Loading...
HomeMy WebLinkAbout17 Venessa Garza 3-3........ Email: aarmstrong@cstx.gov City of College Station Home of Texas A&M University ® City of College Station Home of Texas A&M University ® 6 ·-' "' projects to an extent). This assumption stems from type 2 detention requi r ements (detention for conveyance) which is in respect to discharging St ormwater from your project site onto another property, and that any discharge from a project site must be equal to or less than the existing discharge prio r to the construction of the project. If a site can discharge to a defined channel/stream or a storm sewer system in the ROW then type 2 detention may not be needed, however type 1 detention (Flood control) may still be required . To determine the need for type 1 detention, in 2013 the City adopted the Watearth Tim i ng Watershed Timing Assessment which evaluated 8 var ious watersheds within the City limits and ETJ. You can find the timing assessment on the www.bcsuni t ed .net website along with the various design guidelines for water, sewer, streets and drainage as well as Floodplain information. Here's the direct link to the study as I'll dive into it a little bit more below : http://bcsunited .net/2012 files/watershed.pdf To save you a bit of light reading, pages 58 -66 are maps of the watersheds that were studied with a legend in the bottom right that speaks to detention requirements . Areas or projects adjacent to reaches of the stream displayed in yellow are areas that require type 1 detention (or really type 3 detention which is dual purpose detention, i.e . type 1 and 2). Area 's or projects adjacent to reaches of the stream displayed in are areas that do not requ ire type 1 detention, however they still need to be looked at to see if type 2 detention applies as stated above. Where it gets a little complicated is the when you have a project adjacent to reaches labeled evaluate (orange) or "other values " (purple). As the name implies, these sections of streams need to be evaluated to determine the need for type 1 detention. NOTE : Type 2 detention is ALWAYS needed to be assessed to determine if detention is required for conveyanc e reasons . There are two different methods for evaluating these reaches, a simplified method and the alternate modeling approach . The alternate modeling approach is basically a full blown timing assessment preformed in HEC-HMS or similar software for the project. The simplified method is miles easier and has step by step instructions on how to perform it on pages 21 -24 of the Watearth study . Detailed information on both methods, as well as examples of the simplified method for the 3 various cases you will have can be found within the re port on pages 21 -34. In order to perform the simplified method the project must meet the following: "For residential projects up to 20 ac or comme r cial , high-density, or mixed use development projects up to 10 ac requiri ng a downstream impacts evaluation from Appendix F, the Simplified Downstream Impa cts Method is outlined below and illustrated in Figure 1-1". It uses i nformation found entirely within the report and some super basic site information such as distance along t he stream and proje ct size to perform the assessment . There 's charts on page 22, 39, 41 -42 , and the maps on pages 58-66 that are used to help perform the assessment. The examples on pages 29 -34 are incredibly helpful when performing the assessment . Like I said, the general rule of thumb would be to assume detention is required and then work towards provi ng that's it is not via the above . Hopefully that was pretty all encompassing, but if you have any questions feel free to give me a shout. Especially if you 're working on a project and want to know if detention is needed or not, I can help you look into it; or any other P&DS random/complicated thi ng you need help with. Thanks, Anthony Armstrong, EIT, CFM Graduate Engineer II Planning and Development Services City of College Stat ion Work : (979) 764 -3758 5 *****This is an emai l fr om an EXTERNAL source . DO N OT cli ck links or open attachments witho ut p ositive sender verification of p urp ose. Never enter USERNAME , PASSWORD or sensitive information on linked pages fro m this email. * * * * * Raquel , luation (we are in an area that requires evaluation) and can prepare this using full HEC -HMS analysis would be significantly more). If it turns out detention is required , we'd have to ain plement for design of a detention pond/system (hopefully not required , but we won 't be certain until we o through the evaluation). Let us know if you need anything else. Thanks, Eric Ratzman, PE Senior Proj ect Manager 0 : (512 ) 777-4620 C : (512 ) 608-3159 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg . F , Suite 125 Austin , TX 78729-1 102 Halff.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Raquel Gonzales <ragonzales@cstx.gov> Sent: Tuesday, August 6, 2019 12 :16 PM To: Ratzman, Eric <eRatzman@Halff.com> Subject: FW: When Detention's Required Guidelines Eric, FYI! Thank you! Raquel -----------··--- From: Anthony Armstrong Sent: Tuesday, August 6, 2019 11:11 AM To: Raquel Gonzales <ragonzales@cstx .gov>; James Smith <jsmith@cstx .gov>; Casey Rhodes <crhodes@cstx.gov>; Emily Fisher <efisher@cstx .gov>; Edward Mcdonald <emcdonald@cstx.gov>; Ramiro Martinez <rmartinez@cstx .gov>; Susan Monnat <smonnat@cstx .gov> Cc: Bryan C.Woods<bwoods@cstx.gov>; Carol Cotter <ccotter@cstx.gov>; Erika Bridges <ebridges@cstx .gov>; Alma Guerra <aguerra@cstx.gov>; Debbie Stickles <dstickles@cstx.gov> Subject: When Detention's Required Guidelines All, Raquel asked if I could give you all a quick(ish) low down on how planning and development determines when detention is required for projects . As general rule of thumb, the initial assumption for a site would be that detention is required (speaking more so to actua l sites, not linear projects like utility lines or even sidewalk 4 Thank you , Jeff Jeffrey Nagy, PE Civil Engineer 0: (512) 942-6216 Halff Associates, Inc. 9500 Amberglen Blvd., Bldg . F, Suite 125 Austin , TX 78729-1102 Halff.com I Linkedln I Faceb ook I Twitter I lnst agra m I YouTube From: Raquel Gonzales <ragonzales@cstx.gov> Sent: Friday, August 16, 2019 8:44 AM To: Ratzman, Eric <eRatzman@Halff.com> Cc: Nagy, Jeffrey <jNagy@Halff.com>; vgarza@cstx .g ov Subject: RE : When Detention 's Required Guidelines Jeff, To meet the city requirements, we will have to add curb with cutouts to all paved surfaces . Will there be additional design fees associated with this? Thank you, Raquel Gonzales, P.E., CFM Engineer I Public Works Department P.O. BOX 9960 College Station, Texas 77842 Office 979-764-5091 I Fax 979 -764-3 489 ragonzales@cstx .gov CITY · Cou..EG · STATroN fhHN.4{T-. Acn\'f Uni~1j• From: Ratzman, Eric [mailto:eRatzman@Halff.com] Sent: Tuesday, August 13, 2019 6 :18 PM To: Raquel Gonzales <ragonzales@cstx.gov> Cc: Nagy, Jeffrey <jNagy@Halff.com> Subject: RE : When Detention's Required Guidelines 3 Raquel, Hope your week is off to a good start. Just for clarification, is curb going to be required on the substation road as well? I'm assuming it is since '_all_ paved surfaces' is pretty definitive. The effort associated with adding curb to the project varies with how we treat the interface of the trail connector (sidewalk) and the parking lot (see sketch screenshot below). Option A has the sidewalk below the back of curb to allow the parking lot to drain through the curb cuts. We would recommend painting the raised curb to help alleviate the chance of someone tripping. Option B has the sidewalk flush with the top back of curb . This would eliminate the need to paint the curb and the potential trip hazard . Unfortunately, this would require regarding of the parking lot. If we do Option A the effort associated with that change wo If we do Option B the effort associated with that change w Let me know if you have any other questions. 2 ., Venessa Garza To: Mo ll y Hi t chcock Subject: FW : W hen Detention 's Requ ired Guidelines Hey -What are you r th o ughts? I say go with option A be low (less expens ive Venessa Garza, AICP City of College Station Planning and Development Services Departme nt 979-764-3674 From: Raquel Gonzales Sent: Tuesday, August 20, 2019 3:44 PM To: Venessa Garza <vgarza@cstx .gov> Subject: FW : When Detention's Required Guidelines Venessa, What are your thoughts on the curb adjacent to the parking Jot? I like the curb cutouts with the lesser fee , does planning take issue with painting the curb along the north side of the lot? Let 's d iscuss so that I can give them direction. Raquel Gonzales, P.E., CFM Engineer I Public Works Department P.O. BOX 9960 College Station, Texas 77842 Office 979-764-5091 I Fax 979-764-3489 ragonzales@cstx.gov From: Nagy, Jeffrey [mailto :jNagy@Halff.com] Sent: Tuesday, August 20, 2019 10:29 AM To: Raquel Gonzales <rago nza les@cstx .gov> Cc: Venessa Garza <vgarza@cstx .gov>; Ratzman , Eric <eRat zman@Halff.com> Subject: RE: When Detention 's Required Gu idelines *****Th is is an em ai l from an EXTE RNAL so urce . DO NOT cl ick links or open attachments witho ut positive sender verification of purpose. Never enter USERNAME, P ASS WORD or sensit ive information on linked pages from thi s em ai l. * * * * * 1 College Station, TX Code of Ordinances Page 6of6 A written driveway permit for a new development shall not be issued or required . Approval of driveway location and design for new properties and other developments on a building plan or site plan shall be considered the permit for driveway installation. (3) Any property owner desiring a new driveway approach or an improvement to an existing driveway at an existing residential or other property shall make application for a driveway permit, in writing, and designating the contractor who will do the work, to the City Engineer or the building supervisor, accompanied by a sketch or drawing showing clearly the driveway, parking area, or doorway to be connected and the location of the nearest existing driveways on the same and opposite sides of the roadway. The City Engineer will prescribe the construction procedure to be followed . (See the Building Code for contractor's bond and permit requirement, for work on public property.) (4) A permit or building/site plan approval as per the procedure of either Subsection (b)(2) or (3) of this section shall be required for the location of all driveways which provide for access to property. Driveway permits will also be required for any significant structure change, land use change, or property boundary change. (5) The driveway permit fee is established in Section 2-117 , which shall be of an amount to cover the cost of licensing and maintaining records . (6) All permits granted for the use of public property under the terms of this section shall be revocable at the will of the City Council. (Code 2011 (Repub.), § 3-3(E); altered in 2017 recodification) Secs. 34-37-34-60. -Reserved. ahout:hl ank 11 /17/20 17 College Station, TX Code of Ordinances Page 5 of 6 (2) Obstructions. It shall be unlawful to plant flowers, shrubs, or trees to obst ruct the view of or access to fire hyd rants, mail boxes, traffic control devices, police or fire call boxes. (3) Permit requirements. Other plantings will be permitted only if an application , together with a plan of planting, has been filed with the City Engineer and the City Engineer in turn has issued a permit for such plantin g. (Code 2011 (Repub .), § 3-3(C)) Sec. 34-35. -Prior ity in sidewalk construction . In the established and platted part of the City, priority in sidewalk construction will be established by the City Council , based on recommendations of the City Manager and City Engineer. Lengt h s shall be one block or more. First consideration will be given to major streets, second consideration to minor streets; however, no consideration will be given until petitioned by property owners representing a percentage of the front footage of the property as established by policy of the City Council, and funds are available. The Council may, however, at its discretion, when a situation warrants, arrange for construction without a signed petition. (Code 2011 (Repub.), § 3-3(D)) Sec. 34-36 . -Driveways. (a) In terference. No driveway approach shall interfere with municipal facilities such as street light or traffic signal poles, signs , fire hydrants, cross walks, bus loading zones, utility poles, fire ala r m supports, drainage structures, or other necessary street structures. The City Engineer is authorized to order and effect the removal or reconstruction of any driveway approach which is constructed in conflict with street structures. The cost of reconstructing or relocating such driveway approaches shall be at the expense of the abutting property owner. (b) Permits. ::ihr111t ·hl ::inlr (1) Any plans submitted for building approval which include or in volve driveway approaches shall be referred to the City Engineer or designee for approval before a building permit is issued. (2) 1 1 / 1 '7 /'l (\ 1 '7 Colleg e Statio n , TX Co de of Ordinances ,P a ge 4 of 6 (2) That the ex ception o r variance des ired is not against the public interest, particula r ly safety, convenience, and general welfare. (3) That the granting of the permit for the ex ception or variance will not adversely affect the rights of adjacent property owners or tenants . (4) That the strict application of the te r ms of this article will not cause unnecessary hardship on the property owne r or tenant. (Code 201 1 (Repub.), § 3-3(G)) Sec. 34-34 . -Streets. (a) Paving and repaving of existing streets. (1) In the established and platted pa rts of the City, priority in minor street construction will be dete r mined and established from time to time by the City Council, based upon recommendations by the City staff. (2) Whe r e the owners of more than 50 percent of the abutting lots along any existing minor street or way shall request paving or repaving of same by petition presented to the City Council showing the signatures of each of the record owners of such lots, the City staff shall review the proposed project and present its conclusions concerning same to the City Council within 45 days . The Council shall give priority to such projects where feasible , consistent with the needs of the public for safe and adequate streets and public ways and the financial ci r cumstances pertinent to the project. (3) Paving or repaving of ex isting streets shall be in accordance with plan s and specifications reviewed and approved by the City Engineer o r designee. (4) The City Council may require the ex ecution of a mechanic's and materialmen 's lien contract, approved by the City Attorney, from the owners of at least 90 percent of the abutting lot owne r s to cover the estimated portions of the construction cost fo r each such lot, prior to the approval of any proposed paving or repavin g. (b) Plan ting on street righ t-of-way. ~hnnt ·hl ::mk- (1) Unpa ved areas. There will be no restriction s on planting and care of g r ass on unpaved areas, and no permit shall be required . 11 11 7/2 0 17 College Station, TX Code of Ordinances Sec. 34 -31. -Scope and purpose. Page 3of6 (a) This article shall govern all streets, sidewalks, and driveways within the corporate lim its of the City, including both the subdivided and unsubdivided portion of the City, and within the extraterritorial jurisdiction of the City as established by the Texas Local Government Code . (b) The regulation of streets and the associated utilities affects the welfare of the entire community in many important aspects . These regulations are deemed to be the minimum requireme nts as adopted by the City Council for the protection of the public health, safety, and welfare. (Code 2011 (Repub.), § 3-3(A)) State Law reference-Extraterritorial jurisdiction, Texas Local Government Code§ 42.021. Sec. 34-32. -Adm i nistration and enforcement. (a) The City Engineer is designated as the administrative official of the City, to administer the provisions of this article. (b) If the City Engineer sh all find or if any person files with the City Engineer a complaint in writing alleging that any of the provisions of this article are being violated, the City Engineer shall immediately investigate and, when necessary, give written notice to the person responsible to cease such violations, forthwith . (c) Notice may be delivered in person or by certified mail to the violator or to any person in charge of the property where the violation is occurring. (Code 2011 (Repub.), § 3-3(H)(1 )) Sec. 34-33. -Unusual conditions . The City Engineer is hereby authorized to grant, in writing, variances from the strict application of the principles of this article; provided that the City Engineer first determines that the following conditions are present: ahont :hl:mk (1) The excep t ion or variance desired arises from peculiar conditions not ordinarily existing in similar districts in the City, or due to the nature of the business or operation on the abutting property. 1 1 / 1 ,..., I r\ A 1 ,_, College Station, TX Code of Ordinances _Page 2 of 6 Principal streets includes all major streets and minor collector streets as designated on the thoroughfare and transportation improvement plan. Right-of-way(in this case) refers to rights -of-way for streets and alleys, which includes pavement, sidewalks, bikeways, utilities, and other public use. Shallis always mandatory. Sidewalk means a paved way for pedestrian traffic. Street means a way for vehicular traffic or parking, whether designated as a highway, arterial street, collector street, or local street. Street, collector, means a street that collects traffic from local st r eets and connects with minor and major arterials. This includes minor and major collectors . Street, local, means a street that provides vehicular access to abutting property. Street, major arterial, means a street that collects traffic from the collector and minor arterial system and connects with the freeway system . Street, minor arterial, means a street that collects traffic from the collector system and connects with the major arterial system . Street width means the distance as measured from back of curb to the back of curb . In the case where there is no curb, the term "street width" shall mean the distance between the edges of pavement. Thoroughfare plan means a plan adopted with the comprehensive plan establishing the location, classification, and contexts for certain principal traffic ways within the corporate limits of the City; and within the extraterritorial jurisdiction of the City. (Code 2011 (Repub.), § 3-3(8); altered in 2017 recodification) Sec. 34-30 . -Penalty for violation. Any person who violates or fails to comply with the requirements of this section shall be punished as provided in Section 1-7 . Nothing herein contained shall prevent the City from taking such other lawful action as may be necessary to prevent or remedy any violation . (Code 2011 (Repub.), § 3-3(H)(2)) '>hA11t •hJ <1nV 11/17/20 17 College Station, TX Code of Ordinances Page 1of6 ARTICLE II. -STREET, SIDEWALK, RIGHT-OF-WAY AND DRIVEWAY CONSTRUCTION AND REPAIR Sec. 34-29 . -Definitions. The following words, terms and phrases, when used in this article, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning: Bikewaymeans a trail, path, part of a highway shoulder, or any other means specifically marked and assigned for bicycle use. Bikeway facilities are further classified as bike paths, lanes, and routes. Corner means the point of intersection of the lines of two street curbs extended into the street intersection. Cul-de-sac means a street having only one outlet to another street and terminating on the other end in a vehicular turnaro u nd. Curb return means that port i on of a curb which is constructed on a curve, to connect normal street curbs at a street intersection, or at driveway approaches connecting the street curb to the driveway approach. Driveway means a place on private property for vehicular traffic. Driveway approach means an area or facility between the street and private property intended to provide access for vehicles from the street to private property. A driveway approach must provide access to something definite on private property, such as a parking area, a driveway, or a door at least eight feet in width, intended and used fo r entrance of vehicles . Extraterritorial jurisdiction (within the terms of the Texas Local Government Code) means the unincorporated area, not a part of any other City, which is contiguous to the corporate limits of the City, the outer boundaries of which are measured from the extremities of the corporate limits of the City, outward for such distances as may be stipulated in the Te x as Local Government Code, in which area, the City may enjoin the violations of this street regulations article. Major streets means and includes major and minor arterial and major collector streets. Minor streets means and include residential, minor, collecto r, and rural streets . Parking means parallel parking (parallel to traffic lanes). a hout:hl::ink 1 - --, - - - I ( ' . " I I FF - - - -i /'I"··~ ~\ "~ -/ "'\ ~ .·\~" \r\ ''.:__,.-....1 "' t ~~ \j ) ,~ ~' '\"\. <·~'"' ' --"~··~. 'II~'\.~ ~ , ,-,.,) r--\.""' \~' ~ - --' ' !_', . . , ---- '------------.. ' 11 t" I --- ' ...__ , I -- '-1.- r - ~ { ~ .... ( , ~ ·1 ( ~-~ ',, - ' o- LJ i I r ' -~-~~ -- \ ~ - -IQ -- / /'\ ( I ~I I I \ \ / I c:;::::_ I V~1 1 ..... --"-I ~ r---; ........ ,_ -· J \ IV{_,, ~ ........ ~1 1 I - ( \_ } '~ ~ /f;;;. r _ ' ...... J I '~I~ \~7 I ~1~ -[V \/ I -r'7 I ''- I __/ ~ - I l ~ -"-\ ~ 1 -~ -- vv \ -\_ [';· \Q -~ l -\ \ - \ ~ ~ ""~-' \ -·-'\ l'--'--"-""' \~ I ""'· "-......__ \ .....__ \.~ -J -\ ---_'....... Ori rr-tr ·~~~J-oL ----------- Df.?-~ p~~""~s ,_,.,. " __, kDA <,()(A~. -V\A~~ 1-re¥ 1o~c, T -....... .::-.. (i o) I fnrc\.s~eJ.. 1 (I~ ----~ 1 0 \,.,t)t-tlL ~~ '-.../ vf+-~- 11 f!A-. J__ I c.j__Av-J r. _.,, 5~ ~ ~i; -P \"2-,1 .te ~f . I ../ \ ~ \ \'G rtl~~m:-. ) ~ch· u.p-e. 1 5-hi.d s~ ru ~- M \M~ a r~l( -s-pu,J-~ (§) I J t ·t~~w 0 f-p~L \ ...... l,., I ' v fr--r . f'/llJ.M ) rfV'i . l I ~ I it ~ " I " fl \'' ,f ' ~ (' \ A \ \ l' x t ' I I I I "' ' ~ I L t.! 2. ./ 1. ~ ~ \ ' -~ , I r;I ~ c \ l ,, ~ ,J-Jj "I ) \J ... u. J \ 1'1/ -: "'Ill \.i '-'J '"' 'v ~ I ~ .... ,, "' ,I CSU SUB-STATION / -·-. -~ -~"llOlt\""'......,,.... .,.., .. "':":S..... l,~..21· ..... 4q1 Ti\./£ ~ ::(.cx.1TE ....... ~ .... J ~ .. .. / .... ----J----_.........., .,..,...,...... =i:.0/1CONC~ ---~IOQIOIOMWL"°"'° _...,,..... -···-···-~DfTCHP\.CM\M ~ MC'll"Olal ftOMl .... ,CUJNrr --OE--..., ................... _,.... """"''~-DllTl•'l'R~ .......,._ &Of'I Cl P'Nlt4 CMAOI l'l'I t:. ....,.., ......... _, jGID 1'l'IOP'OC8)&1YATICfll r""" MONIClfrrlTAL............,.COft'o'INMll .. 0 a ::.:::ZI-w<g I- UJO(!) 8 O:::<z "" s (.)~-I/) ~...J::.::: j (.) -0::: -~< 0 ...J a.. 0 I- u. u. ~ ~ <i! U!m :c 1!~~! ••• • ••• I! "'""'-"'---W-...... ..., .... ----"'""' ao ··rro.'i\"" 6 (+)Contingency {10% of $12,535)= $1,253.50 Approximate Grand Total Additional Construction Cost= $14,666 Let me know if you need any additional information. Thanks, Jeff Jeffrey Nagy , PE Civi l Engineer 0: (512 ) 942-6216 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg . F , Su ite 125 Austin , TX 78729-1102 !!! HALFF . S M ART ER SOLUTIONS Ha lff.com I Lin ked l n I Face bo ok I Twi tt e r j lnstag ram J You T ube 2 Venessa Garza rom: Raquel Gonzales Sent: To: Friday, August 30 , 2019 3:53 PM Venessa Garza Subject: FW: Lick Creek Parking Lot and Trailhead For your records. This is an estimate for the addition of the curb . We will not process change order until the de te ntion study is complete. Raquel Gonzales, P.E., CFM Engineer I Public Works Department P.O. BOX 9960 College Station, Texas 77842 Office 979-764-5091 I Fax 979 -764-3489 ragonzales@cstx.gov Cm r: C LLl!GE STATION Hr11N llffrxm Ad-i-W Um¥mit]~ From: Nagy, Jeffrey [mailto:jNagy@Halff.com] Sent: Wednesday, August 28, 2019 1:31 PM To: Raquel Gonzales <ragonzales@cstx.gov> Cc: Ratzman, Eric <eRatzman@Halff.com> Subject: Lick Creek Parking Lot and Trailhead *****This is an email from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose. Never enter USERNAME , PASSWORD or sensitive information on linked pages from this email. * * * * * Raquel, As requested here is a ballpark estimate for what it will cost to install curb throughout the project. (+) 1405 LF Curb@ $8.00/LF = $11,240 (+) 703 SF Concrete Paving@ $6.11/SF = $4,295 (-) 20 EA Curb Stop@ $150/EA = <$3,000> Total= $12,535 (+)Mobilization (7% of $12 ,535) = $877.45 1 SPEC t Add Alt #1 ADDITIONAL PAR KIN G LOT (10 SPACES ) ADD ALT ITEMS 5" CONC. PAVE -ADD'L PARKING LOT (10 SPACES) 2943 SF $ 4.25 $ 12,508 .00 6" LIME TREATED SUBGRADE -ADD'L PARKING LOT 290 SY $ 3.00 $ 870 .00 CO NCRETE WHEEL STOPS 10 EA $ 150.00 $ 1,500.00 TY PE I, PAVEMENT MARKINGS 4", WHITE, SOLID 162 LF $ 2.00 $ 324.00 MOBILIZATION TOTAL MOBILIZATION -ADD ALT #1 (7%) 1 LS $ 1,060.00 $ 1,060.00 SUB TOTAL -AD D ALT #1 $ 16,262.00 It CO NTI NGENCY (~10%) $ 1,630.00 ADD ALT #1 $ 17,892.00 BASE BID+ ADD ALT #1 $ 337,905.00 Add Alt #2 WATER FOUNTAIN ADD ALT ITEMS 2 IN. HOPE WATER LINE 740 LF $ 20 .00 $ 14,800.00 CO NNECTION , 12 IN. WATER LINE 1 EA $ 2 ,500 .00 $ 2,500.00 4 IN. PVC SLEEVE r 40 LF $ 30.00 $ 1,200.00 DRYWELL 1 EA $ 200 .00 $ 200 .00 1/2" WATER METER 1 EA $ 1,000.00 $ 1,000.00 WATER FOUNTAIN 1 EA $ 3,500 .00 $ 3,500 .00 MOBILIZATION TOTAL MOBILIZATIO N - ADD ALT #2 (7%) 1 LS $ 1,620.00 $ 1,620.00 SUB TOTAL -ADO ALT #2 $ 24,820 .00 CONTINGENCY ( ~ 10% $ 2 480.00 ADD ALT #2 $ 127 300.00 ~ BASE. BID + ADD ALT #2 $ 347,313.00 Add Alt #3 WAYFINDING SIGN ADD ALT ITEMS . WAYFINDING SIG N 1 EA $ 4 ,000.00 $ 4,000.00 4" CONC. PAVE -CONC BULBOUT 163 SF $ 3.50 $ 570 .00 HOBILIZA TION TOTAL MOBILIZATION -ADD ALT #3 (7%) 1 LS $ 320.00 $ 320.00 SUB TOTAL -ADD ALT #3 $ 4,890.00 CONTINGENCY (~10%) $ 490.00 ' ADD ALT #3 $ 5,380.00 BASE BID +·ADD ALT #3 $ 325,393.00 This statement was prepared uti li zi ng standard cost and/or quantity estimate practices. It is understood and agreed tha t this is a statement of probable co nstruction cost onl y, and the Engi neer shall not be li able to the Owner or to any Third Party for any failure to accurately estimate the cost and/or quantities for the project, or any part thereof. Unit prices are in current do llars and shou ld be adjusted as required if letting schedu le for project is de la yed. The engineer's estimate of probable co nstructi on costs does not i nclude the cost of utility relocation. Estimate-33837.xlsx --33837 7/212019 --5:47 PM I :\33000s\33837\001 \Ad m in \CostEstim ates\CIVI L \Estim ate-33837 .x ls x PAGE 212 c.:r~ ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COSTS CITY OF COLLEGE STATION LICK CREEK TRAILHEAD AND PARKING LOT ••• HALFF ' CITY OP C o 1J.E G E 5TAT 10N 50 % SUBM I TTAL ••• H-4f'Tr.cas Ad:.-\f l.Jn~n iry• ••• DATE: 7/2/2019 PREPARED BY : HALFF (GD) I HA PROJ. NO: I 33837 Base Bid ... SPEC DESCAIPTIOll QTY UNITS " lJJUTPRICE :rrDfCOSTS PAVING $ 1.27,21.0.00 SUBTOTAL CLEARING AND GRUBBING 1 AC $ 5,000.00 $ 5,000 .00 6" CONC. PAVE -ACCESS ROAD -~. 11030 SF $ 5.00 $ 55,150.00 S" CONC. PAVE -TRAILHEAD RD & PARKING LOID10 SPACES)) 7207 SF $ 4.25 $ 30,630.00 4" CONC. PAVE -PARKING SIDEWALK .......... .