associated with
project.
Ability to inspect/accept
work before releasing funds
and accepting certificate of
completion.
Defined administrative costs
Incentive to complete the
project timely and at a
reasonable cost. City
review and approve
construction contracts prior
to letting.
Contract Negotiation Dilemas
TxDOT Contract
City hire architect for
design; TXOOT hire for
construction, or TXOOT
hire one for entire project
State responsibile for
selection. No provision for
City input. State controls
process through contracts.
State will advertise, bid, and
award contracts. No
provision for qualifying
contractors
City provides TxDOT with
funds -TxDot expends.
City to provide additional $
upon request
City accepts work upon
notification of completion.
Eligible expense. 80% paid
from federal funds; 20%
from local match.
Not covered
Anticipated Problems
Differences between design
and actual implementation.
Field decision -how to
handle unforseen
conditions/change orders -
compliance with
preservation standards
City has no clout with
consultants or contractors.
If City selects architect for
project design phase -not
eligible project expense.
City retaining architect to
consult would add to
project cost.
City unable to control costs
other than default on
contract. Unable to assess
quality of work.
Cost control. City hit with
additional costs. Public
accountability.
Forced to accept work as
done. Whose standards are
important -City or
TXDoT?
Cost control.
When can we expect .
completetion and at what
cost.
. -
Contract Negotiation Dilemas (cont.)
City Needs TxDOT Contract Anticipated Problems
Approval of any Not covered Who can approve/process.
changes/modifications to TxOOT consultant? City?
architectural documents Texas Hist. Comm.
Means to remedy Not covered Delays, cost over runs
differences