-' 1704 SF $ 3.50 $ 5,960.00 6" CONC. PAVE -TRAIL CONNECTIO N 837 SF $ 5.00 $ 4,190.00 8" LIME TREATED SUB GRADE -ACCESS ROAD 1350 SY $ 4 .00 $ 5,400 .00 6" LIME TREATED SUBGRADE -TRAI LHEAD RD & PARKING LOT 960 SY $ 3.00 $ 2,880 .00 CONCRETE WHEEL STOPS 10 EA $ 150.00 $ 1,500.00 GRAVEL SERVICE RD 16" DEPTH) 36 SY $ 15.00 $ 540.00 EXCAVATION 680 CY $ 7 .00 $ 4,760.00 EMBANKMENT 1120 CY $ 10.00 $ 11,200.00 ,rv REMOVALS $ 785.00 SUBTOTAL REMOVE GRAVEL ROAD (FOR REUSE) (6" DEPTH) 19 CY $ 5.00 $ 95.00 REMOVE CULVERT 46 LF $ 15.00 $ 690.00 DRAINAGE $ 1.9 625.00 SUBTOTAL PIPE, 18" DIA RC P CLASS IIJ 125 LF $ 55 .00 $ 6,875.00 PIPE , 30" DIA RC P CLASS IIJ so LF $ 100.00 $ 5,000.00 SAFETY END TREATMENT, 18" DIA RCP(4 :1) 3 EA $ 1,250.00 $ 3,750.00 SAFETY END TREATMENT, 30 " DIA RCP(3 :1) 1 EA $ 2,000.00 $ 2,000 .00 SAFETY END TREATMENT, 30 " DIA RCP(4 : 1) 1 EA $ 2 ,000.00 $ 2,000.00 SIGNAGE AND PAVEMENT MARKINGS $ 1.,500.00 SUBTOTAL TYPE I , PAVEMENT MARKINGS 4", WHITE, SOLID 275 LF $ 2 .00 $ 550 .00 TYPE I, PAVEMENT MARKINGS, ACCESSIBILITY SYMBOL 1 SHAPE $ 450.00 $ 450.00 SIGN , HANDICA P PA RKING 1 SIGN $ 500.00 $ 500.00 EROSION CONTROL $ 2B.420.00 SUBTOTAL SILT FENCE 240 LF $ 3.00 $ 720.00 ROCK FILTER DAM 60 LF $ 35.00 $ 2,100.00 HYDROMULCH SEEDING 3400 SY $ 2 .00 $ 6,800.00 FURNISH & PLACE TOPSOIL (4" DEPTH) 3400 SY $ 2 .00 $ 6 ,800 .00 CONSTRUCTION ENTRANCE 600 SF $ 20.00 $ 12,000.00 LANDSCAPE $ 1.2,000.00 SUBTOTAL ENTRANCE MO NU MENT 1 EA $ 12,000.00 $ 12,000.00 ILLUMINATION $ 7,000.00 SUBTOTAL SOLAR WRAP LIGHT POLE INSTALLATION 1 EA $ 6,000 .00 $ 6,000.00 LIGHT POLE FOUNDATI ON 1 EA $ 1,000.00 $ 1,000 .00 MOBIUZATION $ 1.3,41.0.00 SUBTOTAL TOTAL MOBILIZATION -BASE BID (7%) 1 LS $ 13,410.00 $ 13,410.00 SUB TOTAL -BASE BID $ 209 ,950.00 CONTI NGE NCY 1~10%) $ 21,000 .nn ~ ..... BASE BID SUBTOTAL S""230 950.00 7 CITY STAFF 1 LS $ 15,000.00 $ l::J,Lluu .UU DESI GN & CON STRUCTION SU PP ORT S ERVICES 1 LS $ 74,063.00 $ /74,063 .00 BASE BID TOTAL $; 320,013.00 7/2/2019 --~ '-Estimate-33837 .xlsx --33837 l :\33000s\33837\001\Admin\CostEstimates\CIVIL\Estimate-33837.xlsx PAGE 1/2 • ~""'-'-""" DESCRIP'llON' QTY UNrTS war PRrCE ITEMCX>SrS <dd Alt #1 ~TRANCE MONUMENT ~LUMINAT;;;, ADD ALT ITEMS I - ~NTRAN Cl6iONUMEW 1 EA $ 12 ,000.00 $ 12,000.00 '-. /" SOLAR WRAP LIGHT POLE INSTALLATION 1 EA $ 6,000.00 $ 6,000 .00 LIGHT POLE FOUNDATION 1 EA $ 1,000 .00 $ 1,000.00 MOBIUZATION TOTAL MOBILIZATION -ADD ALT #1 (7%) 1 LS $ 1,330.00 $ 1,330.00 SUB TOTAL -ADD ALT #1 $ 20 ,330 .00 CONTINGENCY(~10%) $ 2,030.00 ADD ALT #1 $ 22,360-00 BASE BID + ADD ALT #1 $ 381,403.00 Add Alt #2 WATER FOUNTAIN - ADD ALT ITEMS I ""' 2 IN. HDPE WATER LINE 740 LF $ 20 .00 $ I 14 ,800.00 ) CONNECTION , 12 IN. WATER LINE 1 EA $ 2 ,500 .00 $ '"-.2 500 .00 4 IN . PVC SLEEVE 40 LF $ 30.00 $ 1,200.00 DRYWELL 1 EA $ 2 00.00 $ 200.00 5/8" WATER METER 1 EA $ 1,000 .00 $ 1,000 .00 WATER FOUNTAIN 1 EA $ 3 ,500 .00 $ 3,500 .00 MOBILIZATION TOTAL MOBILIZATION -ADD ALT #2 (7%) 1 LS $ 1,620.00 $ 1,620.00 SUB TOTAL -ADD ALT #2 $ 24,820.00 CONTINGENCY (~10%) $ 2,480 .00 ADD ALT #2 $ 27,300.00 BASE BID + ADD ALT #2 $ 386,343.00 This statement was prepared utilizi ng stan dard cost and/or quantity estimate practices. It is understood and agreed t hat this is a statement of probable construction cost only, and the Engineer shall not be liable to the Owner or to any Third Party for any failure to accurately estimate the cost and /or quantities for the project, or any part thereof. Unit prices are in current do ll ars and should be adjusted as required if letti ng schedule for project is delayed. The engineer's esti mate of probable construction costs does not include the cost of utility relo cation. Estimate-33837.xlsx --33837 7/8/2019 --10:10 AM I :\33000s\33837\001 \Adm in\CostEstimates\CI VIL \Estimate-33837 .xlsx PAGE 2/2 ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COSTS CITY OF COL LEGE STATION c.:r~ LIC K CREEK TRAILHEAD AND PARKING LOT ••• HALFF ' CITY 01' Cou~;cr; STATION ••• H-.j'Tr.ua A&.M Vnil.lt7'1ilJ• 50 % SUBMITTAL ••• DATE : PREPARED BY: I HA PROJ. NO : Base Bid SPEC. DESCRIPTION art UIUTS lJlltrl' PRICE PAVING $ 174,140.00 CLEARING AND GRUBBING 1 AC $ 5,000 .00 6" CONC. PAVE -ACCESS ROAD /' ............ 11030 SF $ c 6.11 5" CONC. PA VE -TRAILHEAD RD & PARKING LOT(20 SPACES) ) 10150 SF $ (5.m ·-4" CONC. PAVE -PARKING SIDEWA LK \... _/ 1704 SF $ ( 5.soJ -.,.,.., ...... ~ 6" CONC. PA VE -TRAIL CONNECTION 837 SF $ (6.ll"Y i' " 8" LJME TREATED SU BGRADE -ACCESS ROAD 1350 SY $ """"lr.dTJ ~ 6" LJME TREATED SU BGRADE -TRAI LHEAD RD & PARKING LOT 1250 SY $ 3 .00 \ -..... ' CONCRETE WHE EL STO PS 20 EA $ 150.00 GRAVEL SERVICE RD (6" DEPTH) 36 SY $ 15.00 EXCAVATION 730 CY $ 7.00 EMBANKMENT 1070 CY $ 10.00 REHOVALS $ 785.00 REMOVE GRAV EL ROAD (FOR REUSE) (6" DEPTH) 19 CY $ 5.00 REMOVE CULVERT 46 LF $ 15.00 DRAINAGE· $ 19 625.00 PI PE, 18" DI A RC P CLASS III 125 LF $ 55 .00 PI PE, 30" DIA RC P CL.ASS III 50 LF $ 100.00 SAFETY END TREATMENT, 18" DIA RC P(4 :1) 3 EA $ 1 250 .00 SAFETY END TREATMENT, 30" DIA RCP(3:1 ) 1 EA $ 2 ,000 .00 SAFETY END TREATMENT , 30" DIA RC P(4: 1) 1 EA $ 2,000.00 SIGNAGE AND PAVEHENT HARKINGS $ 1,500.00 TYPE I, PAVEME NT MARKINGS 4", WHITE, SOLJD 275 LF $ 2.00 TYPE I , PAVEM ENT MARKINGS, ACCESSIB I LITY SYMBOL 1 SHAPE $ 450.00 SIGN, HA NDICAP PARKING 1 SIG N $ 500.00 EROSION CONTROL $ 28,420.00 SI LT FENCE 240 LF $ 3.00 ROC K FILTER DA M 60 LF $ 35 .00 HYDROMULCH SEEDING 3400 SY $ 2 .00 FURNISH & PL.ACE TOPSOIL (4 " DEPTH) 3400 SY $ 2.00 CONSTRUCTIO N ENTRANCE 600 SF $ 20.00 LANDSCAPE $ 4,910.00 WAYFINDING SI GN 1 EA $ 4,000.00 4" CONC. PA VE -CO NC BULBOUT 163 SF $ 5 .56 HOBIUZA TION $ 16,060.ocr TOTAL MO BILIZATION -BASE BID (7%) 1 LS $ 16,060.00 SU B TOT AL -BASE BID CO NTI NGENCY (~10% BASE BID SUBTOTAL CITY STAFF 1 \.s l $ Al5 ,00&.00 DESIGN & CO NSTRUCTION SUPPO RT SERVICES 1 ~ I '$. I ~.V63~o ~ BASE BID TOTlrt. Estim ate-33 837 .xlsx --33 837 l:\33000s\33837\001\Ad mi n\CostEsti mates\CIVIL\Estimate-33837 .xlsx 7/8/2019 HA LFF (GD) 33837 ITEMCOSfS SUBTOTAL $ 5 ,000 .00 $ 67,390.00 \ $ 58 670.00 ' $ 9,470.00 $ 5,110.00 $ 5,400 .00 $ 3 ,7 50 .00 $ 3,000.00 $ 540 .00 $ 5,110.00 $ 10,700.00 SUBTOTAL $ 95 .00 $ 690 .00 SUBTOTAL $ 6 ,87 5 .00 $ 5 ,000 .00 $ 3 ,750.00 $ 2 ,000.00 $ 2 ,000.00 SUBTOTAL $ 550 .00 $ 450.00 $ 500.00 - SUBTOTAL $ 720.00 $ 2,100 .00 $ 6,800 .00 $ 6 ,800.00 $ 12,000.00 SUBTOTAL $ 4,000.00 $ 910.00 SUBTOTAL $ 16,0 60 .00 $ 24 5,440.00 $ 24,540.00 $ 269,980.00 I\ Lfuooioo $\ P 4,~6/.t\O / $ "359,"43.0lf \ PAGE 1/2 ----- ATTA L ENT 'B' HALFF AS ,IN C. C ITY OF COLLEGE ST ATION LICK CREEK TRAILHEAD -FEE ESTIMATE 9500 Ambe rglen Blvd , B ite 125 Austi n, TX 78729 Proj ect S r . Project P roj ect Jr Proj ect Proj ect Land S r . Land Land CAD GIS Contract Ad min Di rect Costs Proj ect T ask Desc ription Princi pal E nginee r Engin eer Engineer Engineer Ar c h T OTAL Manager (SRPE) (PE) (JRPE) (EIT) M a nage r Ar chitec t Architect Tech Tech Admin Assist a nd Subs $285 $248 $185 $150 $125 $110 $165 $135 $85 $90 $75 $80 $60 TASK 1: Project Management I.I Project Mana ge ment & Coord ina ti on 2 8 -4 $20 $2,8 14 .00 1.2 Monthl y reportin g and invoici ng 6 ·, \ 12 $2,448.00 1.3 Project Meetings 8 $2 16 $1,696.00 TASK 1 SUBTOTAL 2 8 8 0 0 0 0 0 0 0 0 0 4 236 $4,5 10.00 rr ASK 2: Data acquisition 2.1 Field Surveyin g $5,625 $5,625 .00 2.2 Gcotcchnical $2,100 $2,100.00 2.3 Enviro nmental $2,200 $2,200.00 T AS K 2 SUBTOTAL 0 0 0 0 0 0 0 0 0 0 0 0 0 $10,3 77 $10,377.00 ri'AS K 3 : Parking Lot and T railhcad Design 3.1 Site Civil 8 4 24 80 12 $80 $16,284.00 3.2 Land sca pe 4 4 12 16 16 $40 $5,860.00 3.3 Structural 4 8 8 $5 $2,665.00 TASK 3 SUBTOTAL 0 8 12 32 0 80 4 12 16 36 0 0 0 $125 -$24,809.00 TASK 4 : Construction Phase Services 4.1 Bid Phase Se rvices 2 6 4 $2,04 6.00 4 .2 Constructi on Admini stra tion 4 20 24 4 $108 $7,280.00 4.3 Mate ri als Testi ng $7,2 57 $7 ,256.50 TAS K 4 SU BTOTA L 0 6 6 20 0 28 0 4 0 0 0 0 0 7364.5 $16.582.50 T OTAL FEE ,_ -$18,10~ $56,278.50 TOTAL (ALL T ASKS) 2 22 26 52 0 108 4 16 16 36 0 0 4 I:\ 1 008-1 7\0060\Colleg eStati on -Li ck Cree k T rai lh ead\Lic kC reek P arki ng l ot -Fee Esti mate 10/17/2 01 7 • I EXHIBIT B PAYMENT TERMS LICK CREEK TRAILHEAD AND PARKING LOT CITY OF COLLEGE STATION, TEXAS Payment is a fixed fee in the amount listed in paragraph 2.01 of t his Contract. This amount shall be payable by the City, on a percent complete basis , to be invoiced no more frequent than once per month, pursuant to the schedu l e listed below and upon complet ion of the services and acceptance by the City . Task 1 : Project Management ........................ $4,510.00 Task 2: Data Collection ..•.........•.........•......... $10,377 .00 Task 3: Parking Lot and Trailhead Design .... $24,809.00 Task 4: Construction Phase Services ............ $16,582.50 Total: 4 iii HALFF ASSUMPTIONS/EXCLUSIONS: • Project will not require city site development permit • Submittals will include prelim site layouts, 50% complete plans, 90% plans & specifications, and Final Construction Documents. • Site design excludes structural retaining walls • Assumes rest area, trailhea d, wayfinding, and monument design drawings will be reused from the Greenway project except that a prefabricated shade structure will be specified and site specific structu r al design provided • Directional sign age on the st reet is excluded (would be part of Lakeway Drive design) • Water for fountain would be a 2" service line to be connected from the street • Environmental excludes resource agency coordination (USACE, THC, USFWS, TPWD, etc) • TDLR registration, RAS review, and inspection is not anticipated and is excluded (though site will be designed to be accessible per ADA Guidelines and TAS Rules) • Drainage will be surface drainage (excludes storm sewer) • Excludes construction inspection services • Excludes storm water detention, landscaping, irrigation, electrical, bathroom, and sewer design • Fees for permit, bid advertisement, or other items would be responsibility of the City 3 iii HALFF. • • Engineer will work with in-house trail planners to recommend a number of parking spaces for the trailhead based on anticipated usage and available budget • Typical sections for concrete paving • Grading, paving, and striping plans for access road, parking lot, and sidewalk • 2" Water line to water fountain (assumes the service connection to the main will be constructed as part of the Lakeway Drive project) • Project specifications and bid manual • Use of B/CS standard details for typical items ii) Hardscape and amenities • Will provide site gateway signage and monument details from Lick Creek Greenway • Will specify a prefabricated shade structure (as an additive alternate, so can be included if budget allows) • Locate sidewalks, trailhead, wayfinding station, and one drinking fountain • Will specify one solar powered light standard (as an additive alternate, so can be included if budget allows) iii) Structural details • Engineer will provide site specific foundation designs for gateway signage and monument Task 4: Construction Phase Services i) Bid Phase Services -Engineer will: • Respond to questions during bid phase • Review and tabulate bids from contractors ii) Construction Administration -Engineer will: • Attend one pre-construction meeting at the city • Respond to up to three (3) RFls • Review up to eight (8) submittals/shop drawings • Review pay applications and change orders • Will visit site after substantial completion for a walk-through and prepare a punchlist of items for contractor to handle before release of retainage iii) Construction Materia ls Testing (CMT) • Services to be provided by 'CME Testing and Engineering, Inc' 2 Ill HALFF ~ ••• Project Description EXHIBIT A SCOPE OF SERVICES LICK CREEK TRAILHEAD AND PARKING LOT CITY OF COLLEGE STATION, TEXAS Th is project is for the design of a new access drive, parking lot, sidewalk connect ion to, and . trailhead to Lick Creek Greenway Trail. The parking lot will be situated on city property on the~/~cY south side of the CSU sub -stat ion along Lakeway Drive extension project (currently under Iv..> ~ construction). The parking lot wi l l be designed to provide between 10 and 20 spaces (as many '\"' spaces as feasible within available budget ($284,792 programmed, i nclusive of construction and professiona l services). The acc ess drive will tie to the driveway station 53+90 in the Lakeway Dr ive plans. The site design will include approximately 650 linear feet f sidewalk to connect the parking lot to the trail. BASE SERVICES Task 1: Proj ect Management i) Project manageme nt , records management, and general coordination ii) Monthly reporting and invoicing iii) Proj ect meetings Task 2: Data Acquisition i) Field Survey i ng • On the ground survey for proposed parking area and trail connection • Services to be provided by 'McClure & Browne Engineering/Surveying, Inc .' ii) Geotechnical boring and recommendations • This will include drilling one (1) 20 -foot boring and two (2) 6 foot borings • A geotechnica l report will be generated which will detail the results of the investigation. The report w ill also provide paving recommendation s and foundation recommend at ions for the monument • Services to be provided by 'CME Testing and Engineering, Inc' iii ) Environmental due d iligence and letter report • Limited Environmental Constraints Assessment • Includes the evaluation of waters of the US, threatened and endangered species, and historical/cultural significant sites . A letter report will be generated documenting the findings -to be provided by 'CME Testing and Engineering, Inc ' Task 3 : Par king lot and trailhead design i) Site civil des ign includes: Ill HALFF . ••• MB'le McCLURE & BROWNE ENGINEERING/SURVEYING, INC. If ~ 1ooa Woodcreek er .• s uite 103 . eo11ege Station, Tx. 77845 . (979) 693-3838 Engineer Reg . No. F-458 Survey Reg. No. 101033-00 EXHIBIT "A" Professional Services Agreement Schedule of Per Contract Standard Hourly Rates Standard Ho urly Rates are subject to annual review and adjustment. Hourly rates for services in effect on the date of the Agreemen t: Staff Classifications and Hourly Rates Principal $110 Profess ional Engineer Ill $100 Professional Engineer II $ 95 Profess ional Engineer I $ 90 Graduate Engineer I $ 75 Graduate Engineer II $ 80 Engineering/Surveying Technician $ 65 CAD Technic ian $ 60 Registered Professional Surveyor $ 85 GPS Survey Crew -2 Units $250 GPS Survey Crew -1 Unit $150 Survey Crew (4 -Man) $185 Survey Crew $135 Clerical $ 45 There will be a minimum charge of 1/4 hour. Fo r all work, time is computed porta l to portal . Reimbursable Expenses Direct Reimbursable Expenses a) 24"x36" bond print -$2 .00 /sheet b) 24"x36" mylar print -$7 .00/sheet c) 24"x36" translucent print -$5 .00/sheet d) 8% "x11" or 14" -$0 .1 O/sheet e) 11"x17" -$0 .15/sheet f) Mileage -$0 .54/m ile g) Faxes -$1 .00/sheet Markup Reimbursable Expenses Other Services such as other Professional Services , pr inting , copying , shipping and mailing , etc. will be bille d at cost or invoice plus 15%. Exhibit "A " Professional Service Agreement No. 17-051 Page 1 of 1 receipt of notice of tennination . 4 . Retainer (if applicable): The retainer paid by the CLIENT will be applied to the project approximately ten (10) days prior to the submission of the construction documents to the City for approval as follows : a) The retainer will be first applied to any outstanding balance on the project, if any. b) If an outstanding balance exists and is greater than the retainer, the retainer will be applied to the outstanding balance and the CLIENT will be responsible for payment of the remaining balance before the construction documents will be submitted to the City for approval . c) If there is no outstanding balance on the project, the retainer will be applied to the current month's invoice (i .e . at the end of the month .) If the retainer is greater than the invoice and the project is complete, the amount not applied to the invoice will be returned to the CLIENT. If the retainer is greater than the invoice and the project is not complete, the retainer will be applied to the current month's invoice and remaining retainage will be applied to the next month 's invoice . If the invoice is greater than the retainer, the retainer will be applied to the invoice and the CLIENT will be responsible for payment of the remaining balance prior to the presentation of City approved construction documents to the CLIENT by MBESI. 5. Reuse of Documents: All documents prepared by the FIRM are for this project only -they are not intended to be suitable for reuse on extensions of the Project, or on any other project. Any reuse without written verification or adaptation by the FIRM for the specific purpose intended will be at CLIENT'S sole risk and without liability to the FIRM . 6 ~: Any notices to be given by either party to the other may be effected by personal delivery in writing or by registered or certified mail. 7 . Entire Agreement: This instrument contains the sole and entire agreement between the parties relating to the right herein granted and the obligation herein assumed . 8. Texas Law to Apply : This Agreement shall be construed under and in accordance with the laws of the State of Texas, and will be perfonnable in Brazos County 9 . Legal Constructjon : If any one or more of the provisions conta ined in this Agreement shall for any reasons be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not effect any other provision thereof, and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 10. Warranty : The FIRM intends to render its services under this Agreement in accordance with generally accepted professional practices for the intended use of the project and makes no warranty, either express or implied. Specifically, in this regard, the FIRM will endeavor to advise the CLIENT as construction, if any, progresses , but does not in any manner guarantee the perfonnance of the construction contractors , nor is the FIRM liable in any manner for construction site safety or the means or methods employed by construction contractors in carrying out the work. 11 Indemnification : The CLIENT shall, to the fullest extent pennitted by law, indemnify and hold hannless the FIRM , its officers, d irectors , employees, agents and subconsultants from and aga i nst all damage, liability and cost , including reasonable attorney's fees and defense costs , arising out of or in any way connected with the perfonnance by any of the parties above named of the services under this Agreement, excepting only those damages , liabilities or costs attributable to the sole negligence or willful misconduct of the FIRM . 12 . Opinion of Probable Construction Cost: Any opinion of the probable construction or project cost prepared by the FIRM represents the judgment of a design professional and is supplied for the general guidance of the CLIENT. Since the FIRM has no control over the cost of labor and material , or over competitive bidding or over market conditions , the FIRM does not imply nor guarantee the accuracy of such opinions as compared to contractor bids or actual project costs to the CLIENT. 13. Assignment" Neither party shall assign , sublet or transfer their interest in this agreement without the prior written consent of the other. 14 . .MBES!: Acronym for McClure & Browne Engineering/Surveying, Inc. 15. Limitation of Liability: In recognition of the relative risks, rewards and benefits of the project to both CLIENT and the FIRM, the risks have been allocated such that the CLIENT agrees that, to the fullest extent permitted by law, the FIRM'S total liability to the CLIENT for any and all Injuries, claims, losses, expenses, damages or clalm expenses arising out of this Agreement from any cause or causes, shall not exceed $50,000.00. Such causes include, but are not limited to, the FIRM'S negligence, errors, omissions, strict liability, breach of contract or breach of warranty. Professional Service Agreement No . 17-051 Page 3 of4 Special Terms, Deadlines, Comments, Etc.: • Client is responsible for all governmental fees relating to this project. • If this agreement is not executed within 30 days from the date shown at the top of the agreement, the agreement is invalid. • Any additional services requested by Client will be performed according to the hourly rates as listed in Exhibit "A" of this Agreement. • Express mail packages will reimbursed according to Exhibit "A". • Printing & Copy Costs will be reimbursed according to Exhibit "A". TIME FRAME: McClure & Browne Engineering/Surveying , Inc. acknowledges that time is of the essence for this project, but the amount of time required to complete the work is based on timely decisions by the Client, Owner, Owner's Representatives and coordination with the outside entities . All efforts will be made to meet the Client's schedule. Services Not Included • Land Title Survey • Construction Staking • Construction Site Vis its Offered By: McCLURE & BROWNE ENGINEERING/SURVEYING , INC . FIRM SIGNATURE DATE Kevin R. McClure, RP.LS . I Principal Printed Name/Title Accepted By: HALFFASSOCIATES, INC. CLIENT SIGNATURE Printed Name/Title The Terms and Conditions of this Agreement. DATE 1. lnfoanatjon Supplied By Others : The FIRM shall be entitled to rely upon and use all such information and services provided by CLIENT or others des ig nated by CLIENT in performing the FIRM 'S services under this Agreement. without further verification by the FIRM . CLIENT shall ensure access for the FIRM to properties as necessary for performance of the FIRM'S work; provide legal counsel, accountants. insurance consultants, financial advisers or other similar specialists as required for the project ; and provide all criteria and full information as to CLIENTS requirements for the project. 2 . Tenninatjon : This Agreement may be terminated by either party upon ten (10) days written notice . 3. Payment: The FIRM shall subm it monthly invoices for services rendered . These will be based upon the FIRM 'S estimate of the services completed at the time . All invoices are due upon receipt. If an invoice is not paid within 30 days of receipt, the amount due the FIRM shall increase at the rate of one percent (1 .0%) a month beginning from said 30"' day. If payment is not received within 90-days of the date of the invo ice , FIRM will acquire an attorney to begin legal actions for payment. CLIENT agrees to pay overdue invoices , interest and all associated attorney's fees incurred by the FIRM . In addition, the FIRM may, after giving seven (7) days written notice to CLIENT, suspend services under this Agreement until paid . In the event of termination by CLIENT, payment shall be made for services rendered through Professional Service Agreement No. 17-051 Page 2 of4 HBw1.-McCLURE & BROWNE ENGINEERING/SURVEYING, INC. Ir ~ 1ooe Woodcreek o r .• Suite 103 -co11ege Station , Tx. n845 -(979) 693-3838 eng1,_-Reg . No. F-458 survey Reg . No. 101033-00 PROF ESSIONAL SERVICES AGREEMENT Date: September 28, 20 17 MBESI Project No .: (To be assigned once ex ecuted by MBESI .) Client: E ri c Ratzman , PE Phone: Halff Associates , Inc. 9050 Amberglen Blvd . Bui ld ing F, Su ite 12 5 A ustin , Texas 78729-1102 5 12 .777.4620 5 12 .608.3159 eRatzman@Halff.com Cell: Email: Project Name: Location: LICK CREEK GREENWAY TRAILHEAD PROJECT College Station, Texas Scope/Intent and Extent of Services: . • O n-the-ground survey ing for the proposed trailway connection from the proposed pa rking area to the existing trailway w ill identify project features and improvements within the limits of t he project site by surveying an area 25-feet either side of the proposed trail alignment (50 -feet total width), proposed location is shown on Exhibit "B" shaded in blue . All significant trees w ith a caliper equal to or greater than eigh t (8) inches will be located along the proposed route . • On -the-ground survey ing for the proposed parking lot and driveway access to the existing substation will identify project features and improvements w ithin the limits and 25-feet outside of t he green shaded area as shown on Exh ib it "B". Fees: Lump Sum : $5,500,00 Plus Reimbursable Expenses (Estimated): Direct Reimbursable Expenses : $125 .00 Markup Reimbursab le Expenses : $125 00 (Refer to Exhibit "A ") Responsibility of and Information To Be Provided By Client: • Access to the site an d all pertinent information regard ing the site. • Current (within 30 days) ntle Commitment with copies of all easement document • Current deed of subject tract. Professional Service Agreement No . 17-051 Page 1of4 ·' ! , • .' . . . . , : ... ,, ... ;.. . . \ "i.~ .. . , • • toMaps by nearmap Page 1 -- Go gle http:! /maps . us. nearmap.com/ --I . -~------·---- ~· -----~-----·--...... -..:-_. ---..,.... ........ ·------ EXHIBIT B PAYMENT TERMS LICK CREEK TRAILHEAD AND PARKING LOT CITY OF COLLEGE STATION, TEXAS Payment is a fixed fee in the amount listed in paragraph 2.01 of this Contract. This amount shall be payable by the City, on a percent complete basis, to be invoiced no more frequent than once per month, pursuant to the schedule listed below and upon completion of the services and acceptance by the City. Task 1: Project Management ........................ $5,250.00 Task 2: Data Collection ................................ $11,277 .00 Task 3: Parking Lot and Trallhead Deslgn .... $30,791.00 Task 4: Construction Phase Services ............ $16,826.00 Total: $64,144.oo .. • 4 !I! HALFF. ASSUMPTIONS/EXCLUSIONS: • Project will not require city si t e development permit • Submittals will include preli m site layouts, 50% complete plans, 90% plans & specifications, and Final Construction Documents. • Site design excludes structural retaining walls • Assumes rest area, trailhead, wayfinding, and monument design drawings will be reused from the Greenway project except that a prefabricated shade structure will be specified and site specific structural design provided • Directional signage on the street is excluded (would be part of Lakeway Drive design) • Water for fountain would be a 2" servi ce line to be connected from the street • Environmental excludes resource agency coordination (USACE , THC, USFWS, TPWD, etc) • TDLR registration, RAS review, and inspection is not anticipated and is excluded (though site will be designed to be accessible per ADA Guidelines and TAS Rules) • Drainage will be surface drainage (excludes storm sewer) • Excludes construction inspection services • Excludes storm water detention, landscaping, irrigation, electrical, bathroom, and sewer design • Fees for permit, bid advertisement, or other items would be responsibility of the City 3 Ill HALFF" • Engineer will work with in -house trail planners to recommend a number of parking spaces for the trailhead based on anticipated usage and available budget • Engineer will provide two options for parking, driveway, and sidewalk layouts and then confirm w ith city staff before beginning deta i led design drawings ii) Site civil design i ncludes • Typical sections for concrete paving • Grading, paving, and striping plans for access road, parking lot, and sidewalk • 2" Water line to water fountain (assumes the service connection to the main will be constructed as part of the Lakeway Drive project) • Project specifications and bid manual • Use of B/CS sta ndard details for typical items iii) Hardscape and amenities • Will provide site gateway signage and monument details from Lick Creek Greenway • Will specify a prefabricated shade structure (as an additive alternate, so can be included if budget allows) • Locate sidewalks, trailhead, and one drinking fountain • Will specify one solar powered light standard (as an additive alternate, so can be included if budget allows) iv) St ructural details • Engineer will provide site specific foundation designs for gateway sign age and monument Task 4: Construction Phase Services i) Bid Phase Services -Engineer will : • Respond to questions during bid phase • Review and tabulate bids from contractors ii) Construction Administration -Engineer will : • Attend one pre-construction meeting at the city • Respond to up to three (3) RFls • Review up to eig ht (8) submittals/shop drawings • Review pay applications and change orders • Will visit site after substantial completion for a walk-through and prepare a punchlist of items for cont r actor to handle before release of retainage iii) Construction Materials Testing (CMT) • Services to be provided by 'CME Testing and Engineering, Inc' 2 Iii HALFF. . '1 \ ( ~ Lt-h l \-\1-u --l oc~CJi"1'_ Project Description EXHIBIT A SCOPE OF SERVICES LICK CREEK TRAILHEAD AND PARKING LOT CITY OF COLLEGE STATION, TEXAS • ~~et -~-5 • VL~-\o~ This project is for the design of a new access drive, parking lot, sidewalk connection to, and trail head to Lick Creek Greenway Trail. The parking lot will be situated on city property on the south side of the CSU sub-station along Lakeway Drive extension project (currently under construction). The parking lot will be designed to provide between 10 and 20 ·spaces (as many spaces as feasible within available budget ($284, 792 programmed, inclusive of construction and professional services). The access drive will tie to the driveway planned at station 53+90 in the Lakeway Drive plans. The site design will include approximately 650 linear feet of sidewalk to connect the parking lot to the trail. BASE SERVICES Task 1: Project Management i) Pr oject management, records management, and general coordination ii) Monthly reporting and invoicing iii) Pr oject meetings Task 2: Data Acquisition i) Field Surveying • On the ground survey for proposed parking area and trail connection • Services to be provided by 'McClure & Browne Engineering/Survyeing, Inc.' ii) Geotechnical boring and recommendations • This will include drilling one (1) 20-foot boring and two (2) 6 foot borings • A geotechnical report will be generated which will detail the results of the investigation. The report will also provide paving recommendations and foundation recommendations for the monument • Services to be provided by 'CME Testing and Engineering, Inc' iii) Environmental due diligence and letter report • Limited Environmental Constraints Assessment • Includes the eva l uation of waters of the US, threatened and endangered species, and historical/cultural significant sites. A letter report will be generated documenting the findings -to be provided by 'CME Testing and Engineering, Inc' Task 3: Park i ng lot and trailhead design i) Initial Layouts • See attached site sketch showing approximate area Ill HALFF. • ~NA Workers Compensation And Employers Uablllty Insurance Policy Endorsement II This endorsement epplles only to the Insurance provided by the polloy because Texas Is shown In Item 3.A. of the Information Page . We have the right to recover our payments from anyone liable for en Injury covered by this policy. We wm not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described In the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate dlrec1fy or Indirectly to benefit anyone not named In the Schedule. The premium for this endorsement Is shown In the Schedule. 1 • 0 Specific Waiver Name of person or organlzatlon (Z] Blanket Waiver Schedule Any person or organization for whom the Named Insured haa agreed by written contract to furnish this waiver. 2 . Operations: AU Texas Operations 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll In connection with work performed for the above personf a) or organizationls) arising out of the operations described. · 4. Advance Premium : Refer to Schedule of Operations All other ter'ms and conditions of the policy remain unchanged. This endorsement, which forms a part of end Is tor attachment to the policy Issued by the designated Insurers, takes effect on the Polley Effective Date of said policy at the hour stated In sald policy, unletis another effective date {the Endorsement Effective Date) Is shown below, and expires concurrently with said policy .~.rl~':'~-~-~~-~~!~_.!t~E!!.!!I o~-~-~e Is ~~~~~-~4!!.<?.~:-_ -··---····-·-__ -··--· .. ·---·-·--···----.... ------· ··-....... ----···-··-· ·----·--·--· FOf'm No : WC 420304B106-20141 Endorsomont Effectlvo Oate: Endoraement Expiration Date : Endorumont No: 22; Paga: 1 of 1 Underwriting Company: American Casualty Company of R.aad!ng , Pennsylvania , 333 S Wabash Ave, -~h~go. l!-_60604 Polley No : WC 8 49909067 Polloy Ettect!ve Data : 07 /1212017 Pollcy Page : 76 of 79 ° Copyright 2014 Nationnl Counc11 on Compenaatlcn Insurance , Inc. All Right• Reserved . • C'NA CNA723115XX (Ed. 02/13) NOTICE OF CANCELLATION OR MATERIAL CHANGE-DESIGNATED PERSON OR ORGANIZATION It la understood and agreed that tt\18 endenement amends the BUSINESS AUTO COVERAGE FORM ea folows: In the event of cance!latlcn or mateMJ change that reduces or restrtcts the Insurance provided by thf8 Coverage Form, we agree to send prior notice of ~on or matertal ctiange ID the pet&On Of Otganlzaticn ec:heduled below at bt ~dme ad1ecfWed belOw. Thia ertdotaement doe8 not emend our obllgatlcln to nottfy the Named Insured of cancelattion ea deaoibed tn the Corrmon PoUcy Cond!Uon8 or In another endoteement attad\ed to tt\1s poQcy. SCHEDULE 1. Nmnber of days advance notlca: _!£__ Daya If we cancel for non-payment of prem!LJn. .2L_ Daye 1f 1he poQcy Is cancelled fOr any other reason, or if coverage ts reatrlded or reduced 1JtJ endoraement. 2. P8rlon or Drganla1JOrtll Namt and Addrela Name: Altm1tlon·: Street Addteaa: Qty, Stnt, ZIP: H18IJ addrell: CNA 7231 ISXX (02113) Page 1of1 BI...Am:BT Insured Name : HALFP ASSOCIATBS, INC, ~ ~ M Rlgtltl ReGerwd. PoOcy No : 6049909038 Endof8ement No: Etredtve Date: 01 /12/,0l 7 POLICY NUMBER: 6049909036 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ rr CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) Thia endorsement modlftaa lnaurance prcwlded under the~ AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM Wfth respat.tto coverage provided ~ thla endoraament. the prcvtalona Df the Ccwetage Form apply unllm modified by the endcnement. Thll endorsement Ch8ng8S the poacy affecl!ve on the lnc8ptfon date of the poDey U'\lesa another data 18 Indicated tleloW. 1--: llllLP>' ASSOCIATBS, INC. End.--·°"""' 07 /12/2017 ... Mame(a) Of Peraon(•) Or OrganJatJon(•): ANY PBR.SOR OR cmalW'IZATION PCR 1mCM SCHEDULE OR NIU CH YOU ARB RKQtllRilD BY HRl'l"l'BS CCN'I'RAC'1' OR J\GRRBMBN'r TO OBTAm THIS KAIVBR B'Ra4 US , YOU MUST AGlUm 'l'O Tlm!r ~~ PRIO!t !9.. ~s_~ .. .. · ·to ·· ·· •. Rl!fMlilfltt• tt:notehown aboN wit be ·llhoWn ·. el>ardcns. CA04441013 Copyright, lnauranc& SeNlces Offlte. Inc. I 2011 -Page 1of1 • ~NA CNA71527XX (Ed.10/12} ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY It la underatood and agreed that this BndOrHIMnt amenda the BUSINIA AUTO COVERAG! FORM as foftowa; SCHEDULE Name of Addttlonal Jnaured Persona Or Organbatlone BLANKET IP RE(lOIRBD BY n.ITTBN CON'l'RACT 1. In confClrmance wtth paragraph A.1.c. of Who IS An Insured of Section 11-LIABILITY COVERAGE, the par10n or organliatlon acheduted above Is an lnatnd under this pol!ey. 2. The Insurance efl'orded to the addl1ional lnStnd under 1t1s polcy wtll apply on a primary and non-contr1butot baela If you have c:omrritted It to be ao kt a Written CQl'ctJad or written a;rMment executed pf1ot to the date of the "acddenf' fer wNch 1he sddl1fonaJ Insured seeb covngt under lh1a pol)cy. CNA71627XX (10/12) Paget of 1 fnaured Name: HALFF A$SOCIATBS , INC . ~CHAN. RlahtB Reserved. Palley No: 6049909036 Endof'lemant No: Effective Date: 07 /12/201? --ii -liiiiiiiiiiiil • ~ • = •empioyee11• name, wtlh your pennlsaJon , vmua perfonnlng duUea related to the conduct of your bualneaa. c. Such coverage aa la jX\Wtded by thla provtalon ls limHBd to a •diminution In value" loss arlslng directly out of acddental damage and not aa a reeutt of the fallunl to make repairli fautty or Incomplete malntenance or repairs; or the Installation of substandard parts. d. The most we wlll pay for ioss" to a covered "auto" In any one acddent Is the leaser of: (1) $6,000; or (2) 20% of the "auto'&" actual caah value t/i.CVJ ID. ertve other Car Coverage -Executive Officers The follow!ng Is added to Sections n and Ul: 1. Any •auto• you don't own, hire or bon'ow Is a covered •auto• for liability Coverage while being used by, and for Phyak:al Damage COVerage whHe In the care, custody or control of, any of your •executive ofllcers. • except L hi •auto• owned by that "executive offlc:er" or a member of that per10n'1 household; or b. An •auto• used by that "executive offlcer" while wor1dng ln a bu&lneaa Of se!llng. eervlclng, repairing or parldng •autos.• SUch Uablllty and/or Phyalcal Damage Coverage 88 1s affonfed by thJs provl8lon wlll be: (1) Equal to the greatest of those coverages affonied any covered •auto•; and (2) Excesa over any other collectlbta lnaurance. 2. For purposes of this provision, "executive offlcef" means a person holding any of the officer posttions created by your charter, constitution, by- laws or any other slmllsr govamlng document. and, while a l'Mldent of the same hou&ehold, Includes that person's spouse. SCA23t5000 (Ed . 10/11) Sueh •executJve oftk:era• are "lnaureda" wht1e uatng a covered "auto" desatbed In this provision. lV, BUSINESS AUTO CONDntONS A. Duties In The Event Of Acc:ldtnt, Clalm, Sult Or Lou The folJowlng la added to Section IV, Paragraph A.2.L (4) Your "employeea" may know of an "acddenr or "loss.• Thia wUI not mean that you have such knoWfedge, unJesa such "acddenr or "loss" Is known to you or If you are not an lndMdual, to any of your executive officers or partners or your Insurance manager. The ftJIJowlng la added to Section lV, Paragraph A.2.b. (6) Your •emptoyeea• may know of doc:umenta received concamfng a dalm or "sulL •Thia wtll not mean that you have auch kn<Mledge, unleaa receipt of such doa.unenta Is known to you or If you are not an nttvldual, to any of your executtve officers or partneni or your Insurance manager. B. Conce1lmtnt, MlsreprtUntatfon or Praud The foDowtng Is added to Sectlon IV, Paragraph 8.2. Your faDL1'8 to dladoae an hazard& existing on the date of lncepUon Of ·wa Coverage Fonn shall not prejudloe you with respect to the coverage afforded provided aud1 failure or omlulon 18 not Intentional . c. Polley Period. Cover1ge Territory Section IV, Paragraph. 8.7.b.(6) Is revtaec:t to provide: a. 45 daya of coverage In l1eu of 30 days V. DEFtNnlONS Section V. Paragraph c. Is deleted and reptacad by the folJowlng: "Bodily Injury" means bodily bijwy, Blcknesa or disease 8Ustalned by a peracn . lnch.ldllg mental anguish, mental Injury or death resuttfng from any of these SCA235000 (Ed .10/11). ~ CNA C«pondlon. 20llO. Page 3of3 lndudn .c:opJtlgtllad mldildlll .Of the ln8urance SeMcee ()lb used Wlh b J)l!WmllRlloll.. . . . , (2) In or on the covered •auto: This coverage appOea oriy In the event of a total theft of your covered "auto.• Thia tnaurance Is excess over any other cofledlble lnauranc:e and no dedudlble appDea. F. Rental Reimbursement The~ ls added to SectJon W, Paragraph A.4.: d. We wll pay for rental reimbursement expenses Incurred by you tor the rental of an "auto• beCSU88 of iosa• to a covered •auto.• Payment applies In addlUon ta the otherwise apptlcable amount of each QOVerBge you have on a covered •auto." No deductlblea apply to thts coverage. 1. We wm pay on1y·w those expenaas Incurred during the pollcy period beginning 24 hours · after the ,oss• and ending, regardleN of the pollc:y's explratton. wtlh the lesser of the folowlng number of days: (a) The number of daya reasonably requtred to repair or replace the ccvered •auto•: or, (b) 15 days. 2. Our payment Is ftmfted to the '"8er of the following amounts: (a) Neceaaary and flC(ual expenaea Incurred; or, (b) $25 per day subject to a maximum of $375. 3. Thls coverage does not apply while there are spare or reserve •autos• avallabla to you for your operations. 4. If ioss" reeutta from the tote! theft of a covered "auto• of the private paaaenger type, we wm pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the PhyaleaJ Damage Coverage Extension. G. Hired •A111o9• The foUoo.Nlng Is added to Section ID. Paragraph A.: S. Hired •Auto$• If Physlc:aJ Damage coverage Is provided under this policy, and such coverage does not extend to Hired Autos. then Physlcal Damage coverage Is extended to: a. Any covered •auto• you lease, hire, rent OJ borrow without a driver; and b. Any covered •auto• hired or rented by your •employee" Without a drtver, under a contrad In that lndMdual •emptoyee's" name, with SCA235000 (Ed.10/11) your pennfaston, while performing duties related to the conduct of your bl.IBlneu. c. The moat we wUI pay far any one "accident" or "k>s8" Is the adual cash value, cost of repair, cost of replacement OJ $75,000 whichever la less m!nut a $500 deductlb1e ror each covered auto. No dedudlble applles to i088" causad by flre or llghtnlng . d. llle ~ damage coverage as Is provided by this provlalon wBI be linlted ID th& types of phyalcal damage coverage{&) provided on your owned "autos. 11 e. Such physical damage coverage for hired •autos• will: (1) lndude loss of uae, provided It Is the consequence ol an •acddenr for which the Named Insured ls legally liable. and aa a result of which a monetary loss Is 8U8talned by the 1eastng or rental concem. (2) Such coverage u Is provided by thls proYialon O.e.(1) wtB be subject to a limit of $750 par "accident.• H. Airbag Coverage The fcllowtng ls added to Section lb, Paragraph B.3. The accidental dlacharge of an airbag ahan not be considered mechanJcal breakdown. I. Electronic Equipment Section tn, Paragraphs B.4.c and BA.d. ere deleted and re~ l1f the foBowl~: c. Physical Damage Coverage on a covered "auto• aJao appbea to '1oss• to any pe;manentty· lnataBed electronic eqlipment lndudlng tts antennas and other accessories d. A $100 per occurrence deductible applle& to the coverage provided by this provision. J. Clmlnutlon tn Value The follc1Nlng Is added to Section m. Paragraph B.8. Subject to the foBowlng, the "diminution In value" exduskln doea noUppty to: a. Any covered •auto• of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or Jess. while performing duties related to the c:onduct of your business; and b. hry covered •auto• of the private paasenger type hired or rented by your "employee" without a drfver for a period of 30 day& or less, under a contract In that lndMdual SCA23500D (Ed. 10/11) CoWGhf, CAA Cotpof1lllon, 2000. Page 2of3 lncludet ~· matllrilll ot Che INtlrunc:e SeMca OOo9 UMd wlh b pc!l'llllsGlol1. Policy No. 6049909036 C'NA SCA236000 (Ed. 10/11) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXTENDED COVERAGE ENDORSEMENT -BA PLUS Thla endoraement modifies lnaurance prov1ded under the !cllcwtng. BUSINESS AUTO COVERAGE FORM I. LIABIL TY COVERAGE A. Who la An IMured The fdloWlng Is added to 8actlon ti, Par1gr1ph A.1,. Who la An Insured: 1. •• hry hc:orporat8d -of which the Named lnlUntd owna a maJoftty of the Yatlng .atock on the data of lm:eptlon of 1hla Cowrage Fonn; . provtad tfllt, b. The IMinnce afbded by this priMakm A.1. does not ~ to any llUCh entity that la an inaurad" under any other llablll1)' ~ provtd1ng "auto. ccvwage. 2. hry organization you newly ecqutre or t'otm, Other than a rmHlld Bablftty cce1~, p~ or jolnt venture, and over wtlld\ you maintain majortty ownerahlp ~ The tnaurance afforded by IN& provlslon A.2.: L ta etreclfve on the acqutattkm or ratmatlon date, and Is affatded ~ lllUl the end cf the pollcy period of Olla Coverage Fonn, or the next ·~ of lta tnceptlcn da!e, whichever ls emfler. b. Does not apply to: (1) ·"Boclty ~ or "pfopefty c1amege• ~ by an •accident" that occurred befote you acqWed or fom18d the Ofg8nlzatlon: or (2) Arry auch Ol'g8nlzatton that 18 an "lnaured" wider aiy other beblllty "J>Ol)cf pmvldlng "auto" coverage. s. Any pel'IOO or organlzaflon that you are obllgated to provide tnauranoo where required by a written contract or agreement Is an Insured, but onty wtth respect to legal~ for ada or omtaslona of a pemon for-~ Uablllty Coverage la afforded under this pQley. 4. AA ·~· of youra 18 an "lnsurecr whUe operating In -Suto" hired or rented under e CXlntr8d or agreement '1 that "employee's" name, wtth ycwr pemUakxl, v.flUa peifonnlng dU1le8 rafatad to the conduct of your bualneas •. •Policy,• as Used In thl8 ptOvlakln A. Who .,_. An tnaW9d, fndudes those pcJlcles that wete In foa oo the Inception date of this Cowrage Fann but 1. Wttch are no longer ln fOrce; or 2. Whose llmrts have been exhausted. B. Ball Bondi Ind Lola of Earnlnp &lctfon U. Paragraphs A.2.a.(2) and A.2.a.(4) ate revtaed 81 fa!Jowa: 1. In •.(2). the Dnit fOr the C08t of bait bonds 18 tncreaed ftom $2,000 to $6,000, and 2. ln a.(4), the DmJt for the loss of eaming8 la lnaeased tram '250 to $500 a day. c. Fellow Emplope 8ectlon I~ Paragraph a.a does not appf'f. SUd'I CX>Yerage as la dotdad by UUs provtslon c. la excess over~ other odledlb1e lnslnnce. n. PHYSICAL DAMAG! COVERAGE A. Towfng 8eetlon UL Pal'Q8i'IPh A.2.. la revised to lndllde ~ 1'rudca ~to 101000 paunda G.V.W. B. GJela Bnllkqe -Hlttfng A &ltd Or AntmaJ - failtng Objects Or 1MfNUM lbe ra~ la added to Sfftlon m, Paragraph A.a.: With respect to 8rtf COVflf'8d "auto,' 8J"ti ·~ ehoWn In the Dedaletlona wlD not apply to glau bfeabge If such ._ la repand, In a manner accept8bfe to ua, m!ier than rep&aced. C. Transportation Expe111a Section II, Paragraph MA 1a revtued, 'hiltl respect to tranaportatlon expense Incurred by you, lo provide: a. $60 per day, In lleu of $20; aubjed ID b. $1,800 maximum, In Ueu of $600. D. Losa of Use Expenses Section m, Paragraph AA.b. Is revtsed, With reaped to loss of use expenses Incurred by you, to provide: •. $1.000 mmdmum, tn hu of $600 . E. Personal Property The ·foO<Mtng ta added to Section ID. Paragraph A..4. c, We wOI pay up 1t> $500 fDr loss to Pnonal Property whJch Is: (1) Owned b'J an insured"; and SCA236000 (Ed .10/11) ~ ~ CIJrponftJr\ 2000. '"'**'~__..,of lh9 lnuwu ~ Olb ~..,Ill pe:rlllllslDn. Page 1 of 3 ~NA CNA PARAMOUNT Changes • Notice of Cancellation or Material Restriction Endorsement This endorsement modifies Insurance provided under the followlng: COMMERCIAL GENERAL UABIUTY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE ANO HIGHWAY LIABILITY POLICY-NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of daY$ notice (other than for nonpayment of premium): 030 Number of days notice for nonpayment of premium! 10 Name of person or organization to whom notice will be sent ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO PROVIDE WITH 3 0 DAY NOTICE OF CANCELLATION OF THIS POLICY UNDER A WRITrEN CONTRACT OR AGREEMENT Address: 1201 N BOWSER RD RICHARDSON ' TX 75091 If no entry appears above , the number of days notice for nonpayment of premium wlll be 1 O days. It Is understood and agreed that In the event of cancella1lon or any material resb1ctlons In coverage during the policy period, the Insurer also agrees to mall prfor written notice of canceUatlon or material restriction to the ~rson or organization Usted In the above Schedule. Such notice will be asnt prior to such cancellation In the manner prescribed In the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and Is fOr attachment to the PoUcy Issued by the deslgnated Insurers, takes effect on the effedlve date of said Poncy et lhe hour stated In said Polley, unless another effedive date Is shown belOIN, and expires concurrently with said Polley. CNA74702XX (1-15) Page 1of1 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES, INC . Policy No : 6049909053 Endorsement No : 2 3 Effective Date: 07 /12/2011 ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llabllity Extension Endorsement This WRAP.UP EXTENSION~ OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provtslon does not apply to any person or organlzatton who otherwise qualifies u an additional Insured on lhls Coverage Part. All other terms and conditions of the Polley remain unchanged. Thls endorsement, which forms a part of and Is for attachment to the PoUcy laaued by the designated Insurers, taltes effect on the effective data of sald Polley at the hour stated In said Polley, unless another effective date Is shown below, and expires concurrently with said PoDcy. CNA74856XX (1-15) Page 18of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES, INC . Polley No : 6 049909053 Endorsement No: 4 EffectlveDate : 01/12/2011 ··-· - ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 1. Is In effect or becomes effective during the term of this Cove raga Part; and 2. was executed prior to the bodlty Injury, property damage or personal and advertising Injury gMng rise to the cf aim. 27. WRAP-UP EXTENSION: OCIP 1 CCIP, OR CONSOLIDATED (WRAP.UP) INSURANCE PROGRAMS Note: The following prevision does not apply to any pubtlc conatructlon projed In the state of Oklahoma, nor to any construction project In the state of AIB8ka, that Is not permitted to be Insured under a consolldated (wrap-up) Insurance program by appllcable state atatute or regulation. tf the endorsement EXCLUSION -CONSTRUCTION WRAP-UP Is attached to this polk:y, or another exeluslonary endorsement pertaining to Owner Controlled Insurance Prograrn8 (O.C.l.P.) or Contractor ControDed Insurance Programs (C.C.l.P.) Is attached, then the following changes apply: A. The following wording la added to the above-referenced endorsement: With respect to a consolidated (wrap-up} Insurance program project In Which the Named Insured ls or was Involved, this exclusion does not apply to thoae sums the Named Insured become legally obligated to pay as damagaa because of: · 1. Bodily Injury, property damage, or personal or advertising Injury that occurs during the Named lnsured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured'• behalf; nor 2. Bodily lnjUry or property damage Included wtthln the productso<ompleted operations hazard that arises out of those portions of the project that are not resldent!al atructuraa. B. Condltfon 4. Otherlnsuranee ls amended to add the foDowfng subparagraph 4.b.(1)(c): Thia ln8l.Jrance Is exce88 over: (c) Any of the other Insurance whether primary, exceas, contingent or any other basla that Is Insurance avallable to the Named rnaured as a result of the Named Insured being a participant In a consolidated (wrap.up) Insurance program, but only as raapeds the Named lnsured'.e Involvement In that conaolldated (wrap-up) Insurance program. C. DEFINmONS Is amended to add the followfng definitions: Consolidated (wrap.up) Insurance program means a construction, erectlon or demolition project for which the prime contractor/project manager or owner of the construction project has secured general DabUtty Insurance covering some or all of the contractors or subcontractors Involved In the project, such as an OWner Controlled Insurance Program (O.C.l.P.} or Contractor Controlled lnsW'811ce Program (C.C.l.P.). ResldenUal structure means any etructure where 30% or more of the square foot area Is used or Is Intended to be used fOr human residency, Including but not lbnlted to: 1, slngfe or mufttfamlly housing, apartments, condominiums, townhouses, e»operatives or ~nned unit deve!opments; and 2. the common areas and structures appurtenant to the structures In paragraph 1. Qncludlng pools, hot tubs, detached garages, guest houses or any similar structures). However, when there Is no lndMdual ownership of units, resfdentlat structure does not Include military housing, college/unlVerslty houBlng or dormitories, long term care facilities, hotels or motels. Residential structure also doos not Include hospitals or prisons. CNA74858XX (1-15) Page 17of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES, INC . Polley No: 6049909053 Endorsement No: 4 Effective Pate: 07 /12/2017 .. Copylttt ~AJ RIQ!Ttl .. ~ ... ~~-~rtal ~ l~SeMces Ofllce, f11(:,, wit! b pennllelon.... _ CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement by the lnctemnltee at 1he tnsurer'a request will be paid aa defense costs. Such payments will not be deemed to be damage& for peraonal and advertising Injury and will not reduce the nmtts of lnaurance. C. Thia PERSONAL AND ADVERTISING INJURY ·LIMITED CONTRACTUAL LIABILITY Provlalon does not apply If Coverage B -Personal and Advertising Injury Uablltty Is excluded by another endoraement attached to this Coverage Part . Thia PERSONAL AND ADVERTISING INJURY • CONTRACTUAL LIABILITY Provision does not apply to any person or organ!Zatlon who otherwise qualffles sa en additional Insured on this Coverage Patt. 22. PROPERTY DAMAGE-ELEVA TORS A. Under COVERAGES, Coverage A -Bodlly Injury and Property Damage Uablllty, the paragraph entitled Excluslona Is amended such that the Damage to Your Product Exclualon and subparagraphs (3), (4) and (8) of the Damage to Property Exclualon do not apply to property damage that results from the use of elevators. B. SOieiy for the purpose of the coverage provided by this PROPERTY DAMAGE -ELEVATORS Provision, the Other Insurance condltiona ls amended to .add the following paragraph: This Insurance Is exc:eaa over any of the other Insurance, whether primary, exce&S, contingent or on any other baala that Is Property lnaurance covering property of o1hers damaged from the use of elevators. 23. RETIRED PARTNERS, MEMBERS, DIRECTORS AND EMPLOYEES WHO IS INSURED ls amended to Include aa Insureds natural persons who are retired partners, membera, directors or employees, but only for bodlty Injury, property damage or pereonal and advertlalng Injury that results from s8'Vlcea perfonned for the Named rnsured under the Named lnaured's direct supervlslon. All Umltatlons that apply to employees and volunteer work11'8 a!ao apply to anyone qualtfylng as an Insured under this Provision. 24. SUPPLEMENTARY PAYMENTS The section entltted SUPPLEMENTARY PAYMENTS-COVERAGES A AND B Is amended aa follows: A. Paragraph 1.b. ls amended to delete the $250 limit ehown for the cost of ball bonds and replace It wtth a $5,000. nmtt and B. Paragraph 1.d. Is amended to delete the llmlt of $250 shown for dally loss of earnings and replace It with a $1,000. Umlt 26. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally faUs to dlsclose eU exlstlng hazards at the ln<:eptlon date of the Named lnsured's Coverage Part. the Insurer wlll not deny coverage under this Coverage Part because of such fallure. 26. WAIVER OF SUBROGATION· BLANKET Under CONorrtONS, the condition entltfed Transfer Of Rights Of Recovery Against Othen1 To Us Is amended to add the followtng: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for Injury or damage arising out of: 1. the Named Insured'& ongoing operations; or 2. your work Included In the products-completed operations hazard. However, this waiver eppUes only when the Named Insured has agreed In wrtttng to waive such rights of recovery In a wrttten contract or written agreement, and onty If such contract or agreement: CNA74858XX (1-15) Page 16 of ts VALLEY FORGB INSURliNCE COMPANY Insured Name: HALFF ASSOCIATES I INC. Policy No: 6049909053 Endorsement No: 4 Effective Date: 07 /12/2017 ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llabillty Extension Endorsement Thia Insurance does not apply to: Knowing Violation of Rights of Another Personal and advertJslng Injury caused by or at the direction of the Insured with the knowledge that the act would violate the rfghta of another and would lnfllct personal and advertising Injury. Thia exclusion shaU not apply to dlsc:rfmlnation or humiliation that. results In Injury to the fee/Jngs or reputation of a natural person, but only If such dlacrfmlnatlon or humlftatlon Is not dona lntenttonally by or at the direction of: (a) the Named rnaured; or (b) any executive officer, director, stockhOlder, partner, member or manager (If the Named Insured Is a flmlted nablllty company) of the Named lntured. 2. add the following exclualona : Thls Insurance does not apply to : Employment Related DlacrimlnatJon dtsafm lnaUon or hum!Uatlon directly or Indirectly related to the employment, prospective employment. peat emp(oyment or tsrmlnatron of employment of any person by any Insured. Premises Related Dlscrfmlnatf on dlsafmlnatlon or humlllatfon arlalng out of the safe , rental, lease or sutrlease or proape<:tlve sale , rental , lease or sub-lease of any room, dwelllng or premises by or at the direction of any Insured . Notwithstanding the above, there Is no coverage fer fines or penaltfea levied or Imposed by a govemmental entity because of discrimination. The coveraae provided by this PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDmONAL INSURED of this endoraement; or attachment of an addttlonal Insured endoniement to this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY· CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B -Personal and Advertising Injury Llablllty , the paragraph entltled Excluslona ls amended to delete the exclusion entttJed Contractual Liablltty . B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY -LIMITED CONTRACTUAL UABJUTY provision, the following changes are made to the section entitfed SUPPLEMENTARY PAYMENTS-COVERAGES A ANO B: 1. Paragraph 2.d. Is replaced by the following: d. The allegations In the sult and the Information the Insurer knows about the offense alleged fn such suit are such that no conflict appears to exist between the Interests of the Insured and the Interests of the lndemnltee; 2. The first unnumbered paragraph benea1h Paragraph 2.f .(2)(b) Is deleted and replaced by the followlng: So long as the above conditions are met, attorney's fees Incurred by the Insurer In the defense of that lndemnltee, necessary litigation expenses Incurred by the Insure r, and neces&ary litigation expenses Incurred CNA74656XX (1-15) Page 15of 18 VALLEY FORGE INSURANCE COMP.ANY Insured Name: HALFF ASSOCIATES ' INC • Polley No: 6049909053 Endorsement No: 4 Effective Date : 01 /12/2011 . . Copyright~~~-~:-~·~ nlll!J!lleJ of'~.~ Olllce, 100:. Wtil b permlmln. ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llablllty , Extension Endorsement 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE ls amended to delete Paragraph 7. (the Medical Expense Limit) end replace It with the following: 7. Subject to Paragraph 5, above (the Each Occurrence Umlt), the Medical Expense Limit Is the moat the Insurer will pay under Coverage C far ell medical expenses because of bodlty Injury sustained by any one person. The Medical Expense Limit Is the greater of: (1) $15,000 unlesa a different amount Is shown here: $N ,NNN,NNN,NNN; or (2) .the amount shown In the Declaration& for Medical Expense Umtt B. Under COVERAGES, the lnsurfng Agreement of Coverage C -Medical Payments Is amended to replace Paragraph 1.a.(3)(b) wtth the following: (b) The expenses are Incurred and reported to the Insurer wl1hln three years of the date of the accident; and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A -Bodlty Injury and Property Damage llablllty, the paragraph entltted Exclualona Is emended as follows: The exc::luslon entitled Aircraft, Auto or Watercraft Is amended to add the followlng : This exclusion does not apply to an aircraft not owned by any Named Insured , provided that : 1. the pllot In command holds a currenfty effective certfflcate Issued by the duty constituted authority of the United statea of Amel1ca or Canada, designating that peraon as a commercial or alrflne transport pilot; 2. the alraaft Is rented wtth a trained, paid Cffffl to the Named Insured; and 3. the alrauft Is not being used to carry persons or property for a charge, 19. NON.OWNED WATERCRAFT Under COVERAGES, Coverage A -Bodlty rnJury and Property Damage Uablllty, the paragraph ent!Ued Excluslon11 Is amended to delete subparagraph (2) of the exclusion entlt!ed Aircraft, Auto or Watercraft, and replace lt with the followlng. This exctuakm does not apply to: (2) a watercraft tha1 Is not owned by any Named Insured, provided the watercraft Is: (a) less then 75 feet long; and (b) not being used to carry persons or property for a charge . 20. PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMJUATION A. Under DEFINITIONS, the definition of personal and advertlalng tnjury Is amended to add the foUc:mlng tort Dlscrfmlnatlon or humHlatfon that results In Injury to the feeDngs or reputation of a natural person. B. Under COVERAGES, Coverage B -Personal and Advertising Injury Uablllty. · the paragraph entitled Exctuslons ls amended to: 1. delete the Excf uslon entltled Knowing Vlolatk>n Of Rights Of Another and replace It wfth the following: CNA74858XX (1 -15) Page 14of18 VALLBY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES I INC. Polley No: 6049909053 Endorsement No: 4 EffedJveDate : 07/12/2017 ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llablllty Extension Endorsement c. property that Is an auto, aln:taft or watercraft; d. property In transit; or e. any portion of property damage for which the Insured has available other vaJJd and collectible Insurance, or would have such Insurance but for exhaustion of Its nm1ts, or but for appnc:atton of one of Its exduslons . A separate nmlt of Insurance and deductible apply to such property of others. See UMtTS OF INSURANCE as amended below. B. Under COVERAGES, Coverage A -Bodily lnJury and Property Damage Uablllty, the paragraph entitled Exclusions Is amended to delete Its last paragraph and replace It with the following : Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarlly occupied by a Named Insured with permlaslon of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A aeparate Umft of Insurance applfes to this coverage as described In LIMITS OF INSURANCE . c. The followtng paragraph Is added to LIMITS OF INSURANCE: Subject to 8. above, $25,000 Is the mos1 the Insurer wUI pay under Coverage A for damages arising out of any one occurrence because of the sum of an property damage to borrowed tools or equipment, end to other persona] property of othera In the Named Insured'• care, custody or con1rol, while being used In the Named intured'a operations flNSY from any Named Insured'• premises. The Insurer's obllgatlon to pay such property damage does not apply until the amount of auCh property damage exceeds $1 ,000. The Insurer haa the right but not the duty to pay any portion of this $1,000 In order to affect aettiement. If the Insurer exercisea that right, th& Named Insured wlll promptly reimburse the Insurer tor any auch amount D. Paragraph 6., Damage To Premises Rented To You Umlt, of LIMITS OF INSURANCE ls deleted and replaced by the following : 6. Subject to Paragraph 6. above, (the Each Occ:urrence Limit), the Damage To Premlsea Rented To You Limit Is the most the lneurer wUI pay 1,mder Coverage A for damages because of property damage to any one premises whlle rented to the Named Insured or temporarily occupied by the Named Insured with the pennlulon of the owner, lnciudlng contents of such premlset rented to the Named Insured for a period of 7 or fewer consseutlve days. The Damage To Premlsea Rented To You Limit is the greater ot. a. $500,000; or b. The Damage To Premises Rented To You Limit shown In the Dedarations. E. Paragraph 4.b.(1)(a)(ll) of the other Insurance Condltfon Is deleted and replaced by the followlng: (U) That Is property Insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured wfth the permission of the owner, or for personal property of others In the Named lnsured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A -Bodily Injury and Property Damage Uablllty, the paragraph entitled Excluslons ls amen<led to delete \he exduslon entitled Uquor LlabJllty. This LIQUOR LIABILITY Provision does not apply to any person or organlzatfon who otherwise qualifies as an additional Insured on this Coverage Part. CNA74858XX (1-15) Page 13 of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES , INC . Polley No: 6049909053 Endorsament No: 4 Effective Date : o 7I12 / 2 o l 7 . Copynr;it .~.~.~ ~.! -'~ ~ matuMl of 1.n8lJfllnc& s.Mooa_ Oft;e, lflC., wtti la pennlabl .. ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 16. LEGAL UABIUN -DAMAGE TO PREMISES I AUENA TEO PREMISES I PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A -Bodily Injury and Property Damage Uablllty, the paragraph entitled Exclusions Is amended to delete excfuslon J, Damage to Property In Its entirety and replace It with the followtng : Thl& Insurance d088 not apply to: J. Damage to Property Property damage 1D: (1) Property the Named Insured owna, rent.a , or occupies, Including any costs or expenses Incurred by you , or any other person, organlzatfon or entity, for repair, replacement, enhancement, reatoraUon or maintenance of such property for any reason , Including prevention of Injury to a peru.on or damage to another's property; (2) Premises the Named Insured sells, glvea rrNBY or abandons, If the property damage arlaea out of any part of those premlses; (3) Property loaned to the Named Insured; (4) Peraonal property In the care , custody or control Of the Insured; (6) That particular part of real property on wh ich the Named Insured or any contractora or subcontractors working dlrecdy or lndlredfy on the Named lnsured's behalf are performing operations, If the property damage arises out of those operations; or (8) That particular part of any property that must be rearored, repaired or replaced because your work was lncorredfy performed on It. Paragraphs (1), (3) and (4) of this exclusion do not appty to property damage (other than damage by fire) to premlaes rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premlse8 rented to the Named Insured for a period of 7 or fewer consecutive days. A sepanrte Umlt Of Insurance applies to Damage To Premlaea Rented To You as described In UMJTS OF INSURANCE. Paragraph (2) of this exclusion doea not apply If the premlsea are your work. Paragraphs (3), (4), (5) and (6) of this excluslon do not apply to Uablllty assumed under a sidetrack agreement Paragraph (6) of this exclusion does not apply to property damage Included In the products-completed operations hazard. Paragraphs (3) and (4) of this exduston do not apply to property damage to: I. tools, or equipment the Named Insured borrows from others, nor II. other personal property of others In the Named lnsured's care, custody or control while being used In the Named lnaured's operatklns away from any .Named lnsured's premises. HOYJever. the coverage granted by this exception to Paragraphs (3) and {4) does not apply to: a. property at a job sl1e awaiting or during such prop&rty's lnstallatlon , fabrication, or erection ; b. property that ls mobile equipment leased by an lnsurad; CNA74858XX (1-15) Page 12of 18 VALLEY FORGE INSURANCE COMPANY Insured Nsme: HALFP ASSOCIATES, INC. Polley No: 6049909053 Endorsement No: 4 Effective Date : 07 /12/2017 ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement b. Excess Insurance (1) To the extent this lnaurance applies, It Is excess over any other Insurance, self Insurance or risk tranBfer Instrument, whether primary, excess, contingent or on any other basls, except for Insurance purchased specifically by the Named Insured to be exceas Of this coverage. 14. JOINT VENTURES I PARTNERSHIP I UMlTED LIABILITY COMPANIES A. Past Joint Ventures. Partnerahlps, Umtted Uablllty Companies lhe following Is added to WHO 18 AN INSURED: tf the Named Insured was a joint venturer, partner, or member of a llmlted liability company and such joint venture, partnership or limited Uablllty company terminated prior to or durfng the pollcy period, such Named Insured la an Insured wl1h respect to Its Interest In such Joint venture, partnerahlp or limited Oablllty company but only to the extent that a. eny offense gMng rfse to personal and advertising Injury occurred prfor to auch termination date, and the penonaJ and advertising Injury arising out of such offense, first occurred after such termination date; b-the bodily Injury or property damage first occurred after such termlnatlon date; and c. there Is no other val1d and oo!lectlble Insurance purchased speciftcalty to Insure the partnenihlp, joint venture or llmlted Hablllty company. If the joint venture, partnership or llmlted llablllty company Is or was Insured under a consolidated (wrap-up) Insurance program, then such Insurance will always be consldei'ed valld and coUectible for the purpoae of paragraph c. above. But this provision will not serve to exclude bodily Injury, property damage or personal and advertising Injury that would otherwise be covered under the Archlt&cts, Englnee1'9 And Surveyors General UabUtty Extension Endorsement provfslon entltled WRAP.UP EXTENSION: OCtP, CCIP, OR CONSOLIDATED (WRAP..UP) INSURANCE PROGRAMS. Please see that provision for the deflnltlon of consolidated (wrap-up) Insurance program. B. Participation In Current Professlonal Joint Ventures The fcllowlng Is added to WHO IS AN INSURED: The Named Insured Is also an tn1ured . for participation In a current joint venture that Is not named on the Dectaratlons, but onJy If BUCh Joint venture meets all of the following c:rtterfa: a. Each and every one of the Named lnaured's co-ventureni are architectural, engineering or surveying firms only; and b. There ls no other valld and collectible Insurance purchased spedflcally to Insure the joint venture. However, the Named Insured Is an Insured only for the conduct of such Named Insured'& business wl!hln such a jolnt venture. The Named Insured Is not Insured for llablllty arising out of the acts or omissions of other co- venturers, nor of their partners, members or employees. C. WHO IS AN INSURED Is amended to delete Its last paragraph and replace It with the followlng: Except as provided under this Architects, Engineers And Surveyors General Uablllty Extension Endorsement or by the attachment of another endorsement (If any), no person or organization Is an Insured wtth respect to the conduct of any current or paat partnenihlp, jolnt venture or Rmlted Rablllty company that Is not shown as a Named Insured In the Declarations. CNA74858XX (1·15) Page 11of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HAL FF .ASSOCIATES, INC . Polley No : 6049909053 Endorsement No: 4 Effedfve Date: 07I12/2o1 7 C'NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llablllty Extension Endorsement 2. the permitted or authorized operations performed by a Named Insured or on a Named lneured'a behalf. Th& coverage granted by this paragraph does not apply to: a. Bodily Injury, property damage or personal and advertising Injury arising out of operattona performed for the state or governmental agency or aubdMslon or political subdMalon; or b. Bodlly Injury or property damage Included wtthln the products-completed operations hazard. Wltti respect to this provision's requirement that additional Insured status must be requ&ated under a wrttten contract or agreement, the tnaurer will treat as a written contrad any governmental permit that requ ires the Named Insured to add the governmental entity ea an additional Insured. 1. Trade Show Event Lessor 1. With respect to a Named lnauntd'a participation ln a trade ehow event as an exhibitor, presenter or dlaplayer, any person or organl%atk>n whom the Named Insured Is required to lndude aa an additional Insured , but only wtth respect to aucn pel'80n or organization's Dabnlty for bodily Injury, property damage or peraonal and advertising Injury caused by: a. the Named lnaurvd'• acts or omlsalons; or b. the acts or omissions of those acting on the Named Insured'& behalf, In the perfonnance of the Named Insured'• ongoing operations at the trade show event premises during the trade ehow event. 2. The coverage granted by this paragraph does not apply to bodily Injury or property damage Included within the products-compfeted operations hazard. 2. ADDn10NAL INSURED ~ PRIMARY AND NON.CONTRIBUTORY TO ADOmoNAL INSUREO'S INSURANCE The other Insurance Condition In the COMMERCIAL GENERAL LIABILITY CONDITIONS Sadlon Is amended to add the followtng paragraph: If the Named Insured haa agreed In writing In a contract or agreement that this Insurance ts primary and non- contributory relative to an additional Insured'& own lnsurance, then this Insurance Is pnmary, and the lnaurer wlll not seek contribution from that other Insurance. For the purpose of this Provlalon 2., the additional ln81Jred'a own Insurance means Insurance on which the addltlonal Insured Is a named Insured. Otherwise, and notwithstanding anything to the contrary elsewhere Jn this Condition, the Insurance provided to such person or organization Is excess of any other Insurance available to such person or organization. 3. ADDITlONAL INSURED-EXTENDED COVERAGE When en additional Insured Is added by this or any other endorsement attached to this Coverage Part, WHO IS AN INSURED Is amended to make the followlng natural persons Insureds . If the additional Insured Is: a. An lndMdual, then his or her apouae Is an Insured; b. A partnership or joint venture, then Its partners, members and their spouses are Insureds; c. A nmlted llab!llty company, then Its members and managers are Insureds; or d. An organization other than a partnership, joint venture or llmlted llablllty company, then Its executive officers, director'$ and shareholders are Insureds; CNA74858XX (1-15) Page4of18 VALLEY FORGE INSURANCE COMPANY tnsured Name : HALFF ASSOCIATES, INC. Policy No: 6049909053 Endorsement No: 4 Effectlve Date: 01 /12/2011 ~.~-"'~~ l~~~~,~~Of!?.11\C..~b.~ ~NA b. c. d. a. f. g. h. I. J. Nurse; Nurse practitioner; CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement Emergency medical technician; Paramedic; Dentist; Physical therapist; Psychologist Speech therapist; Other aDled health profesalonal ; or ProfesslonaJ health care services does not Include any services rendered ln connection with human citnlcal trlals or product testing. II. delete the definition of occurrence and replace It wtth the foflowtng: Occurrence means a health care Incident All acta , errors or omission& that are loglcally connected by any common fact. circumstance , sttuation, transaction, event, advice or dedalon wlll be considered to constitute a single o~urrence; Ill. amend the definition of lnsur&d to: a. add the following: the Named Insured'• employees are Insureds with respect to: (1) bodlly Injury to a co-41mployee while In the courae of the co-employee's employment by the Named lnaured or while performing duties related to the conduct of the Named Insured'& busln8$8; and (2) bodily Injury to a volunteer worker while performing duties related to the conduct of the Named tnsured's bualness ; when such bodily Injury arises out of a health care Incident. the Named lnsured's volunteer -workers are Insureds with respect to: (1) bodlly Injury to a co-voiunteer worker while performing duties related to the conduct of the Named Insured'& business; and (2) bodlly Injury to en employee while In the cou:rae of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named lnsured'a business ; when such bodlty Injury arises oot of a health care Incident b. delete Subparagrapha (a), {b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition Is amended to delete Paragraph b.(1) In Its entirety and replace It with the following: other Insurance CNA74858XX (1-15) , Page 10of18 VALLEY FORGE !NSURJ\NCE COMPANY Insured Name: HALFF ASSOCIATES ' INC . Polley No: 6049909053 Endorsement No: 4 EffectlveDate: 01/12/2011 I I ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement B. Under COVERAGES, Coverage A -Bodily Injury And Property Damage Uablltty. the paragraph entitled Excluslona ts amended to: I. add the following to the Employers Uablltty excluslon: Thia excluslon appllea only If the bodlly Injury arising from a heatth care Incident Is covered by other llabUlty Insurance avallabfe to the tnaured (or which would have been evaJlable but for exhaustion of Its limits). II. delete the exduslon entlUed Contractual Uablllty and replace It wtlh the following: Thla Insurance does not apply to: Contractual Llablllty the lntured'a actual or alleged llabUlty under any oral or written contract or agreement, lncludlng but not llmtted to exJ)(U8 warranties or guarantees. m. to add the followlng additional exclusions: This Insurance doea not apply to: Dlacr1mlnatlon any actual or aJleged dlscrlmlnatlon, hummatlon or harassment, lncfudlng but not be nmtted to clabne based on an lndMdual's race, creed, color, age; gender, national orlgtn, reUgfon, dlsablllty, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omlsslon. Medicare/Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tr1care or any similar federal, state or local govemmental program. Servfcn Excluded by Endorsement Any health care Incident for which coverage Is excluded by endorsement c. OEFlNmONS Is amended to: f. add the followlng deflnltlons: Health care Incident means an act, error or omission by the Named lnaured's emplo~ees or volunteer workers In the rendering of: a. professtonal health care services on behalf of the Named Insured or b. Good Samaritan services rendered In an emergency and for which no payment Is demanded or received. Professlonal health care services means any health · care services or the related furnishing of food, beverages, medical 1:1upplles or appUances by the following provldera In their capacity as such but solely to the extent they ere duty licensed as required: a. Physician; CNA74858XX (1·15) Page 9of18 VALLEY FORGE INSURANCE COMPAN't Insured Name: HALFF ASSOCIATES, INC. Polley No: 5049909053 Endorsement No: 4 Effectlve Date : 01 /12/201 7 C'NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llabillty Extension Endorsement 2. Damag&a under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a alngle location, except damages because of bodily Injury or property damage lnclUded In the products-completed operatlom1 hazard; and 3. Medical expenses under Coverage c caused by accidents which cannot be attributed solely to ongoing operations at a single locatlon, wtJl reduce the General Aggregate Limit shown ln the Declarations . c. For the purpose of this GENERAL AGGREGATE LIMITS OF INSURANCE • PER LOCATION Provision, "location" means: 1. a premlsea the Named Insured owns or rents; or 2. a premises not owned or rented by any Named Insured at which the Named Insured Is perfonnlng operations pursuant to a contract or written agreement. If operations at such a locatlon have been dlaconttnued and then restarted, or If the authortzed parties deviate from plans, blueprints. designs, specifications or timetables, the locatfon will stfll be deemed to be the same locetlon. For the purpose of determ ining the applicable aggregate Umlt of Insurance. premlaes tnvoMng the same or connecting lots, or premlsea whose connecUon ls fnterrupted only by a street. roadway, waterway or right-of.way of a raUroad Shalt be considered a alngle location. D. The limits shown In the Decferatfona for Each Occurrence, for Damage To Premises Rented To You and for Medlcal Expense continue to apply, but wlU be subject to either the Location General Aggregate Limit or the General Aggregate Umtt, depending on Whether the occurrence can be attributed solely to ongoing operations at a particular location. E. When coverage for HabUlty arising out of the products<ompleted operations hazard Is provided , any payments for damages because of bodlly Injury or property damage Included In the products<ompletad operations hazard, regardless of the number of locatlons Involved, wUI reduce the Produ.ds-Completed Operations Aggregate Umlt shown In the Dec!aratlons. F. The provisions of LIMITS OF INSURANCE not othel'Wlse modlfted by this GENERAL AGGREGATE LIMITS OF INSURANCE· PER LOCATION Provfelon shall continue to apply as stfpulated . 12. IN REM ACTIONS A quasl In rem action agalnst any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, wlll be treated In the same manner as though the action were In personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with resped to bodily Injury that arises out of a health care Incident: A.. Under COVERAGES, Coverage A-Bodlly Injury And Property Damage Uablllty, the lnaurfng Agreement Is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This Insurance appnes to bodily Injury provided that the professional health care services are Incidental to the Named lnsured'a primary business purpose, and only If: (1) such bodily Injury is caused by an occurrence that takes place In the coverage territory. (2) the bodlly Injury flrst ooet1rs during the policy period. All bodlly Injury arising from en occurrence wlll be deemed to have occurred at the time of the 1frst act. error, or omission tha1 Is part of the occurrence; and CNA74858XX (1-15) Page 8of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES I INC. Polley No: 6049909053 Endorsement No: 4 Effective Date: 01 /12/20 17 I §§3 . I === -"""' CNA CNA PARAMOUNT Architects. Engineers and Surveyors General Llablllty Exten~lon Endorsement (1) Thal Indemnifies an archlted, engineer or wrveyor for Injury or damage artslng out ot. (a) Preparing, approving or falllng to prepare or approve maps, shop drawings , opinions, reports, surveys, fleld orders , change orders or draWtngs and specifications; or (b) Giving directions or lnslructlons, or falDng to give them, If that Is the primary cauaa of the Injury or damage; (2) Under which tha Insured, If an architect, engineer or surveyor, assumes nablllty for an Injury or damage arising out of the lnsured's rendertng or failure to render professfonal services, lnctudlng those listed In (1) above and supervisory, Inspection, archltedllral or engineering actMtles. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, executors, heirs, legal representatives , administrators, trustees, beneflclariea and spouses of any natural person !Murad or living trust shell also be Insured under this pollcy; provided, however, coverage Is afforded to such estalea, exea.rtors, heirs, legal repl"B88fltatlves, admlnlstratora, trustees, beneficiaries end apouae1 only for clalma artafng solely out of their capacity or status aa such and, In the case of a spouse, where such claim seeks damages from merltaJ community property, Jolntty held property or property tranaferred from such natural peraon Insured to such apauae •. No coverage Is provided for any act. error or omlsslon of an estate, heir, legal representative, or spouse outside the &alpe of such person's capacity or status as such, prcvlded, however, that the apouse Qf a natural peraon Named Insured, and the spouses of members or partnera of Joint venture or partnership Named Insureds are Insureds wtth respect to such spouses' acts, errors or omissions Jn the conduct of the Named Jnsured'a business. 1 O. EXPECTED OR INTENDED INJURY -EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A -Bodily Injury And Property Damage Uablllty, the paragraph entftfed Excluslons Is amended to delete the exduslon entltled Expected or Intended Injury and replace It with the following: This lnsutance does not apply to: Expected or Intended Injury BcdUy ln)ury or property damage expected or !mended from the standpoint of the Insured. This exctualon does not apply to bodily Injury or property damage resulting from the use of reasonable force to protect persona or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE· PER LOCATION A. A separate Location General Aggregate Limit. equal to the amount of the General Aggregate Limit, Is the most the Insurer wlll pay for the sum of: 1. All damages under Coverage A, except damages because of bodily Injury or property damage Included In the products-completed oparattona hazard; and 2. All medical expenses under Coverage c , that arise from occurrences or accidents which can be attrtbuted solely to ongoing operations at that location. Such paymen1s shall not reduce the General Aggregate Limit shown In the Oederatlons , nor the location General Aggregate Limit of any other location. B. All: 1. Damages under Coverage B, regardless of the number of locations Involved ; ;;::= _,. CNA7-i358XX (1-15) Pol icy No : 6049909053 Page 7of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES I INC . Endorsemen1 No: 4 Effective Oate: 0 7 /12/2017 ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Uablllty Extension Endorsement provided coverage but for the exhaustion of Its Umtt. and wtthout regard to whether Its coverage Is broader or narrower than that provided by this ln8Uf8nce. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, Umlted llablllty company or joint venture; or (b) any organization for whk:h coverage Is exefuded by another endorsement attached to this Coverage Part. For the purpose of this provlalon, management control means: A. owning Interests representing more than 50% of the voting, appoi ntment or designation power for tho seledfon of a majority of the Board of Dlrectora of a corporation ; or B. having the right. pursuant to a written trust agreemen~ to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above , this Insurance does not apply to: a. bodily 1njury or property damage that first occurred prlor to the date of management control, or that first oca.1rs after management control ceases; nor b. personal or advertising Injury caused by an offense that first occurrad prfor to the date of management control or that first occura after management control ceases. IS. The Insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or dolng-bualnea&-aS names (dba) as any Named Insured sholdd choose to employ. · 8. CONTRACTUAL LlABIUlY -RAILROADS With respect to operations performed wtthln 50 feet of raUroad property, the deffnltlon of Insured contract Is replaced by the followlng : · Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premlsea that Indemnifies any person or organization for damage by fire to premises whlle rented to a Named Insured or tempora ri ly occupied by a Named Insured you with permission of the owner Is not an Insured contract; b. A sidetrack agreement; · c. Any easement or Ucense agreement; d. An obligation , as required by ordinance, to Indemnify a munlcipartty, except In connection wtth work tor a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement perta ining to the Named Insured'& bus iness (Including an lndemnlficaUon of a munlclpaflty In connection with work performed for a municipality) under which the Named Insured assumes the tort llablllty of another party to pay for bodlly Injury or property damage to a third person or organJzatlon. Tort liability means a llablllty that would be Imposed by law In the absence of any contract or agreement Paragraph f . does not lndude that part of any contract or agreement CNA74858XX (1-15) Page 6of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALPF ASSOCIATES, INC • Polley Na : 6049909053 Endorsement No: 4 Effedlve Date : 01 /1212011 I &i5ii -I = = • • == ~ -· ---- ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General LiabHity Extension Endorsement but only with respect to locations and operations covered by the additional Insured endorsement's provisions, and onty with respect to their respec:tlve roles within their organizations. Please see the ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES provision of thls endorsement for addltional coverage and restrictions applicable to spouses of natural person Insureds. 4. BOATS Under COVERAGES, Coverage A -Bodlly Injury And Property Damage LlabHlty, the paragraph entitled Exclualona Is amended to add the followlng addltfonal exception to the exdualon entltfed Aircraft, Auto or Watercraft: Thts exauslon does not apply to: Any watercraft owned by the Named Insured that Is less than 30 feet long whJ1e being used In the course of the Named lnaurad'e lnapedlon or surveying work. 6. BODILY INJURY -EXPANDED OEF1NITION Under OEFINmONS, the deflnlUon of bodily Injury Is deleted and replaced by the tbUowlng: Bodlly Injury means physical Injury, slcknfts or disease sustained by a person, lndudlng death, humlliatlon, ahock, mental anguish or mental !njury sustained by that person at any ttme which results aa a consequence of the physical Injury, sickness or dlaeaae. 6. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDmONS, the condition entitled Duties in The Event of Occurrence, Offense, ctatm or Sult Is amended to add the following provfslons: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurers authorized representative notice of an occurrence, offense or ctatm only when the occurrence, offense or claim ls known to a natural person Named Insured, to a partner, exeruttve officer, manager or member of a Named Insured, or to an employee desJgnated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named lneured'a rights under this Coverage Part will not be prejudiced If the Named Insured falls to give the Insurer notice of an occurrence, offense or claim and that fallura Is solely due to the Named lnsured's reasonable belief that the bodily Injury or property damage Is not covered under this Coverage Part However, the Named Insured shall give wrttten notice of such occurrence, offense or claim to the Insurer as soon as the Named lnaured Is aware that this Insurance may apply to such occurrence, offense or claim . 7. BROAD NAMED INSURED WHO IS AN INSURED Is amended to delete Its Paragraph 3. In Its entirety and replace It with the folfowlng: 3. Pursuant to the limitations described In Paragraph 4. below, any organization In which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the pollcy period, quaflfles as a Named Insured, .provided that thera Is no other similar llablllty lnaurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization. or whlcfl would have CNA74858XX (1-15) Polley No: 6049909053 Page 5 of 18 Endoraement No: 4 VALLEY FORGE INSURANCE COMPANY Effectlve Date: 07 /1?./2~.~ ?:;~.r. Insured Name: HALFF ASSOCIATES I INC . . ,,,, ~.c~~ ~~~· tnc:1uc1et~rlQl1tedma!lslla'~.1~~~~· .. ii:-:.. ~~~ . I I . -. ~~ ~-· . - ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llablllty Extension Endorsement 1. the prepartng, approving, or falling to prepare or approve, maps, shop draWlngs, opinions, reports, surveys, fteld orders, change ordera or drawtnga and spectflcaUons: or 2. aupervlSOfY, Inspection, architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment. but only with respect to llabUtty for bodily Injury, property damage or personal and advertlslng Injury caused, In whole or In part, by the Named lnaured's maintenance, operation or use of such equipment. provided that the occurrence gMng rise to such bodily Injury, property damage or the offense gMng rise to such personal and adverttalng lnj\lry taJces place prior to the termination ar such lease . E. Lessor of Land Any person or organization from whom a Named Insured leases land but only wtth respect to llablltty for bodily Injury, property damage or personal and advertising Injury artalng out of the ownership, maintenance or use of such land, provided that the occurrence gMng rise to such bodily Injury, property damage or the offense gMng rise to such personal and advertising Injury takes place plier to the termination of audl lease. The coverage granted by this paragraph does not apply to structural atteratJona, new construction or demolltfon operations performed by, on behalf of, or fOr such addltlonal Insured . . F. Lesaor of Premlles An owner or les&or of premlaea leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to Uablllty far bodily Injury, property damage or personal and advertltlng Injury arising out of the ownerahlp, maintenance or use of such part of the preml688 leased to the Named Insured, and provlded that the occurrence gMng rise to such bodily Injury or property damage, or the offense gMng rise to auch personal and advertising Injury, takes place prior to the termination of auch lease. The coverage granted by this paragraph does not apply to structural alterations , new construction or demolition operations performed by, on behalf of, or for such addltlonal Insured. o. Mortgagee, A891gnee or Receiver A mortgagee, easlgnee or receiver of premises but only wtth respect to such mortgagee, assignee or receivers llabUtty for bodily Injury, proparty damage or personat and advertising Injury arising out of the Named lnsured's ownel'8hlp, malntenance, or use of a premises by a Named Insured. The coverage granted by !his paragrapll does not apply to structural alterations, new construction or demofltlon operations performed by, on behalf of, or for such additional Insured. H. State or Governmental Agency or Subdivision or Polltlcal Subdlvlalona -Pennl1s A state or governmental agency or subdivision or polltlcal subdivision that has lasued a permit or authorization but only wfth respect to such state or governmental agency or subdMslon or polftJcal subdlvlslon's Uablllty for bodlly Injury, property damage or peraonaJ and advertlslng Injury arlsfng out of: 1. the foRc.vfng hazards In connection with premises a Named lnsurad owns, rents, or controls and to which thl& Insurance applles: a. the existence, maintenance, repair, construction, erection, or removal of advertlslng signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, holstaway openings, sidewalk vautt:s, street banners, or decorations and similar exposures ; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this lnsurance; or CNA74858XX (MS} Policy No: Page 3 of 18 Endorsement No: VALLEY FORGE INSURANCE COMPANY Effective Date; Insured Name: HALFF ASSOCIATES, INC. ~.~-~.~.~~· .. '~-~J!lllt!N1alot !~S~Ofllce· l~.~-1.1!~ 6049909053 4 07/12/2017 ~#A CNA PARAMOUNT Architects, Engineers and Surveyors General Llablllty Extension Endorsement 1. ADDmONAL INSUREDS a. WHO IS AN INSURED Is amended to Include as an Insured any person or organization described in paragraphs A. through I. below whom a Named Insured la required to add as an addHlonal ln8UJ'ed on thls Coverage Part under a written contract or written agreement, provided such contract or agreement (1) Is currently In effect or becomes efTectlve during the term of this Coverage Part; and (2) was executed prtor to: (a) the bodily Injury or property damage; or (b) the offense that caused the personal and advertising Injury, for which such additional Insured seeks coverage . b. However, subject always to the terms and conditions of this poncy, Including the nmtts of Insurance, the Insurer will not provide such addltlonal Insured wtth: (1) a higher llmlt of Insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and In no event broader than that described by the sppncable paragraph A. through I. below. ArrJ coverage granted by this endorsement shall apply only to the extent pennlaslble by law . A. ControUlng Interest Any person or organllatlon wfth a controlling lnteres1 In a Named Insured, but onty wtth respect to such person or organization's Uabllltyfor bodily Injury, property damage or peraonaJ and advertising Injury arlalng out of: 1. such person or organlzatlon'a ftnanolal control of a Named Insured; or 2. premises auch person or orgenlzatlon owns , maintains or controls while a Named Insured leases or occuplea such premlaes; provfded that the coverage granted by this paragraph ,does not apply to structw'al alterations, new construction or demolltfon operations perfonned by, on behalf of, or for auch eddltlonaf Insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this Insurance but only wl1h respect to such co-<7tN11er's ltabillty for bodily Injury, property damage or personal and adverttelng Injury as co-owner of such premises. C. EnglneenJ, Architects or Surveyors Engaged By You An architect. engineer or surveyor engaged by the Named rnaured, but only with respect to llablilty for bodily Injury, property damage or personal and advertising Injury caused In whole or In part by the Named lnsured'e acts or omissions, or the acts or omissions of those acting on the Named lnsured's behalf: a. In connection with the Named lnaured's premises; or b. In the perfonnance Of the Named lnsured'a ongoing operations. But the coverage hereby granted to auch additional Insureds does not apply to bodily tnjury, property damage or pof'8onaJ and advertising Injury arising out of the rendering of or fallure to render any professional services by, on behetf of, or for the Named Insured, lncludlng but not nmlted to : CNA74858XX (1~15) Page 2of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES I INC . Policy No: 6049909053 Endorsement No : 4 Effective Date: 07 /12/2017 _ --~-~~-~~: ... 1n_~!!~~-~.!~.~er'oba~.~·~11a~. I ~NA CNA PARAMOUNT Architects, Engineers and Surveyors General Llablllty Extension Endorsement It Is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART aa follows. If any o1her endorsement attacned to this policy amends any provision also emended by this endorsement, then that other endoraement controb with respect to such provf&lon, and the changes made by this endorsement with respect to such provision do not apply. TABU: OF CONTENTS 1. AddlUonal Insureds 2. Addltlonal lnaul'8d -Primary And Non.COntrlbutory To Addltlonal fnsured'a lnsurance 3. Addlttonal Insured -Extended Coverage 4. Boats 6. Bodily Injury -Expand&d Definition 6. Broad Knowledge of Occurrence/ Notice of Occurrence 7. Broad Named Insured 8. Contractual Uablllty -Rallroacls 9. Estates. Legal Rep1'888ntatlvea and Spouses 10. Expected Or Intended Injury-Exception for Reasonable Force 11. General Aggregate Umtta of Insurance-Per Location 12. tn Rem Actions 13. lncldental Health care MaJpracttce Coverage 14. Joint Ventures/Partnenihlp/Umlted Uabnlty Companies 16. Legal Uablllty-Damage To Pramlset 18. Uquor Liabtllty 17. Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft 20. Personal And Adverthllng Injury -Dl8crf mlnatton or Humlllatlon 21. Personal And Advertising Injury ·Contractual Uablllty 22. Property Damage-Elevators 23. Retired Partners. Members, Directors And Employees 24. Supplementary Payments 26. Unintentional Fallure To OlscJosa Hazards 26. Waiver of Subrogation -Blanket '11. Wrap-Up Extension: OCIP, CClP or Consolidated (Wrap-Up) Insurance Programs CNA74858XX (1~15) Page 1of18 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES I INC . Polley No: 604990.9053 Endorsement No : 4 Effective Date: 07 /12/2017 ~ _CNA~ ~.~~· 1~_ea .c:opyr1ghtlldrnatm111J of 111~.~ Ofl'at'.lntl ., wll!'I b~. ~NA CNA PARAMOUNT Blanket Additional Insured -Owners, Lessees or Contractors -with Products-Completed 1 Operations Coverage Endorsement I contract to be primary and norH:Ontrlbutory, this lnswance will be prtmary and non-conb'lbutory relative solely to Insurance on which the addJtlonal Insured Is a named Insured. V. Solely with respect to the Insurance granted by this endoraement, the aectioo entitled COMMERCIAL GENERAL LIABILITY CONDmONS Is amended as follows: The Condltlon entitled Dudes In The Evant of Occurrence, Offense, Clalm or Sult ls amended with the addition of the followlng: N!y addltlonaJ Insured pursuant to this endorsement wm es soon as practicable: 1. give the Insurer .written notice of any claim, or any occurrence or offense which may result In a clalm; 2. except as provided In Paragraph rv. of this endorsement, agree to make avallable any other Insurance the additional Insured has for any loss covered under this coverage part; 3. send the Insurer copies of an legal papers received, and otherwise cooperate wtth the Insurer In the Investigation, defense, or settlement of the claim; and I 4. tender the defense and Indemnity of any claim to any other Insurer or self Insurer whose poUcy or program applies to a loss that the fnatJrer covers under this coverage part. However, If the wrttten contract requires this Insurance to be primary and non-contributory, this paragraph (4) does not apply to lnaurance on which the addltlonal Insured Is a named Insured. The Insurer has no duty to defend or Indemnify an additional Insured under this endorsement until the Insurer receives written noUce of a claim from the additional Insured. VI. Solely wtth respect to the Insurance granted by !his endorsement, the section entitied DEFINITIONS Is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or Of'QSnlzatlon an addltlonal Insured on this eoverage part, provided the contract or agreement A. Is currently In effect or becomes effective durtng the term of this pollcy. and B. was executed prior to: 1. the bodlly Injury or property damage; or 2. the offense that caused the personal and advertising Injury for which the addltlonal Insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Polley remain unchanged. This endorsement, which forms e part of and Is for attachment to the Polley issued by the designated Insurers, takes effect on the effective date of aald Poncy at the hour stated In said Policy, unless another effective date Is shown below, and expires concurrently with said Polley. CNA75079XX (1·15) Page 2 of 2 VALLEY FORGE INSURANCE COMPANY Insured Name: HALFF ASSOCIATES, INC. Polley No: 6049909053 Endorsement No: 7 Effective Date: 01/12/2017 eNA CNA PARAMOUNT Blanket Addltional Insured • Owners, Lessees or Contractors .. with Products.Completed Operations Coverage Endorsement Thia endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It Is undar6tood and agreed as follows: l. The WHO IS AN INSURED section Is amended to add as an Insured any person or organization whom the Named Insured Is ntqulred by written contract to add as an addltional Insured on this coverage part, Including any sueh person or organization, If any, speclflcally set forth on the Schedule attachment to thls endorsement However, such person or organization Is an Insured only with respect to such person or organization's llablllty for: A. unJess paragraph B. below appnea, 1. bodily Injury, property damage, or personal and advertfslng Injury caused In Whole or In part by the acts or omlaslons by or on behalf of the Named Insured and In the performance of such Named fnsurad 11 ongofng operations as spedfled In 8UCh written contract; or 2. bodily Injury or property damage caused In whole or In part by your work and lncfuded In the products- complated opemttons hazard, and only If a. the wrttten contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides auch coverage. B. bodily fnjury, property damage, or personal and advertJslng Injury arlslng out of your work descflbed In such written contract, but onty It. 1. this coverage part provides coverage for bodlly Injury or property damage Included within the products completed opemUona hazard; and 2. the written contract speclfically requires the Named Insured to provide additional Insured coverage under the 11-85 or 10-01 edition of CG201 O or the 10-01 edition of CG2037. II. Subject always to the terms and condttlons of this poDcy, Including the llmlts of insurance, the Insurer will not provide such additional Insured with: A. coverage broader than required by the wrttten contract; or B. a higher Omit of Insurance than required by the written contract. tu. The Insurance granted by thJs endorsement to the additional Insured does not apply to bodily Injury, property damage, or personal and adverttslng Injury arising out of: A. the rendering of, or the failure to render, any professlonaJ architectural, engineering, or surveying services , lncfudlng: 1. the preparing , approving , or falllng to prepare or approve maps, shop drawings, opinions, reports, surveys , field orders, change orders or drawings and specifications; and 2. supervisory, Inspection, architectural or engineering activities; or e. any premises or work for which the add"tttonal Insured Is spedflcalty listed as an additional Insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary In the section eotltled COMMERCIAL GENERAL LIABILITY CONOffiONS, the Condition entitled Other fnsurance, this insurance Is excess of all other Insurance avallable to the addltlonal Insured whether on a primary, excess , contingent or any other basis. However, If this Insurance Is required by written CNA75079XX (M5) Page 1 of2 VALLEY FORGE INSURANCE COMPANY Insured Name: HAL FF ASSOCIATES, !NC. PoHcy No: 6049909053 Endorsement No : 7 Effective Date : 01 /12/2011 Copyrlghl CNAAJ! Rlgllta ~ locildes co~ malaA!! of lnsnnoa Ser.4ces Oft!ce, Inc,~ Its~. ...-------, HALFASl-01 CGOEHRING ACORD. CERTIFICATE OF LIABILITY INSURANCE j---;;An(MMioo/YYYYJ ~ L 0111a12010 THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIF ICATE DOES NOT AFF IRMATIVELY OR NEGATIVELY AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW . THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. ----·--------- IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED , the policy(les) must have ADDITIONAL INSURED provisions or be endorsed . If SUBROGATION IS WAIVED, subject to the tenTis and conditions of the policy , certain policies may requ ire an endorsement. A statement on ~lsce~fi~~doosn~con~r~h~~~e~rtmc~~~-ld_e_r_i_n_fi_e_u_o_f_s~u~c_h _e_n_d_o_rs~e_m_e~n_q_s~)·_~~-----------------i PRoouceR I ~2ti!~cr Candy Goehring --·----~~---------1 Bell Insurance Group I r.&.1o , Ext): (972) 581-4915 fffc ... No}:(972) 581-4916 16980 Dallas Parkway ,,_ ·---·o--'---'-'--.,.--'7----,=-o---:-:---------'~ Suite 210 L~il'.1&s_~goehrln~@.be119roup_._co_m _____ . Dallas, TX 75248 I 1NSURER LSJ AFFORDING COVERAGE I NAJC • INSURED ·--------------------+='N=SU R_E..~_A : Val!~ Forge· l~~-.---£_:.jQ !f9_5::....:0:....::8'----.; J!!.~.\lf1ERB :National Fire ln§_!....G.9, A-X \) !2047.~8 __ --i Halff Associates, Inc . 1201 N. Bowser Richardson, TX 75081 _)_!:!SURE R c: Continental c~.~.1=1.~J!y_ComQany_A30J. 120443 ---~!t_Q.: Al!!~!,__~asuaLty Co of ReadingPA ft ,2(T1212-Q:427 ~.\!E.!i~.e : I ronshore Specialtyj!}~_<;_o ft )(I .J 2541_5 ___ , [1NSURER F ! -------·---·-------------------~---------------------__ __, COVERAG ES CERTIFICATE NUMBER: REVISION NUMBER · THIS IS TO CE RTIFY THAT THE POLICIES O F INSURANCE LISTED BELOW HAV E BEE N ISSUED TO THE INSURE D NAMED ABOVE FOR THE POLIC Y PERIOD INDICATED. NOTWITHSTAN DING ANY REQ UIREMENT. TERM OR CONDITION OF ANY CO NT RACT OR OTHER DOCUMENT WI T H RESPECT TO VVHICH THI S C ER TIFIC ATE MAY BE ISSU ED OR MAY PERTAIN , THE IN SURANCE AFFORDED BY THE POLICIES DESCR IBE D HEREIN IS SUBJECT TO ALL THE TERM S, EXCLUSIONS AN D CONDITIO NS OF SUCH POLICIES LIMITS SHO WN MAY HAVE BEEN REDUCED BY PAID C LAIMS. _______________ -i iN,j!I TYPE OF INSU"."CE •A00crsuaR : PO LIC Y NUMDE~----1 POLICY EFF ··r· POLICY EXP 1 Ll"ITS ..i..u:....'"-----'--'::..:..;..:_:_.::..:..:."".:_c..:.".::..:..:.----+"'"""'-"'01;Y.iYD< . !M M/PDIYVY)'l muinnr M A ~~MERCIAI. GENERAL LIABILITY I I E!\.Gf!.9C_C.!,J RRENCE __ L~ 1 ,000,000 .. ClAIM S·MADE ~.~OCC UR 6049909053 0711212017 0711212018 [~1~~4i~H?E~~l~.Ot"l ls 1,000,0<fo -----·-······ m-------·-·-mrn_m __ ,________ r-:1::s~:A':~~:~-~;~~:~ I: To~~:~~~ ·-~~~!~-;~:~~~;:~~-:~~~-~~!;~-;:;;--~-~~E-;.,~ :;,~~~r;----2-,000,000 =·~·: ::::. ~lr~tU~~··d ~~ PRODUCT$· COMPJQ~A Gt,. . ~,000 ,0 ?_~ a-··---· . I COMBINED SING LE LIM IT I --1 ooo""' I ~.UTOMOBILE LIABILITY ,_(f .O_C.~~ir1~.o!l ,_$ • 00,\.....,.i X ANY AUTO !6049909036 07/12/2017 07/12/2016 BO DILYl N JURYll'e rJ>.!!!.s~ Is OWNE D ., ...... SC H!;DU LED ·-i--'1 ~------ -, AUTOS ONL Y _ AUT OS BODILY IN~UR:t_(P_!l"._~ccidon!JJ~S. ________ 1 x ~LF!ffi's ONL y -~ ~Bro~~~~ ! J~~;~~~AMA GE f ·: -·~ C .~ . uMeRELLA UAR ~-occuR~ ,. J -f=occuR R EN CE Ls 5,000,000 excess LIAB CLAIM S-MADE 1 1 so49909010 om 212011 om 212010 ~~~;--·· · --r~-----sJioo~oo ---;-~i-;~;;;---fo,ooo _ --·------1 ~ D WORKERSCOMPENSATION I-T'-----··1· x PER T I -· ..... 1...,\?=~H---~------< AND EMPLOYERS' LIABlll T'( y IN [.E_J___J _r, --- ANY PROPHIETOR/PARTNERIEXECUT I VE [·-N l N I A '16049909067 07/12/20. 17 07/12/2018 EL. EACH A CCIDE NT I S 1,000,000 O F FICE R/MEM BER EXCLUOED" -----·---·-----!-. ----· (Mondatory In NH) --!'.J , •. PISEASE. EA EMl'LQYE!;ll-~ 1 ,000,000 tr ye,. desCt•be vnder 1 000 000 DESC RIPTIO N OF OPE RATIO NS ~lo ~---+---+ E.l. DI SE ASE. POLICY LIM IT $ ' • E Professional Llab. F2091903 07112/2017 of/1212018 Per Claim 1,000,000 E Claims Made 1002091903 07112/2017 07/12/2018 Aggregate 1,000,000 DESCRIPTION OF.OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Addltlonel Remarb Schedule, may be attached If more 11>1ce Is required) RE : AVO : 33837 ; City of Colloge Station ls Included as additional Insured as respects general and auto llablllty If required by written contract. GL and auto HO primary non contri butory If required by written contract Waiver of subrogation applies to tho same as respects generl and auto llablllty and worker'S compensation If required by written contract . Professional Retro date 7 -1-50 . 30 day notice of cancellation applies except 10 days non pay . Fonns attached . -----------------------------·-------------------' _g.~E~R~T~IF~IC~A~T~E~H~Q~L=D~E=R~--------------~C_ANCELLATIQt-1~------------------. City of College Station Attn: Raquel Gonzalez SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED I ACCORDANCE WITH THE POLICY PROVISIONS. College Station TX 77842 AU THORIZ EO REPRESENTATIVE P.O. Bo9960 ~ ~-------------· ____ __.__/_'f_C,_:fA-_~_:~-'------·---------··---- f>.CORD 25 (2016/03) © 1988·2015 ACORD CORPORATION. All rights reserved . The ACORD name and logo are registered marks of ACORD during the duration of the project; (4) obtainfiwn each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivmy, within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (a) -(g), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of Se/f- lnsurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the governmental entity. " Contract No. 18300210 A&E Professional Services Contract -Construction CRC 1-22-18 with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The Contractor shall retain all required certificates of coverage/or the duration of the project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 calendar days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. H . The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Division of Workers Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: Contract No. 1eaoo210 (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on · the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends A&E Professional Services Contract -Constrnction CRC 1-22-18 ·i C. Pursuant to the explicit te1ms of Title 28) Section l 10.l IO(c)(7) of the Texas Administrative Code, this Contract, the bid specifications, this Contract, and all subcontracts on this Project must include the terms and conditions set fo11h below, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: "A. Definitions: B. Certificate of coverage ("certificate'~ -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Division of Workers Compensation, or a coverage agreement (DWC-81, DWC-83, or DWC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractors" in§ 406.096 [of the Texas Labor Code]) -includes all persons or entities peiforming all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and.filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401. 011 ( 44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage Contract No . 1930021o A&E Professional Services Contract -Construction CRC 1-22-lg C. No coverage shall be excluded from the standard policy without notification of individual exclusions being attached for review and acceptance . D . The coverage shall not exclude premises/operations; independent contracts, products/completed operations, contractual liability (insuring the indemnity provided herein), and where exposures exist, Explosion Collapse and Underground coverage. E. The City shall be included as an additional insured and the policy shall be endorsed to waive subrogation and to be primary and non-contributory. V. Business Automobile Liability requirements: A. Coverage shall be written by a canier rated "A:VIII" or better in accordance with the current. A . M. Best Key Rating Guide . B. Minimum Combined Single Limit of $1,000,000 per occunence for bodily injury and property damage. C. The Business Auto Policy must show Symbol 1 in the Covered Autos p01tion of the liability section in Item 2 of the declarations page. D. The coverage shall include owned autos , leased or rented autos, non-owned autos, any autos and hired autos. VI. Workers' Compensation Insurance requirements : A. Pursuant to the requirements set forth in Title 28, Section 110.110 of the Texas Administrative Code, all employees of the Consultant, the Consultant, all employees of any and all subcontractors, and all other petsons providing services on the Project must be covered by a workers' compensation insurance policy: either directly through their employer's policy (the Consultant's, or subcontractor's policy) or through an executed coverage agreement on an approved Texas Department oflnsurance Division of Workers Compensation (DWC) form . Accordingly, if a subcontractor does not have his or her own policy and a coverage agreement is used, Consultants and subcontractors must use that portion of the form whereby the hiring contractor agrees to provide coverage to the employees of the subcontractor. The portion of the form that would otherwise allow them not to provide coverage for the employees of an independent contractor may not be used. B. The workers' compensation insurance shall include the following terms: 1. Employer's Liability limits of $1,000,000 for each accident is required. 2. "Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04" shall be included in this policy. 3. Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: All States except those listed in Item 3A and the States ofNV, ND, OH, WA, WV, and WY. Contract No . 1a300210 A&E Professional Services Contract -Construction CRC 1-22-18 EXHIBITC INSURANCE REQUIREMENTS During the te1m of this Contract, all Consultant's insurance policies shall meet the following requirements: I. Standard Insurance Policies Required: A. Commercial General Liability B. Business Automobile Liability C. Workers' Compensation D . Professional Liability II. For each of these policies, the Consultant's insurance coverage shall be primary insurance with respect to the City, its officials, agents, employees and volunteers. Any self-insurance or insurance policies maintained by the City, its officials, agents, employees and volunteers, shall be considered in excess of the Consultant's insurance and shall not contribute to it. No term or provision of the indemnification provided by the Consultant to the City pursuant to this Contract shall be construed or interpreted as limiting or othe1wise affecting the terms of the insurance coverage. All Certificates of Insurance and endorsements shall be furnished to the City's Representative at the time of execution of this Contract, attached hereto as Exhibit D, and approved by the City before any letter of authorization to commence will issue or any work on the Project commences. III. Gener al Requirements Applicable to All Policies A. Only licensed insurance carriers authorized to do business in the State of Texas will be accepted. B. Deductibles shall be listed on the Certificate of Insurance. C . "Claims made" policies will not be accepted, except for Professional Liability insurance. D. Coverage shall not be suspended, voided, canceled, or reduced in coverage or in limits of liability except after thirty (30) calendar days prior written notice has been given to the City of College Station. E. The Certificates of Insurance shall be prepared and executed by the insurance carrier or its authorized agent on the most current State of Texas Department of Insurance-approved foims . IV. Commercial (General) Liability requirements: A. Coverage shall be written by a carrier rated "A: VIII" or better in accordance with the current A. M. Best Key Rating Guide. B. Minimum Limit of$1,000,000 per occmTence for bodily injury and property damage with a $2,000,000 annual aggregate. Contract No . 19300210 A&E Professional Services Contract -Construction CRC 1-22-18 EXHIBITB PAYMENT TERMS D Compe~sation is based on actual hours of work/time devoted to providing the described professional services. The Consultant will be paid at a rate of$ per hour, or at the rates per service or employee shown below. The City will reimburse the Consultant for actual, non-salary expenses at the rate of percent (. __ %) above the Consultant's actual costs, or at the rates set forth below. Unless amended by a duly authorized written change order, the total payment for all invoices on this job, including both salary and non- salary expenses, shall not exceed the amount set forth in paragraph 2.01 of this Contract: ($ ______ __, The Consultant must submit mo11t!Jly invoices to the City, accompanied by an explanation of charges, professional fees, services, and expenses. The City will pay such invoices according to its normal payment procedures. [2J Payment is a fixed fee in the amount listed in paragraph 2.01 of this Contract. Tb is amount shall be payable by the City pursuant to the schedule listed below and upon completion of the services and written acceptance by the City. The Consultant may submit monthly invoices to the City, accompanied by an explanation of charges, professional fees, services, and expenses . The City will pay such invoices according to its normal payment procedures. Schedule of Payment for each phase: Task 1: Project Management. ....................... $4,510.00 Task 2 : Data Collection ................................ $10,3 77 .00 Task 3: Parking Lot and Trailhead Design .... $23,209.00 Task 4: Construction Phase Services ............ $18,598.50 Total: $56,694.50 Contract No . 1a300210 A&E Professional Services Contract -Construction CRC 1-22-18 ASSUMPTIONS/EXCLUSIONS: • Project will not require city site development permit • Subm ittals will include prelim site layouts, 50% complete plans, 90% plans & specifications, and Final Constructi on Documents . • Site design excludes structural retaining walls • Assumes rest area , trailhead, wayfinding, and monument des ign drawings will be reused from the Greenway project except that a prefabricated shade structure will be specified, and site specific structural design provided • Directi onal signage on the street is excluded (would be part of Lakeway Drive design) • Water for fountain wou l d be a 2" service line to be connected from the street • Env ironmental excludes resource agency coordination (USACE, THC, USFWS, TPWD, etc) • TDLR registration, RAS r ev iew, and inspection is not anticipated and is excluded (though site will be d TAS es) • Excludes con tr tion ins ection serv ices • Exclud s storm water detention, I ndscap i ng, i rr igat ion, electri cal , bathroom , and sewer design • Schedule is. based on cwee c y review t i mes ; longer review times may affect the completion date • Fees 'tor permit, bid advert isement, or other items would be responsibil ity of the City 3 of 4 Ill HALFF . ••• Task 3: Parking lot and trailhead design i) Site civil design includes: • Concrete access drive from Lakeway Drive to the substation, des igned for heavy/truck loading per CSU requirements • Gate on access drive beyond the parking lot; gate type and specifications to be provided by CSU for inclusion in bid documents • Working with in-house trai l planners to recommend a number of parking spaces for the trailhead based on anticipated usage and available budget • Typical sections for concrete paving of parking lot and access drive • Grading, paving, and striping plans for access road, parking lot, and sidewalk • 2" Water line to water founta i n (assumes the serv ice connection to the main will be constructed as part of the Lakeway Drive project) • Project specifications and bid manual • Use of B/CS standard details for typical items ii) Hardscape and amenities • Will provide site gateway signage and monument details from Lick Creek Greenway • Will specify a prefabricated shade structure (as: an additive alternate, so can be included if budget allows) • Locate sidewalks, trailhead, wayfinding station, and one drinking fountain • Will specify one solar powered light standard (as an additive alternate, so can be included if budget allows) iii) Structural details • Engineer will provide site specific foundation designs for gateway sign & monument Task 4: Construction Phase Services i) Bid Phase Services -Engineer will: • Respond to questions during b id phase • Review and tabulate bids from contractors ii) Construction Administration -Engineer will : • Attend one pre-construction meeting at the city • Make two (2) site visits during construction to observe progress • Respond to up to three (3) RF ls • Review up to eight {8) submittals/shop drawings • Review pay applications and change orders • Will visit site after substantial completion for a walk-through and prepare a punchlist of items for contractor to handle before release of retainage iii) Construction Materials Testing {CMT) • Services to be provided by 'CME Testing and Engineering, Inc' 2 of 4 !!! HALFF. LICK CREEK TRAILHEAD AND PARKING LOT CITY OF COLLEGE STATION, TEXAS Project Description Th is project is for the design of a new access drive, parking lot, sidewalk connect io n to, and trailhead to Lick Creek Greenway Trail. The parking lot will be situated on city property on the south side of the CSU sub -station along Lakeway Drive extension project (currently under construction). The parking lot w ill be designed to provide between 10 and 20 spaces (as many spaces as feas i ble within ava i lable budget ($284,792 programmed, inclusive of construction and professiona l services). The access drive will tie to the driveway planned at station 53+90 in the Lakeway Drive plans . The site design will include approximately 200 linear feet of sidewalk to connect the parking lot to the Lakeway Drive sidewalk . See attached Layout. BASE SERVICES Task 1: Project Management i) Project management, records management, and general coordination ii) Monthly reporting and invoicing iii) Project meetings Task 2: Data Acquisition i) Field Surveying • On the ground survey for proposed parking area and trail connection • Services to be provided by 'McClure & Browne Engineering/Survey ing, Inc.' ii) Geotechnical boring and recommendations • This will include drilling one (1) 20 -foot boring • A geotechnical report will be generated which will detail the results of the investigation . The report will also provide paving recommendations and foundation recommendations for the monument • Services to be provided by 'CME Testing and Engineering, Inc' iii) Environmental due diligence and letter report • Limited Environmental Constraints Assessment • Includes the evaluation of waters of the US, threatened and endangered species, and historical/cultural significant sites . A letter report will be generated documenting the findings -to be provided by 'CME Test i ng and Engineering, Inc' Ill HALFF. Contract No . 19300210 EXHIBIT A SCOPE OF SERVICES A&E Professional Services Contract -Construction CRC 1-22-l8 List of Exhibits A. Scope of Services B. Payment Schedule C. Insurance Requirements D. Certificates of Insurance HalffAssociates, Inc. Printed Name :..=E::.:ri:::.c .:..:R=at=zm::.::a:.:;;n;__ _____ _ Title: Senior Project Engineer Date: Contract No. 18300210 A&E Professional Services Contract -Const111ction CRC 1-22-18 City Manager Date: !2. '/;3 '/g y Attorney t Date: fJ.. J B / 1$ ia Manager/CFO -8 "f] Page 14 written, construed, and enforced as so limited. 14.07 The Consultant, its agents, employees, and subcontractors must comply with all applicable federal and state laws, the charter and ordinances of the City of College Station, and with all" applicable rules and regulations promulgated by local, state, and national boards, bureaus, and agencies. The Consultant must obtain all necessary pennits and licenses required in completing the services required by this Contract. 14.08 The parties acknowledge that they have read, understood, and intend to be bound by the terms and conditions of this Contract. If there is a conflict between a provision in any documents provided by Consultant made a part of this Contract and any other provision in this Contract, the latter controls . 14.09 This Contract will be effective when signed by the last party whose signing makes the Contract fully executed . 14.10 Notice of Indemnification. City and Consultant hereby acknowledge and agree that this Contract contains certain indemnification obligations and covenants. 14.11 Verification No Boycott Is1·ael. To the extent this Contract is considered a contract for goods or services subject to §2270 .002 Texas Government Code, Consultant verifies that it i) does not boycott Israel and ii) will not boycott Israel during the term of this Contract. Contract No. 18300210 A&E Professional Services Contract -Constmction CRC 1-22-18 Page 13 ARTICLE IV MISCELLANEOUS TERMS 14.01 This Contract has been made under and shall be governed by the laws of the State of Texas. The parties agree that perfo1mance and all matters related thereto shall be in Brazos County, Texas. 14.02 Notices shall be mailed to the addresses designated herein or as may be designated in writing by the parties from time to time and shall be deemed received when sent postage prepaid U.S. Mail to the following addresses: City of College Station Attn: Raguel Gonzales, PE POBOX9960 1101 Texas Ave College Station, TX 7784 2 _ra-=g'-on_z_al_es ___ @cstx.gov .. Consultua t Attn: Eric Ratzman, PE Halff Associates, Inc . 9500 Amberglen Blvd. Bldg F, Suite 125 Austin, Texas 78729 14.03 No action or failure to act by the City shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach there under, except as may be specifically agreed in writing. No waiver of any provision of the Contract shall be of any force or effect, unless such waiver is in ·writing, expressly stating to be a waiver of a specified provision of the Contract and is signed by the party to be bound thereby. In addition, no waiver by either party hereto of any term or condition of this Contract shall be deemed or construed to be a waiver of any other term or condition or subsequent waiver of the same term or condition and shall not in any way limit or waive that party's right · thereafter to enforce or compel strict compliance with the Contract or any portion or provision or right under the Contract. 14.04 This Contract represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may only be amended by written instrument approved and executed by the parties. 14.05 This Contract and all rights and obligations contained herein may not be assigned by the Consultant wit hout the prior written approval of the City. 14.06 If any provision of this Contract shall be held to be invalid or unenforceable for any reason, the remaining provisions shall continue to be valid and enforceable. If a court of competent jurisdiction finds that any provision of this Contract is invalid or unenforceable, but that by limiting such provision it may become valid and enforceable, then such provision shall be deemed to be Contract No. 18300270 A&E Professional Services Contract -Construction CRC 1-22-18 Page 12 12.03 Consultant shall not seek to invalidate, attack, or otherwise do anything either by act of omission or commission which might impair, violate, or infringe the title and rights assigned to City by Consultant in this Article 12 of the Contract. 12.04 The documents prepared by Consultant may be used as a prototype for other facilities by the City. The City may elect to use the Consultant to perform the site adaptation and other architectural or engineeling services involved in reuse of the prototype. If so, the Consultant is obligated to perfmm the work for an additional compensation that will fairly compensate the Consultant and its sub-consultants only for the additional work involved. It is reasonable to expect that the fair additional compensation will be significantly less than the fee provided for under this Contract. If the City elects to employ a different architect or engineer to perform the site adaptation and other architectural or engineering services involved in reuse of the prototype, that architect or engineer will be entitled to use Consultant's sub-consultants on the same basis that Consultant would have been entitled to use them for the work on the reuse of the prototype, and such architect or engineer will be entitled, to the extent allowed by law, to duplicate the design and review and refer to the construction documents, approved shop drawings and calculations, and change order drawings in performing its work. The Consultant will not be responsible for errors and omissions of a subsequent architect or engineer. The Consultant shall commit its subconsultants to the terms of this subparagraph. The provisions of this section shall survive tennination of this Contract. 12.05 In the event oftennination of this Contract for any reason, the City shall receive all Work Product and original documents prepared to the date of termination and shall have the right to use those documents and any reproductions in any way necessary to complete the Project. 12.06 Only the details of the drawings relating to this Project may be used by the Consultant on other projects, bnt they shall not be used as a whole without written authorization by the City. The City-furnished forms, conditions, and other written documents shall not be used on other projects by the Consultant. ARTICLE XIIl TERMINATION 13.01 The City may terminate this Contract at any time upon thirty (30) calendar days written notice. Upon the Consultant's receipt of such notice, the Consultant shall cease work immediately. The Consultant shall be compensated for the services satisfactorily performed prior to the termination date. 13.02 If, through any cause, the Consultant fails to fulfill its obligations under this Contract, or if the Consultant violates any of the agreements of this Contract, the City has the right to terminate this Contract by giving the Consultant five (S) calendar days written notice. The Consultant will be compensated for the services satisfactorily petformed prior to the tennination date. 13.03 No term or provision of this Contract shall be construed to relieve the Consultant ofliability to the City for damages sustained by the City because of any breach of contract and/or negligence by the Consultant. The City may withhold payments to the Consultant for the purpose of setoff until the exact amount of damages due the City from the Consultant is dete1mined and paid. Contract No. 13300210 A&E Professional Services Contract -Construction CRC 1-22-18 Page 11 ·~ Both the City and the Consultant expressly intend that this release shall apply regardless of whether said claims, demands, and causes of action are covered, in whole or in part, by insurance and in the event of injury, sickness, death, loss, or damage suffered by the Consultant or its employees, but not otherwise, this release shall apply regardless of whether such loss, damage, injury, or death was caused in whole or in part by the City, any other party released hereunder, the Consultant, or any third party. 10.07 It is agreed with respect to any legal limitations now or hereafter in effect and affecting the validity or enforceability of the indemnification, release or other obligations under Paragraphs 10.05 and 10.06, such legal limitations are made a part of the obligations and shall operate to amend same to the minimum extent necessary to bring the provision(s) into conformity with the requirements of such Urnitations, and as so modified, the obligations set forth therein shall continue in full force and effect. ARTICLE XI INSURANCE The Consultant shall procure and maintain at its sole cost and expense for the duration of this Contract insurance against claims for injuries to persons or damages to prope11y that may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, volunteers, employees or subcontractors. The policies, limits and endorsements required are as set forth on Exhibit C. ARTICLE XII USE OF DRAWINGS, SPECIFICATIONS AND OTHER DOCUMENTS 12.01 Any and all drawings , specifications and other documents prepared, furn ished, or both prepared and furnished by Consultant or any Subconsultant or other designer contracted under Consultant pursuant to this Contract (including, without limitation, the Construction Documents) (''Work Product"), shall be the exclusive property of the City, whether the Project is completed or not. Upon completion or termination of this Contract, Consultant shall promptly deliver to the City all records, notes , data, memoranda, models, and equipment of any nature that are within Consultant 's possession or control and that are the Citis property or relate to the City or its business . The City shall be furn i shed and permitted to retain reproducible copies and electronic versions of Consultant's Work Product and related documents and information relating to the Project. 12.02 Consultant warrants to City that (i) Consultant has the full power and authority to enter into this Agreement, (ii) Consultant has not previously assigned, transferred or otherwise encumbered the rights conveyed herein, (iii) Work Product is an original work of authorship created by Consultant's employees during the course of their employment by Consultant, and does not infringe on any copyright, patent, trademark, trade secret, contractual right, or any other proprietary right of any person or entity, (iv) Consultant has not published the Work Product (including any derivative works) or any portion thereof outside of the United States , and (v) to the best of the Consultant's knowledge, no other person or entity, except City, has any claim of any right, title, or interest in or to the Work Product. Contract No .1saoo2 10 A&E Profess ional Services Contract -Construct ion CRC 1-22-18 Page 10 persons, as well as its personal property, while in the vicinity of the Project or any of the work being done on or for the Project. It is expressly understood and agreed that the City shall not be liable or responsible for the negligence of the Consultant, its officers, employees, agents, subcontractors, invitees, licensees, and other persons. 10.05 Indemnity. 10.05.1 To the fullest extent permitted by law, Consultant agrees to indemnify and hold harmless the City, its Council members, officials, officers, agents, employees, and volunteers (separately and collectively ref erred to in this paragraph as "Indemnitee") from and against all claims, damages losses and expenses (including but not limited to attorney's fees) arising out of or resulting from any negligent act, error or omission, intentional tort or willful misconduct, intellectual property infringement or including failure to pay a subconsultant, subcontractor, or supplier pursuant to this agreement by Consultant, its employees, subcontractors, subconsultants, or others for whom Consultant may be legally liable ("Consultant Parties"), but only to the extent caused in whole or in pa1·t by the Consultant Parties. IF THE CLAIMS, ETC. ARE CAUSED IN PART BY CONS'lJLTANT PARTIES, AND ALSO IN PART BY THE NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY OR ALL OF THE INDEMNITEES OR ANY OTHER THIRD PARTY, THEN CONSULTANT SHALL ONLY INDEMNIFY ON A COMPARATIVE BASIS, AND ONLY FOR THE AMOUNT FOR '1VHICH CONSULTANT PARTIES ARE FOUND LIABLE AND NOT FOR ANY AMOUNT FOR WHICH ANY OR ALL INDEMNITEES OR OTHER THIRD PARTIES ARE LIABLE. 10.05.2 To the fullest extent permitted by law, Consultant agrees to defend the Indemnitees where the indemnifiable acts listed in section 10.05.1 above occur outside the course of performance of professional services (i.e. non-professional services) and the claim is not based wholly or partly on the negligence of, fault of, or breach of contract by the governmental agency, the agency's agent, employee, or other entity over which the governmental agency exercises control, other than the Consultant or Consultant Parties. 10.05.3 Consultant shall procure liability insurance covering its obligations under this section. 10.05.4 It is mutually understood and agreed that the indemnification provided for in this section 10.05 shall indefinitely survive any expiration, completion or termination of this agreement. 10.06 Release. The Consultant releases, relinquishes, and discharges the City, its Council members, officials, officers, agents, employees, and volunteers from all claims, demands, and causes of action of every kind and character, including the cost of defense thereof~ for any injury to, sickness or death of the Consultant or its employees and any loss of or damage to any property of the Consultant or its employees that is caused by or alleged to be caused by, arises out of, or is in connection with the Consultant's work to be performed hereunder. Contract No. 19300210 A&E Professional Services Contract -Construction . CRC 1-22-18 Page 9 mylar record drawings that clearly show all the changes made during the construction process, based upon the marked-up prints, drawings, and other data furnished by the construction contractor to the Consultant. The Consultant shall provide copies of Work Product including documents, computer files if available, surveys, notes, and tracings used or prepared by the Consultant. The foregoing documentation, the Consultant's Work Product, and other information in the Consultant's possession concerning the Project shall be the property of the City from the time of preparation. The Consultant shall furnish one · set of digital files representing the final record drawings. ARTICLEX WARRANTY, INDEMNIFICATION & RELEASE 10.01 As an experienced and qualified design professional, the Consultant warrants that the information provided by the Consultant reflects the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license . The Consultant wanants that the design preparation of drawings, the designation or selection of materials and equipment, the selection and supervision of personnel, and the perf 01mance of all other services under this Contract are performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the sarrie or similar circumstances and professional license. Approval of the City shall not constitute, or be deemed, a release of the responsibility and liability of the Consultant, its employees, agents, or associates for the exercise of skill and diligence to promote the accuracy and competency of their Work Product or any other document, nor shall the City's approval be deemed to be the assumption of responsibility by the City for any defect or error in the aforesaid documents prepared by the Consultant, its employees, associates, agents, or subcontractors. 10.02 The Consultant shall promptly correct any defective Work Product, including designs or specifications, furnished by the Consultant at no cost to the City. The City's approval, acceptance, use of, or payment for, all or any part of the Consultant's services hereunder or of the Project itself shall in no way alt~r the Consultant's obligations or the City's rights hereunder. 10.03 In all activities or services performed hereunder, the Consultant is an independent contractor and not an agent or employee of the City. The Consultant and its employees are not the · agents, servants, or employees of the City. As an independent contractor, the Consultant shall be responsible for the professional services and the final Work Product contemplated under this Contract. Except for materials furnished by the City, the Consultant shall supply all materials, equipment, and labor required fo r the professional services to be provided under this Contract. The Consultant shall have ultimate control over the execution of the services it is to provide under this Contract. The Consultant shall have the sole obligation to employ, direct, control, supervise, manage, discharge, and compensate all of its employees or subcontractors, and the City shall have no control of or supervision over the employees of the Consultant or any of the Consultant's subcontractors. i0.04 The Consultant must at all times exercise reasonable precautions on behalf of, and be solely responsible for, the safety of its officers, employees, agents, subcontractors, licensees, and other Contract No . 1a300210 A&E Professional Services Contract -Construction CRC 1-22-18 Page 8 8.10 The Consultant shall conduct at least one on-site inspection during the warranty period and shall report to the City as to the continued acceptability of the wor k. 8.11 The Consultant shall not execute change orders on behalf of the City or othe1wise alter the financial scope of the Project without an advance, written authorization from the City. 8.12 The Consultant shall perfonn all of its duties under this Article VIII so as to not cause any delay in the progress of construction of the Project. 8.13 The Consultant shall assist the constrnction ~ontractor and City in obtaining a Certificate of Occupancy by accompanying governing officials during inspections of the Project. if requested to do so by the City. ARTICLE IX CHANGE ORDERS, DOCUMENTS & MATERIALS 9.01 No changes shall be made, nor will invoices for changes, alterations, modifications, deviations, or extra work or services be recognized or paid except upon the prior written order from authorized personnel of the City. The Consultant shall not execute change orders on behalf of the City or otherwise alter the financial scope of the Project. 9.02 When the original contract amount plus all change orders is $100,000 or less, the City Manager or his delegate may approve the written change orde1· provided the change order does not increase the total amount set forth in the contract to more than $100,000 . For such contracts, when a change ordei· results in a total contract amount that exceeds $100,000, the City Council must approve such change order prior to commencement of the services. 9.03 When the original contract amount plus all change orders is equal to or greater than $100,000, the City Manager or his delegate may approve the written change order provided the change order does not exceed $50,000, and provided the sum of all change orders does not exceed 25% of the original contract amount. For such contracts, when a change order exceeds $50,000 or when the sum of all change orders exceeds 25% of the original contract, the City Council must approve such change order prior to commencement of the services. 9.04 Any request by the Consultant for an increase in the Scope of Services and an increase in the amount listed in paragraph two of this Contract shall be made a:nd approved by the City prior to the Consultant providing such services or the right to payment for such additional services shall be waived. If there is a dispute between the Consultant and the City respecting any service provided or to be provided hereunder by the Consultant, including a dispute as to whether such service is additional to the Scope of Services included in this Contract, the Consultant agrees to continue providing on a timely basis all services to be provided by the Consultant hereunder, including any service as to which there is a dispute. 9.05 The Consultant shall furnish the City Three Q_j sets of plans and specifications. It is hereby agreed that additional copies shall be provided to the City at the City's expense. The Consultant shall provide the City One (_!___) sets of reproducible, Contract No . 18300210 A&E Professional Services Contract -Construction CRC 1-22-18 Page 7 -~ and professional license in d iscovering and promptly reporting to the City any defects or deficiencies in such work and shall disapprove or reject any work failing to conform to the contract documents. 8.04 The Consultant shall review and approve shop drawings and samples, the results of tests and inspections, and other data that each construction contractor or subcontractor is required to provide. The Consultant's review and approval shall include a detem1ination of whether the work complies with all applicable laws, statutes, ordinances and codes and a determination of whether the work, when completed, will be in compliance with the requirements of the contract documents. 8.05 The Consultant shall de termine the acceptability of substitute materials and equipment that may be proposed by construction contractors or subcontractors. The Consultant shall also receive and review maintenance and operating instruction manuals, schedules, guarantees, and certificates of inspection, which are to be assembled by the construction contractor in accordance with the contract documents. 8.06 The Consultant shall issue all instrnctions of the qty to the construction contractor as well as interpretations and clarifications of the contract documents pertaining to the performance of the work. Consultant shall interpret the contract documents and judge the performance thereunder by the contractor constmcting the Project, and Consultant shall, within a reasonable time, render such interpretations and clarifications as it may deem necessary for the proper execution and progress of the work. Consultant shall receive no additional compensation for providing clarification of the .drawings and specifications. 8.07 The Consultant shall review the amounts owing to the construction contractor and recommend to the City, in writin g, payments to the constmction contractor of such amounts. The Consultant's recommendation of payment, being based upon the Consultant's on-site inspections and its experience and qualifications as a design professional, shall constitute a recommendation by the Consultant to the City that the quality of such work is in accordance with the contract documents and that the work ha s progressed to the point reflected in Consultant's recommendation for payment. 8.08 Upon notification from the construction contractor that the Project .is substantially complete, the Consultant shall conduct an inspection of the site to determine if the Project is substantially complete. The Consultant shall prepare a checklist of items that shall be completed prior to final acceptance. Upon notification by the construction contractor that the checklist items designated by the Consultant for completion have been completed, the Consultant shall inspect the Project to verify final completion. 8.09 The Consultant shall not be responsible for the work of the construction contractor or any of its subcontractors, except that the Consultant shall be responsible for the constrnction contractor's schedules or failure to carry out the work in accordance with the contract documents if such failures result from the Consultant's negligent acts or omissions. This provision shall not alter the Consultant's duties to the City arising from the performance of the Consultant's obligations under this Contract. Contract No . 10300210 A&E Professional Services Contract -Construction CRC 1-22-18 Page 6 Final Design of the Project, with the submission of the complete contract documents, and upon request of the City, the Consultant shall meet with City staff and the City Council to present the Final Design of the Project. The Consultant shall provide an explanation of the Final Design, including identification of all material changes and deviations that have taken place from the Preliminary Design Documents and a cost estimate. The Consultant shall verify that, to the best of Consultant's belief, the Project requirements and construction can be completed within the Project budget and schedule. ARTICLE VII BID PREPARATIONS & EVALUATION 7.01 The Consultant shall assist the City in advertising for and obtaining bids or negotiating proposals for the construction of the Project. Upon request, the Consultant shall meet with City staff and the City Council to present, and make recommendations on, the bids submitted for the constmction of the Project. 7.02 The Consultant shall review the constrnction contractors' bids, including subcontractors, suppliers, and other persons required for completion of the Project. The Consultant shall evaluate each bid and provide these evaluations to the City along with a recommendation on each bid. If the lowest bid for the construction of the Project exceeds the final cost estimate set forth in the Final Design of the Project, then the Consultant, at its sole cost and expense, shall revise the construction documents so that the total construction costs of the Project will not exceed the final cost estimate contained in the Final Design of the Project. 7.03 Where substitutions are requested by a construction contractor, the Consultant shall review the substitution requested and shall recommend approval or disapproval of such substitutions. ARTICLE VIII CONSTRUCTION 8.01 The Consultant shall be a representative of, and shall advise and consult with, the City (1) during construction, and (2) at the City's direction from time to time during the correction, or warranty, period described in the construction contract. The Consultant shall have authority to act on behalf of the City only to the extent provided in this Contract unless modified by written instrument. 8.02 The Consultant shall make visits to the site, to inspect the progress and quality of the executed work of the construction contractor and its subcontractors and to dete11nine if such work is proceeding in accordance with the contract documents. The minimum number of site visits and their frequency shall be established by the City and Consultant prior to commencement of construction. Consultant shall periodically review the as-built drawings for accuracy and completeness, and shall report its findings to the City. 8.03 The Consultant shall keep the City informed of the progress and quality of the work. The Consultant shall employ the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances Contract No. 1830027° A&E .Professional Services Contract-Construction CRC 1-22-18 Page5 ··~ pursuant to this Contract. Upon receipt of the letter of authorization to commence Preliminary Design, the Consultant shall m eet with the City for the purpose of dete11nining the extent of any revisions to the Conceptual Design. 5.02 The Consultant shall pr epare the Preliminary Design of the Project, including, but not limited to, the preliminary drawings and specifications and other documents to fix and describe the size and character of the Project as to architectural, structural, mechanical and electrical systems, materials and such other elements as may be appropriate. The Consultant shall submit to the City a detailed estimate of the construction costs of the Project, based on cmTent area, volume, or other unit costs. This estimate shall also indicate both the cost of each category of work involved in constructing the Project and the time required for construction of the Project from commencement to final completion. 5.03 Upon completion of the Preliminary Design of the Project, the Consultant shall so notify ·the City. Upon request the Consultant shall meet with the City staff and City Council to make a presentation of its Preliminary Design of the Project. The Consultant shall provide an explanation of the Preliminary Design, including any material changes and deviations that have taken place from the Conceptual Design, a cost estimate, and shall verify that, to the best of Consultant's belief, the Project requirements and constmction can be completed within the Project budget and schedule. ARTICLE VI FINAL DESIGN 6.01 The City shall direct the Consultant to commence work on the Final Design of the Project by sending to the Consultant a letter of authorization to begin work on the Final Design phase of the Project. Upon receipt of the Letter of Authorization to proceed with Final Design of the Project, the Consultant shall immediately prepare the Final Design, including, but not limited to, the bid documents, contract, drawings, and specifications, to fix and describe the size and character of the Project as to structural, mechanical, and electrical systems, materials, and such other elements as may be appropriate . The Final Design of the Project shall comply \vith all applicable laws, statutes, ordinances, codes and regulations. 6.02 Notwithstanding the City's approval of the Final Design, the Consultant warrants that the Final Design will be sufficient and adequate to fulfill the purposes of the Project. 6.03 The Consultant shall prepare and separately seal the special provisions, the technical · specifications, and bid proposal form(s) in confonnance with the City's current pre-approved, "Standard Form of Construction Agreement" for the construction contract between the City and the constmction contractor. The Consultant hereby agrees that no changes, modifications, supplementations, alterations, or deletions will be made to the City's standard form without the prior written approval of the City. 6.04 The Consultant shall provide the City with complete contract documents sufficient to be adve1tised for bids by the City. The contract documents shall include the design and specifications and other changes that are requi r ed to fulfill the purpose of the Project. Upon completion of the Contract No. 18300210 A&E Professional Services Contract -Construction CRC 1-22-18 Page4 ··~ inconsistency in such services or information. Once notice has been provided to the City, the Consultant shall not proceed without written instruction from the City to do so. 3.07 Consultant's evaluations of the City's project budget and the preliminary estimates of construction cost and detailed estimates of construction cost, represent the Consultant's best judgment as a design professional familiar with the construction industry. 3.08 The construction budget for this Projec~ which is established as a condition of this Contract is $ 287,792 .00 . This construction budget shall not be exceeded unless the amount is changed in writing by the City. ARTICLE IV CONCEPTUAL DESIGN 4.01 Upon the Consultant's receipt from the City of a letter of authorization to commence planning, the Consultant shall meet with the City for the purpose of determining the nature of the Project. The Consultant shall inquire in writing as to the information it believes the City may have in its possession that is necessary for the Consultant's performance. The City shall provide the . information within its possession that it can make available to the Consultant. The City shall designate a representative to act as the contact person on behalf of the City. 4.02 The Consultant shall determine the City's needs with regard to the Project, including, but not limited to, tests, analyses, reports, site evaluations, needs surveys, comparisons with other municipal projects, review of budgetary constraints and other preliminary investigations necessary for the Project. Consultant shall verify the observable existing conditions of the Project and verify any existing as-built drawings. Consultant shall confirm that the Project can be designed and constructed within the time limits outlined in this Contract. Consultant shall prepare a detailed design phase schedule which includes all review and approval periods during the schematic design, design development and construction document phases. Consultant shall confirm that the Project can be designed and constructed for the dollar amount of the Project budget, if applicable. 4.03 The Consultant shall prepare a Conceptual Design that shall include schematic layouts, surveys, sketches and exhibits demonstrating the considerations involved in the Project. The Consultant shall consider environmentally responsible design alternatives, such as material choices and building orientation, together with other considerations based on program and aesthetics, in developing a design that is consistent with the City's Program, the Project Schedule and budget. The Consultant shall reach an understanding with the City regarding the requirements of the Project. The Conceptual Design shall contemplate compliance with all applicable laws, statutes, ordinances, codes and regulations. Upon the City's request, the Consultant shall meet with City staff and . the City Council to make a presentation of its report. ARTICLEV PRELIMINARY DESIGN 5.01 The City shall direct the Consultant to commence work on the Preliminary Design by sending to the Consultant a letter of authorization to begin work on the Preliminary Design Contract No. 18300270 A&E Professional Services Contract -Construction CRC 1-22-18 Page3 3.01.3 Final Design: _14 __ calendar days after authorization to commence final design 3.02 All design work and other professional services provided under this Contract must be completed by the following date: _F_eb_ru_a~ry~28~,_20_1_9 _______ _ 3.03 Time is of the essence of this Contract. The Consultant shall be prepared to provide the professional services in the most expedient and efficient manner possible and with adequate resources and manpower in order to complete the work by the times specified. Promptly after the execution of this Contract, the Consultant shall prepare and submit for the City to approve in writing, a detailed schedule for the perfonnance of the Consultanfs services to meet the Citis project milestone dates, which are included in this Contract. ·The Consultant's schedule shall include allowances for periods of time required for the City's review and for approval of submissions by authorities having jurisdiction over the Project. The time limits established by this schedule over which Consultant has control shall not be exceeded without written approval from the City. In the event that a deadline provided in this Contract is not met by the Consultant, Consultant shall provide the City with a written na1Tative setting forth in a reasonable degree of detail a plan of recovery to overcome or mitigate the delay which may include (i) employing additional people, or (ii) accelerating the work by working longer hours on any portion of the Project that is deemed by the City to be behind schedule ("Recovery Plan"). With the City's approval, Consultant shall execute the Recovery Plan at no additional cost to the City. 3.04 The Consultant's services consist of all of the services required to be performed by Consultant, Consultant's employees and Consultant's sub-consultants under the terms of this Contract. Such services include normal civil, structural, mechanical and electdcal engineering services, plumbing, food service, acoustical and landscape services, and any other design services that are normally or customarily furnished and reasonably necessary for the Project. The Consultant shall contract and employ at its expense sub-consultants necessary for the design of the Project, and such sub-consultants shall be licensed as required by the State of Texas and approved in writing by the City. · 3.05 The Consultant shall designate a principal of the firm reasonably satisfactory to the City who shall, for so long as acceptable to the City, be in charge of Consultant's services to be performed hereunder through to completion, and who shall be available for general consultation throughout the Project. Any replacement of that principal shall be approved in writing (which shall not be unreasonably withheld) by the City, prior to replacement. 3.06 Consultant shall be responsible for the coordination of its services with those of its subconsultants, the City, and the City's consultants, including the coordination of all drawings and design documents relating to Consultant's design and used on the Project, regardless of whether such drawings and documents are prepared by Consultant. Consultant shall be responsible for the completeness and accuracy of all drawings and specifications submitted by or through Consultant and for its compliance with all applicable codes, ordinances, regulations, laws and statutes. Upon receipt from the City, the Consultant shall review the services and information furnished by the City and the City's consultants for accuracy and completeness. The Consultant shall provide prompt written notice to the City if the Consultant becomes aware of any error, omission or Contract No . 18300270 A&E Professional Services Contract -Construction CRC 1-22-18 Page2 . -i CITY OF COLLEGE STATION ARCHITECTS & ENGINEERING PROFESSIONAL SERVICES CONTRACT WITH CONSTRUCTION This Contract is between the City of College Station, a Texas home-rule municipal corporation, (the "City") and Halff Associates, Inc. , a-'T:....;;e;;.;..xa=s ________ _ corporation (the "Consultant"), whereby the Consultant agrees to provide the City with certain professional services as desctibed herein and the City agrees to pay the Consultant for those services. ARTICLE I SCOPE OF SERVICES 1.01 In consideration of the compensation stated in paragraph 2.01 below, the Consultant agrees to provide the City with the professional services as described in Exhibit "A", the Scope of Services, which is incorporated herein by reference for all purposes, and which services may be more generally described as follows: Design and construction phase services for the Lick Creek Hike & Bike Trail Head and Parking Lot (the "Project"). ARTICLE II PAYMENT 2.01 In consideration of the Consultant's provision of the professional services in compliance with all te1ms and conditions of this Contract, the City shall pay the Consultant according to the terms set forth in Exhibit "B". Except in the event of a duly authorized change order, approved by the City as provided in this Contract, the total cost of all professional services provided under this Contract may not exceed fifty-six thousand six-hundred ninety-four and jQ__/100 Dollars ($ 56,694 .50 ). ARTICLE ill TIME OF PERFORMANCE AND CONSTRUCTION COST 3.01 The Consultant shall perform all professional services necessary for the complete design and construction documentation of the Project within the times set forth below and in Section 3.02 . Consultant expressly agrees that such times are as expeditious as is prudent considering the ordinary professional skill and care of a competent engineer or architect. Furthermore, the Consultant shall perform with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar .locality and under the same or similar circumstances and professional license. 3.01.1 Conceptual Design : ~ calendar days after the authorization to commence planning 3.01.2 Preliminary Design: J.Q__ calendar days after authorization to commence PPD Contract No. 18300270 A&E Professional Services Contract -Construction CRC 1-22-18 Page 1 ClTY OF C OLL.l?'.GE STi\TlON Howe ofTtx11; A&,"11 U11i vm·ity' CONTRACT & AGREEMENT ROUTING FORM CONTRACT#: 1830 0270 PROJECT#: ST1711 BID#: ---RFP#: __ _ Project Name I Contract Description: Lick Creek Hike & Bike Trail Head and Parking Lot Project Name of Contractor: Halff Associates, Inc. CONTRACT TOTAL VALUE: $ 56 ,694.50 Debarment Check D Yes [j] No D N/A Section 3 Plan Incl. D Yes [j] No D N/A Grant Funded D Yes [j] No .-----. If yes, what is th e grant numbe r:~! __ __, Davis Bacon Wages Used D Yes D No[:;:] N/ A Buy America Required D Yes D No [;] N/A Transparen.cy Report D Ye s D No [;] N/A [j] NEW CONTRACT 0 RENEWAL# __ 0CHANGEORDER# __ D OTHER ____ _ BUDGETARY AND FINANCIAL INFORMATION (Include number of bids so li ci t ed, number of b ids r eceived, funding source, budget vs . actual cost, summary tabu lation) T his project Is fo r the design and const ruction of a trail head , parking lot adjacent to Lakeway to con nect Lick Creek Greenway Trail , to be adjace nt to Lakeway . / The p roject budget is $284 ,972 from the. Streets Capital Improve ment Projects Fund . CRC Approval Date*: \-1,.1..--\ <g (If required)* Council Approval Date*: _N_}_Pr ___ Agenda Item No*: __ _ e completed by Risk, Purchasing or City Secretary's Office 0 /y - lnsurance Certificates: ---'i. ~--\ Performance Bond:~ ayment Bond: ~ Pr, orm 1295: -~-"--r-1-i I foATE ~ -(f---rcf DATE :::Z ,. I .3 • /£!> DATE - ·--DATE DATE ~riginal(s) sent to CSO oJho /(6' scanned into Laserfiche oflfr o l ( _P-vrfginal(s) sent to Ascal o~~.Jg Memo Date: April 11, 2018 CrTY OF COLLEGE STATION Public Works To: Donald Harmon, P.E. C.F.M. Public Works Director; Chuck Gilman, City Manager From: Raquel Gonzales, P.E. Engineer, Public Works RE: Lick Creek Change Hike and Bike Parking Lot and Trailhead Order #1 This change order is to add work to the original scope of work of the design contract. Please apply all of this change order to Contract# 18300270, PO 18202410, and added account number line 2 10030910-5303. This change order provides additional design services to evaluate two potential sites for the Lick Creek Parking Lot and Trail Head adjacent to the substation on Lakeway. The scope will include a report detailing costs, along with pros and cons for each site. If there is any additional information I can provide, please feel free to contact me at x5091, or ragonzales@cstx.gov. CHANGE RDER NO. P.O.# 18202410 NER: City of College Station P .O. Box 9960 DA E :4/11/2018 Contract No . 8300270 PROJECT:Uck Creek Parking Lot and Trail Head C RA TOR: Ha lff Associates, Inc. 9500 Amberglen Blvd ., Bldg F Suite 125 Colle e Station, Texas 77842 Austin, Texas 78729 Ph : 512-777-4600 P R E OF THIS CHANGE 0 ER : A Provide addltlOnaf services to evaluate and report on 2 potential sites for the parll lng lot. TO 7 ,500 .00 ::i:::;:::::;:t::!::::;:;:;:::::::::::r:::::::::::;:::::::;:::~:::::::::::::;:::::::::;:::::;::::::::::::::::::::;;::::::::::::::::::::::::::::::::::::::::::::::::::=::::::::::::::::::~:::::::::::::::::;:;::!:::;::::;::::::::*::::::::::::::::::::::::::!:::::::::::::::::;::::: ADD: LINE 2 (10030910-5303) $7,500.00 TOTAL CHANGE ORDER ORIGINAL CONTRACT AMOUNT CHANGE ORDER NO . 1 . REVISED CONTRACT AMOUNT ORIGINAL CONTRACT TIME Time Extension No. 1 Revised Contract Time ·. ~: ..... ·· 'I/;;./ e91Jl8 I bate Date Date $7,500.00 $56,694.50 $7,500 .00 $64 ,194 .50 104 Days __ __,, 1 1.,., 1 4 8 ,_.. __ DDays ays 13% CHANGE 13% TOTAL CHANGE 2.1 Field Surveying 2.2 Geo technical 2.3 Environmental 3 .! Site Civil 3 .2 Landscape 3.3 Structural 1:\330 ATTACHMENT 'B' CITY OF COLLEGE STATION LICK CREEK TRAILHEAD -FEE ESTIMATE Pr . t Sr. Project Project Jr Project Project Principal OJec Engineer Engineer Engineer Engineer Manager (SRPE) (PE) (JRPE) (EIT) $295 $257 $191 $155 $129 $114 0 1 0 0 0 0 2 2 TASK2SUBTOTAL 0 0 0 4 0 0 2 4 37\001\Adm in\Contracts\SiteRelocati on-Supp lementa 1#2\LickCree kParkinglot-FeeEst imate ite ) Land Arch Manager·: .. $165 0 0 $135 $88 $93 0 0 0 0 4 4 $78 $84 $62 2 0 0 2 0 0 0 2 2 0 0 H A Lrr A ::>::>UVIA It::>. INl,;. 9500 Ambe rgle n Blvd. Bldg F. Su ~e 125 Austi n. TX 78729 and Subs TOTAL $425 .00 0 $0.00 ~~$T~:0.0 $5 ,625 .00 $5,935 .00 $900 .00 $1,210.00 $350.00 $350.00 0 $6,875.00 jF,~:{f$1:~9Sf(iji $952.00 $3 52 .00 $114.00 0 $0.00 -~1"'ff~j~Uj}oo $375.00 $530.00 0/29/2018 LfCK CREEK TRAILHEAD AND PARKING LOT SITE EVALUA TJON College Station, Texas '*r~ c~~·:~1 ·Co:J n:"STA-rtO '.' 11..--.,:;~.¢--.'f!.:....,.,.-.'!":' DATE: 2016-1G-29 AVO: 33837 EXHIBIT A SCOPE OF SERVICES for Change Order #2 (Contract# 18300270) LICK CREEK TRAILHEAD AND PARKING LOT CITY OF COLLEGE STATION, TEXAS Project Description This project is for the design of a new access drive, parking lot, sidewalk connection to, and trail head to Lick Creek Greenway Trail. The planned parking lot will be relocated to a location adjacent and southeast of the CSU substation (see attached exhibit labeled Option 1). Additional field surveying of this site and updated rates account for most of the cost increase herein. ADDITIONAL SERVICES Task 1: Project Management • Project management, records management, and general coordination Task 2: Data Acquisition • Field survey for proposed parking area and trail connect ion • Services to be provided by 'McClure & Browne Engineering/Surveying, Inc.' • Add itional environmental for a second site visit for 'CME Testing and Engineering, Inc' to evaluate presence or absence of endangered species Task 3: Parking lot and trailhead design • Add itiona l design time required for new site location Task 4: Construction Phase Services • Add iti onal CMT costs due to increased unit rates for testing and administration === HALFF BUHi October 29, 2018 AVO 33837.001 Raquel Gonzales, PE City of College Station, Public Works Department P.O. BOX 9960 College Station, Texas 77842 Sent via email to: ragonzales@cstx.gov 9500 Amberglen Blvd. Building F Suite 125 Austin, Texa s 78729 (512) 777-4600 RE: Lick Creek Parking Lot -Updated scope for new site (ST1711 Change order #2) Dear Ms . Gonzales: Attached is our proposal for additional services required to survey the new site (Option 1) and provide design and construction service for the new parking lot site. We estimate beginning survey work within two weeks of receipt of notice to proceed. Sincerely, HALFF ASS OCIATES, INC. ~~ Eric Ratzman, PE Senior Project Manager Memo Date: January 22, 2019 CIT Y O F COLLEGE ST ATIO N Public W orks To: Donald Harmon, P.E. C.F.M. Public Works Director; Bryan Woods , City Manager From: Raquel Gonzales, P .E. Engineer, Public Works RE: Lick Creek Hike and Bike Parking Lot and Trailhead Change Order#2 This change order is to add work to the original scope of work of the design contract. Please apply all of this change order to Contract# 18300270, PO 18202410, and account number line 1 41399971-6560 . This change order provides additional design services for the Lick Creek Hike and Bike Parking Lot and Trailhead project. After a site evaluation, staff has determined a preferred location that places the parking lot closer to the Lick Creek Hike and Bike Trail. The design will be relocated adjacent to the southeast corner of the substation on Lakeway . The scope will include additional data acquisition as well as additional road and site design . If there is any additional information I can provide , please feel free to contact me at x5091, or ragonzales@cstx.gov . CHANGE O RDER NO . ..J... DATE:12/03/2018 Contract No. 18300270 P.O.# 18202410 PROJECT : LICK CREEK PARKING LOT AND TRA IL HEAD OWNER: CONTRACTOR: City of College Station Halff Associates , Inc. P .O . Box 9960 9500 Amberglen Blvd ., Bldg F Suite 125 Colleqe Station, Texas 77842 Austin , Texas 78729 Ph : 512-777-4600 PURP OSE OF THIS CHANGE ORDER: A. Provide additional profess ional engineering service s to relocate the Li ck Creek Pa rking Lot and Trailhead from the original propose d locat ion . ITEM UNIT ORIGINAL REVISED ADDED NO UNIT DESCRIPTION PRICE QUANTITY QUANTITY COST 1 LS Lick Creek Parki no Lot relocation desion $9 ,868 .00 0 _j_ $9 ,868.00 TOTAL $9 ,868 .00 THE NET AFFECT OF TH IS CHANGE ORDER IS 17 % INCREASE LINE 1 (41399971 -6560 ) $9 ,868 .00 TOTAL CHANGE ORDER $9 ,868.00 ORIGINAL CONTRACT AMOUNT $56 ,694 .50 ~~ CHANGE ORDER NO . 1 $7,500 .00 13% CHANGE CHANGE ORDER NO . 2 $9 ,868 .00 17% CHANGE REVISED CONTRACT AMOUNT $74,062 .50 31% TOTAL CHANGE ORIGINAL CO NTRACT T IME 104 Days Time Extension No . 1 14 Days Time Extension No . 2 90 Days Revised Contract T ime 208 Days ~ I '\ /7 AP~~-IJ./~!JD13 ~lA-_/L ;ik~oJ( 7'6ate DEPA\HM::r T Oil "E c.TO~ Date f \\I~ , ) l) (P/l/\:A. :J -l ~(i ~NTRACTOR Da te An) m ~ ~R -'cf~ Date /ol/10//i [L rPROJEC1' rvf'J1?AGER ( ~ate ~(J.a-Date \\}a..., 'J4_7 t/" CITY ENGINEER Date ER ate • Please refer to section 12-7 .3 Off-Street Standards of the City of College Station Unified Development Ordinance and the Site Des ign Standards for requirements that pertain to this project. o City of College Station UDO: https://library.municode.com/tx/college station/codes/code of ord i nances?nodeld =SPBLADEOR APX AUNDEOR ART7GEDEST S7.30REPAST o Site Design Standards: http://www.cstx.gov/Modules/ShowDocument.aspx?documentid =11402 • 8" thick concrete will only be needed to the sub-station. Please evaluate if we can switch to 6" thick concrete for the remainder of the drive and park i ng lot to reduce costs. • An appropriate turning radius will be needed for large trucks to access the sub-station. • The hammerhead turnaround will not be needed. • In regards to the landscape items, a trash receptacle as well as trailhead signage and a bench will be needed (I assume these are already apart of the shade structure but please clarify). The area should also be similar in design to the other rest areas/trailheads along the trail. • Curve the parking lot to stay parallel with and outside of the transmission line easement and allow for expansion beyond 20 spaces in the future. • A sidewalk will not be needed on the back side of the parking lot (that isn 't adjacent to the trailhead). • The sidewalk connection to the trail should be the same width as the trail. • The trail marker and wayfinding monument at the bulb-out might just need to be a sign identifying the parking lot. Would like to discuss further. Venessa Garza, AICP Senior Program Manager Bicycle, Pedestrian & Greenways Program Planning and Development Services Department Mailing Address: P.O . BOX 9960, College Station , Texas 77842 hysical Address: 1101 Texas Avenue .)ffice 979 -764-3674 I Fax 979-764 -3496 ITT oti C0tU ·1, 'r.WlO , 1'-ilff.-Ml.\i ~· City of College Station Home of Texas A&M University® City of College Station Home of Texas A&M Univers ity® 4 Eric Ratzman, PE Senior Project Manager 0: (512) 777-4620 : (512) 608-3159 HALFF ASSOCIATES, INC. 9500 Amberglen Blvd., Bldg. F , Suite 125 Austin, TX 78729-1102 Halff.com I Facebook I Twitter I Linkcdin I YouTube From: Raquel Gonzales <rago nza les @cst x.gov> Sent: Thursday, September 6, 2018 1:13 PM To: Ratzman, Eric <eRat zman @Ha lff.com> Subject: FW : Lick Creek Greenway Trailhead and Parking lot Comments Er ic, Here are comments from Venessa to get us to 30 % when the time comes! Thank you for working on the proposal. We w il l get the change order going as so on as we get fi nal approval on t he budget . -lave a great weekend! Raquel Gonzales, P.E. Engineer I Public Works Department P.O. BOX 9960 College Station, Texas 77842 Office 979 -764-5091 I Fax 979-764-3489 rag o nz ale s@cs tx.gov Crn.· OF C 11£ .i: S'rA'no~ H"lfH' fl{T()f,#l Jl6M U11irmif!' From: Venessa Garza Sent: Thursday, September 6, 2018 10:11 AM To: Raquel Gonzales <ragonza les @cst x.gov> Subject: Lick Creek Greenway Trailhead and Parking lot Comments ey Raquel, Here are comments for the trailhead and parking lot based on the schematic provided with the site evaluation. I realize they really haven't worked on the design but thought I'd share comments based on their preliminary design. Thanks!! 3 , 979 -764 -3674 From: Raquel Gonzales Sent: Thursday, September 6, 2018 1:46 PM fo: Venessa Garza <vga rz a@cstx.gov > Subject: FW : Lick Creek Greenway Trailhead and Parking lot Comments Comments have been sent . Also, for yo ur inform ation, the survey for the new site was a part of the 10% contingency for est i mates. It will come through in a change o rder with th e differen ce for des ign . All in all , it d oes not make muc h of a difference as we now have 20%c o nti ngenc y factored p lus t he staff t i me. I wil l get you a cop y of the proposa l fo r your reco r ds when I receive it. Let me know if you have any questions . Raquel Gonzales, P.E . Engineer I Public Works Departmen t P.O. BOX 9960 College Station, Texas 77842 Office 979 -764 -5091 I Fax 979 -764 -3489 r agonzal es@cstx .gov Cnv or: C J.l..EGH STA'.fl OX Hum.-efmar1 A.oM' UttiFf'11itl From: Ratzman, Eric [mailto :eRatzman@H al ff.c om ] Sent: Thursday, September 6, 2018 1:29 PM To: Raquel Gonzales <ragon zales@cstx .gov> Subject: RE: Lick Creek Greenway Trail head and Parking lot Comments *****This is an email from an EXTERNAL source . DO NOT click links or open attachments w ithout pos itive sende r verification of purpose . Never enter USERNAME , PASSWORD or sensitive information on linked pages from th is ema i l. ***** Raquel, Thanks for the feedback and we 'll work these i nto the first subm ittal (which will actually be 50% plans, but I plan to send you an updated layout once we get going, before we get all the way to 50%) Als o, I figure you'll fill Vanessa in on our conversation this morning, so I wasn't plann i ng to reply to the email from this morning, but I'll get working on the proposa l. Enjoy your weekend as well ! 2 , Venessa Garza From: ent: To: Ratzman , Eric <eRatzman@Halff.com> Thursday, September 6, 2018 3:51 PM Raquel Gonzales Subject: RE : Lick Creek Greenway Trail head and Parking lot Comments *****This is an email from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose . Never enter USERNAME, PASSWORD or sensitive information on linked pages from this email. * * * * * No, there are no other items that I'm aware of. We showed $65 ,000 in design costs in the update . Excluding the $7,500 site evaluation, which was paid by Economic Development, our $56,694.50 contract would have $8 ,305.50 before we hit $65,000 . Hope that helps, Eric Ratzman , PE Senior Project Manager O : (512 ) 777-4620 C : (512 ) 608-3159 HA LFF ASSOCIATES, INC. 500 Amberglen Blvd., Bldg . F , Sui te 125 \ustin, TX 78729-1102 Halff.com I Facebook I Twitter I Linkedln I YouTube Fro m: Raquel Gonzales Sent: Thursday, September 6, 2018 1:57 PM To: Ratzman, Eric Subject: FW: Lick Creek Greenway Trailhead and Parking lot Comments I kn ow we disc usse d earlier, b ut w i ll yo u verify/con firm that t here were no other costs t ha t were conside re d i n the conti ngency? Thanks! Fr o m: Venessa Garza Sent: Thursday, September 6, 2018 1:47 PM To: Raquel Gonzales <ragonzales@cstx.gov> Subject: RE: Lick Creek Greenway Trailhead and Parking lot Comments Can you make sure t here aren't any ot her item s t hat ar e con t i ngenc y th at sho uldn't be i n th ere . enessa Garza , AICP City of College Statio n Planning and Deve lopm ent Services De partment 1 ,. ... Se nt : Thursday, March 22, 2018 4 :49 PM To : Michael Duff <mduff@cstx gov> Cc: Gilbert Martinez <Gmartinez@cstx.gov > Subject: lakeway Drive Change Order 2.x ls x M i ke , We are wrapping up change order number 2 that include s the driveway w idening for the substation along Lakeway and the addit io nal guardrail. Per discussions between the directors of our respective departments, Electric is only picking up the additional guardrail. I currently have it shown as being added into the existing Electric line item, li ne 5, on the Purchase Order and h itting account: 9101072 -6541. Before I f i nalize the Change Order, I wanted to confirm that this account is correct. If it is not, is there another account that this amount should hit? Thanks, Ed - From : To : Subject: Date: fyi Timothy Crabb Gilbert Martinez FW : lakeway Drive Change Order 2.xl sx Monday, July 9, 2018 4 :33 :1 0 PM From: Edward Mcdonald Sent: Thursday, March 29, 2018 10:07 AM To : Timothy Crabb <Tcrabb@cstx.gov>; Michael Duff <mduff@cstx .gov > Subject : RE : lakeway Drive Change Order 2.x ls x This is co r rect. The cha ng e order on ly reflects the add itiona l guardrail cost bei ng applied to the electric account From : Timothy Crabb Sent: Thursday, March 29, 2018 10 :00 AM To : Michael Duff <mduff@cstx.gov> Cc: Edward Mcdonald <erncdonald@cstx.gov> Subje ct: RE : lakeway Drive Change Order 2 .x lsx Mike, I believe Ed 's note clarifies that Donald and I agreed that Elec t ri c would pick up the cost for th e guardrail and that the p roject would be picking up the cost for the driveway wid ening. If this is not clear or to anyone's und erstand i ng I would be happy to address the issue. Since rel y, TRC From: Michael Duff Sent: Thursda y, March 29, 2018 9 :29 AM To : Timothy Crabb <Tcrabb@cstx.gov> Subject : Re: lakeway Drive Cha nge Order 2.xlsx Ti mothy: Do you no longer have an issue with Electric picking up the incremental costs for the driveway widen ing? Sent fro m my iPhone On Mar 29, 20 18, at 8:41 AM, Timothy Crabb <Tcrabb@cstx.gov > wrote: As per Michelle, the accounting is co r rect. Please proceed . Sincere ly , Venessa Garza From: Sent: To: Cc: Subj ect: Atta chments: Ve nessa, Gilbert Martinez Wednesday, July 11, 2018 3:18 PM Venessa Garza Timothy Crabb ; Donald Harmon; Emily Fisher; Wesley Gray Lick Creek Trailhead & Parking Lot FW_ lakeway Drive Change Order 2.xlsx .pdf Afte r our discussion last week about options submitted by HALFF for the costs associated with the Lick Creek Trail head Pa r king Lot, I presented your ballpark figures back to Electric Management. Because we would like to restrict traffic flow t o the substation, CSU agrees to fund the additional cost of the gates that ac complish this task. I understand that there will be one or two gates depending on which option is used . In March of 2018 the Directors of CSU Electric and Public Works reached an agreement that Electric would pick up the cost for the additional guardrail/wall required along Lakeway because of traffic concerns, but any changes required for t he driveway for the parking lot would be picked up by the project as adequate access for the substation already exists, and this project should not restrict that access. Therefore, Electric will not be paying for any widening or ad ditional design requirements or improvements required to maintain our access to this facility. A copy of an email documenting this decision is attached . hank you, Gilbert Martinez Electric Project Coordinator Supervisor City of College Station I College Station Utilities {979)764-6255 1 .._- '>0)1 1""?. I - ooo'i-z-1 ·~~~ ~ o ,, C> .__ ')O) 1 I ""t l ---,~-:----..,....-----1----------- • SO? )':'~ '-"'· ~!'P ----------~-------------------r-.---~---------+-~-----~ 11-z l -f1) ~ ~S~>.\ ~ --O~'?h1j~)O -------:p5'-p·----n9 ~!VO -'1.. -------\~--· -- 3 42 i.w. -10,000 -r;:;.1~c.tizAc... ~ ,/' .. ---------!It-------~ -t.p'2-, oUl) -P~c ~-fvtkbi....-hoi.-. · _.!!""\---~.....Mo------~--------------------------- -'2-<a 1 , S"" ei 0 5/>0c':), ----------------- 7/11 /20 18 --9:42 AM t:l\ll:llNl::l::K" t:::> 111\tlA It: ur-t-'ti ''"'"'"'' I-CUN::i I KUC 1 IUl\I vU::> 1;:, LICK CREEK TRA ILH EAD AND PARKING LOT S ITE EV ALU ATION OPTION-2 DATE: 7111/20 18 PREPA RED BY: HALFF (GD) HALFF AVO: 33837 ~ DESCRIPTION QTY UNITS UNIT PRICE ITEM COSTS ROADWAY fTEMS CLEARING & GRUBB ING 0 .3 AC $ 10 ,000 .00 $ 3,000 .00 EARTHWORK 1 LS $ 13 ,000 .00 $ 13,000.00 EROSION CON TR OL 1 LS $ 12 ,000.00 $ 12 ,000.00 8" CONG . PAVE ROADWA Y & PARK ING 1410 SY $ 48 .00 $ 67 ,680 .00 5" P.C . CONG . SIDEWALK 1304 SF $ 6 .00 $ 7 ,820.00 8" LIME TREATED SUBGRADE 1797 SY $ 2.50 $ 4,490 .00 LIME 44 TON $ 150.00 $ 6 ,600 .00 GATE 1 EA $ 5 ,000.00 $ 5 ,0 00 .00 CONCRETE WHEEL STOPS 10 EA $ 85 .00 $ 850 .00 ROADWAY SUBTOTAL = $ 120,440.00 REMOVAL fTEMS REMOVE GRAVEL ROAD 420 CY $ 5.00 $ 2,100 .00 REMOVE CULV ERT 1 EA $ 500.00 $ 500 .00 REMOVAL SUBTOTAL= $ 2 ,600.00 DRAINAGE ITEMS PIPE , 18" DIA RC P CLASS Ill 34 LF $ 65.00 $ 2,210 .00 SAFETY END TREATME NT, 18" DIA RCP (4 :1) 2 EA $ 1,500 .00 $ 3 ,000 .00 DRAINAGE SUBTOTAL = $ 5,210.00 SIGNAGE AND PAVEMENT MARKINGS ITEMS TYPE I, PAVEMENT MARKINGS 4", WHITE , SOLID 217 LF $ 2 .00 $ 430 .00 TYPE I, PAVEMENT MARKINGS, ACCESS IBILITY SYMBOL 1 EA $ 450 .00 $ 450.00 SIGN , HANDICA P PARKING 1 EA $ 500 .00 $ 500 .00 S/GNAGE AND PAVEMENT MARKINGS SUBTOTAL= $ 1,380.00 MOB/LIZA TION ITEMS TOTAL MOBILIZATI ON 1 LS $ 9 ,074.00 $ 9 ,074.00 MOB/LIZA TION SUBTOTAL= $ 9,074.00 BASE BID SUBTOTAL= $ 138,704 .00 CONTINGENCY = 10% $ 13,870.00 CITY STAFF 1 LS $ 15 ,000.00 $ 15 ,000.00 DESIGN & CONSTRUCTION SUPPORT SERVICES 1 LS $ 65 ,000.00 $ 65 ,000.00 BASE BID TOTAL= $ 232,574.00 ADD-ALTERNATE ITEMS UTILfTY ITEMS 2 IN . SOR 9 POLY 90 LF $ 30.00 $ 2,700.00 CONNECTION , 12" WATER LINE 1 EA $ 2,500 .0 0 $ 2,500 .00 UT/LfTIES SUBTOTAL= $ 5 ,200.00 ' LANDSCAPE ITEMS ENTRANCE MONUMENT . 1 EA $ 12 ,000 .00 $ 12,000 .00 SHADE STRUCTURE 1 EA $ 7 ,000.00 $ 7 ,000.00 WATER FOUNTA IN ' 1 EA $ 1,000.00 $ 1,000.00 CONG. SDWK PAVE (S HADE STRUCTURE) 675 SF $ 6 .0 0 $ 4,050 .00 CONCRETE BULB O UT 150 SF $ 6.00 $ 900 .00 8" LIME TREATED SUBGRADE 90 SY $ 2 .50 $ 230 .00 TRAIL MARKER & WAYFINDING MONUMENT 1 EA $ 12,000.00 $ 12 ,000 .00 . ' LANDSCAPE SUBTOTAL= $ 37,180.00 ILLUMINATION ITEMS SOLAR WRAP LIGHT POLE INSTALLATION 1 EA $ 6 ,000.00 $ 6 ,000 .00 LIGHT POLE FOUNDAT ION 1 EA $ 1,000.00 $ 1,000.00 ILLUMINATION SUBTOTAL= $ 7,000.00 ADD-ALT SUBTOTAL= $ 49 ,380.00 CONTINGE NCY= 10% $ 4,938.00 ADD-ALT TOTAL = $ 54,318.00 BASE BID+ ADD ALTERNATE TOTAL= $ 286 ,892 .00 Th is statement was prepared utilizing standard cost an d/or q uantity es ti mate practices. It is understood and agreed that this is a statement of probable construction cost only, and the Eng in eer shall not be li able to the Owner or to any Third Party for a ny failure to accurately estimate the cost and/or quantities for the project, or any part thereof. Un it prices are in current dollars and should be adjusted as required if letting schedule for project is delayed. The engineer's estimate of probable construction costs does not include the cost of utility relocation. Estimate-Option_2-33837 -REFINED .xl sx -33837 1:13 3000s\33837\001\Admin\CostEstimales\CIVIL\Estimate-Option_2-33837 -REFINED .xlsx ~ PAGE 1/1 EN(:;I N E E R'::; E::;TIMATE UF PRUBABLE 1..,uN::;TRUCTIU N 1..,u::>TS LICK CREEK TRAILHEAD A N D PARK IN G LOT SITE EVALUATION OPTION-1 DATE; 7111 /20 18 PREPARE D BY; HALFF (GO ) H ALF F AVO ; 33837 ::;: DESCRIPTION QTY UNITS UNIT PRICE ITEM COSTS ROADWAY ITEMS CLE A RING & GRUBBING 0 .5 AC $ 10 ,000 .00 $ 5,000.00 EA RTHWORK 1.0 LS $ 15,000 .00 $ 15,000.00 EROSI O N CONTR OL 1.0 LS $ 15,000 .00 $ 15,000 .00 8" CONC. PAV E RO ADW AY & PAR KING 1830 SY $ 48.00 $ 87 ,840 .00 5" P.C . CONC . SI DEWALK 1425 SF $ 6 .00 $ 8 ,550 .00 8" LIM E TREATED SUBGRA DE 2358 SY $ 2.50 $ 5 ,900 .00 LIM E 58 TON $ 150 .00 $ 8 ,700 .00 CSU G AT E 1 EA $ 5 ,000 .00 $ 5 ,000 .00 CO NC RE T E WHEEL STOPS 10 EA $ 85 .00 $ 850 .00 ROADWAY SUBTOTAL= $ 151 ,840.00 REMOVAL ITEMS REMOV E G RAVEL RO A D 182 CY $ 5.00 $ 910 .00 REMO VE CULVERT 1 EA $ 500 .00 $ 500 .00 REMOVAL SUBTOTAL = $ 1,410.00 DRAINAGE ITEMS PIP E, 18" DIA RC P CLA SS Ill 34 LF $ 65 .00 $ 2,210 .00 PIPE , 24" DIA RC P CLA SS Ill 38 LF $ 75.00 $ 2,850 .00 SAF ETY END TREATM ENT, 18" D IA RCP(4 :1) 2 EA $ 1,500.00 $ 3,000 .00 SAFETY END TREATM ENT, 24" D IA RCP(4 :1) 2 EA $ 2,000.00 $ 4,000 .00 DRAINAGE SUBTOTAL= $ 12,060.00 SIGNAGE AND PAVEMENT MARKINGS ITEMS TYP E I, PAVEMENT M AR KI NGS 4", WHIT E, SOLID 217 LF $ 2 .00 $ 430.00 TYP E I, PA V EMENT M A RKINGS , ACC ESSI BILITY SYMBO L 1 EA $ 450 .00 $ 450 .00 SIG N, HANDIC AP PA RKING 1 EA $ 500 .00 $ 500 .00 SIGNAGE AND PA VEMENT MARKINGS SUBTOTAL = $ 1,380.00 \'tl~'O M' MOB/LIZA nON ITEMS MOBILIZATION (7%) 1 LS $ 11 ,668 .00 $ 1 1,668.00 l ~ ~~ MOBILIZAnON SUBTOTAL = ......--..,. $ 11 ,668.00 BASE BID SUBTOTAL= / \ $ 178,358 .00 iNt\1 1~ CONTINGENCY = h o% J $ 1 1 ""~.oo C ITY ST AFF 1 LS $ 't-5.lfo o.oo f 15,000 .00-\. Jn DESIG N & CONST RUCTION SU PP O RT SER VIC ES 1 LS $ 65,000.00 $ 65 ,000 .00 BASE BID TOTAL= $ 276,1 94.00.. ct'V~ b\tJ~ - ADD-ALTERNATE ITEMS unLtTY ITEMS v 2 IN . SDR 9 PO LY 500 LF $ 30 .00 $ 15,000 .00 CON NECTIO N, 12" WATE R LI NE 1 EA $ 2 ,500.00 $ 2 ,500 .00 unLtTIES SUBTOTAL = $ 17,500.00 LANDSCAPE ITEMS ENTRANCE MO NUM ENT 1 EA $ 12 ,000.00 $ 12 ,000 .00 SHA DE STRUCT URE 1 EA $ 7 ,000.00 $ 7 ,000 .00 WATER FOUNTAI N 1 EA $ 1 ,000.00 $ 1,000 .00 CONC . SDWK PA VE (SHADE STRU CTU RE ) 675 SF $ 6.00 $ 4 ,050 .00 ~ CONC RETE BU LB OUT 150 SF $ 6.00 $ 900 .00 8" LIM E TREAT ED SUBG RAD E 90 SY $ 2.50 $ 230 00 > 4ftt(£0' T RA IL MAR K ER & W AYFINDIN G MONUM EN T 1 EA $ 12 ,000 .00 $ 12,000 00 LANDSCAPE SUBTOTAL = $ 37,180.00 ILL UM/NATION ITEMS "',\ t,, SOLAR WRAP LI G HT PO LE INST ALLATION 1 EA $ 6 ,000 .00 $ 6,000 .00 ~ LI G HT PO LE FO UN DATION 1 EA $ 1,000.00 $ 1,000 .00 ILLUMINA noN SUBTOTAL= $ 7,000.00 ADD-ALT SUBTOTAL= $ 61 ,680 .00 CONTINGENCY = 10% $ 6 ,168.00 ADD-ALT TOTAL= $ 67,848.00 k" 2 4 }~~4 ~ io BASE BID + ADD AL TERNA TE TOT AL = $ 344,042.00 Th is statement was prepared utilizing standard cost and/or quan tity esti mate practices. II is understood and ag reed that this is a statement of probable construc tion cost only , and the Engineer shall not be liable to the Own er or to an y Th im Party for any failure to accurately est i mate '~( i--- and/or quantities for the proj ect, or any part the reof . Unit prices are in current dollars and should be ad justed as req uired ii lett ing schedule ~lo ,,a1C... projec t is delayed . The engineer's estimate of probable construction costs does not include the cost of ut ility relocation. -uU lJ ~/· Estimate-Oplion_1-33837 -RE FI NE D.xlsx --33837 7/11 /2018 --9 :41 AM I :\33000s\33837\001\Admin\Cost Est imates\CIV IL\Esti male-O pt io n_1-33837 -REFINE D.xl sx I I i I I ; _ ___; MifilMRf11 "·1 ~1 ~ CSU SUB-STATION /'" I' I '\ 25 50 LICK CREEK TRAILHEAD AND PARKING LOT SITE EVALUATION Cn·y OP C OIJT.GF ST"TJ()f.; f"-t{f-MfNU-...0.,-' AVO: 33837 HALFF ____________________________________________________________________ ) I I I \ \ \ llf#tllijl!:~it:.jl!e)~! \ ZS College Station, Texas V "' emu Cuua 9nn" _,,_ _ ___.. DATE: 2018-0>18 AYO-. 33837 I l l HALFF . ••• Appendix E -Preliminary Drawings See attached 9 1Page I l l HALFF . ••• Appendix D -Preliminary Drainage Calculations TI ME REQUIRED AREA COMPOSITE OF 25 -YR 100-YR ID CVALUE AREA CONC. IN TENSITY 25 -YR Q INT ENSITY 100-YR Q CULVERT USED SIZE --(AC) (MIN) (IN/HR) (CFS) (IN/HR) (CFS) (IN) OPTION 1 lA 0 .56 0.78 10.00 9 .86 4 .32 1 1.64 5 .10 18 1B 0.44 4 .94 10.00 9 .86 21.33 11.64 25 .17 24 lC 0 .47 2 .29 10 .00 9 .86 10.69 11.64 12 .61 - 1D 0 .53 0 .63 10.00 9 .86 3.28 11.64 3 .87 - OPTION 2 2A 0 .67 0 .97 10.00 9 .86 6.44 11.64 7.61 18 2B 0 .46 2 .77 10.00 9 .86 12.69 1 1.64 14.98 - 81 Page • Il l HALFF . ••• Appendix C-Quantity Comparison QUANTITY COMPARISON OPTION 1 2 UNIT TOTAL DESCRIPTION QTY QTY UNITS PRICE DIFFERENCE ROADWAY 8" CONC . PAVE ROADWAY & PARKING 16469 12700 SF $10 .00 $3 7,690 .00 5" P.C . CONC . SIDEWALK 142 5 1304 S F $6 .00 $72 6 .00 8" LIME TR EATE D SUBGRADE 2 358 1797 SY $2 .50 $1,402 .50 CSU GATE 80 40 LF $12 5.0 0 $5 ,000 .00 CONCRETE WH EE L STOPS 10 10 EA $85 .00 $0 .00 UTILITIES 2 IN . SDR 9 POLY 500 90 LF $30 .00 $1 2 ,300 .00 CONNECTION 12" WATER LINE 1 1 EA $2 ,500 .00 $0 .00 REMOVALS REMOVE GRAVEL ROAD 182 420 CY $5 .00 -$1 ,190 .00 REMOVE CUL VERT 1 1 EA $500 .00 $0 .00 DRIANAGE PIPE , 18" DIA RCP CLASS Ill 34 34 L F $65 .00 $0 .00 PIPE , 24 " DIA RCP CLASS Ill 38 2 LF $7 5 .00 $2 ,700 .00 SAFETY END T REATME NT , 18" DIA RCPl4 :1l 2 0 EA $1 ,500 .00 $3 ,000 .00 SAFETY END T REATMENT, 24" DIA RCP(4 :1) 2 0 EA $2 ,000 .00 $4 ,000 .00 SIGNA GE AND PAVEMENT MARKINGS TYPE I, PAVEMENT MARKINGS 4", WHITE , SOLID 21 7 217 LF $2 .00 $0 .00 TYPE I, PAVEMENT MARKINGS , A CC ESSIBILITY SYMBOL 1 1 SHAPE $4 50 .00 $0 .00 SIGN , HANDICAP PARK I NG 1 1 SIGN $500 .00 $0 .00 LANDSCAPE ENTRANC E MONUMENT 1 1 EA $1 2 ,000 .00 $0 .00 SHADE STRUCTURE 1 1 EA $7 ,000 .0 0 $0 .00 WATER FOUN TAIN 1 1 EA $1,000 .00 $0 .00 CONC . SDWK PAVE (SHADE STR UCTURE ) 6 75 6 75 SF $6 .00 $0 .00 CONCRETE BULB OUT 150 150 SF $6 .00 $0 .00 8" LIME TR EATED SUBGRADE 90 90 SY $2.50 $0 .00 ILLUMINA TION SOLAR WRAP LIGHT POLE INSTA LLATION 1 1 EA $6 ,000 .00 $0 .00 LIGHT POLE FOUNDATION 1 1 EA $1 ,000 .00 $0.00 7 1Page Il l HALFF . ••• Appendix B -Cost Estimate Option-2 ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COSTS LICK CREE K TRAILHEAD AND PARKING LOT SfTE EVALUATION OPTION -2 DA1E 5/21/2018 ffiB"ARBJ BY : HALFF (GO) HA PROJ. NO : 33837 DESCRIPTION Q1Y UNTS UfllT PRICE ITEM COSTS ROADWAY $ 145, 160.00 SUBTOTAL 8" CONC. PAVE ROADWAY & PARKING 12700 SF $ 10.00 $ 127 ,000 .00 5" P .C . CONC. SIDEWALK 1304 SF $ 6 .00 $ 7 ,820 .00 8" LIME TREATED SUBGRADE 1797 SY $ 2 .50 $ 4 ,490 .00 GATE 40 LF $ 125.00 $ 5 ,000 .00 CONCRETE WHEEL STOPS 10 EA $ 85.00 $ 850 .00 UT/UT/ES $ 5,200.00 SUBTOTAL 2 IN . SOR 9 POLY 90 LF $ 30.00 $ 2 ,700 .00 CONNECTION , 12" WATER LINE 1 EA $ 2 ,500 .00 $ 2 ,500 .00 REMOVALS $ 2,600.00 SUBTOTAL REMOVE GRAVEL ROAD 420 CY $ 5 .00 $ 2 , 100.00 REMOVE CULVERT 1 EA $ 500.00 $ 500.00 DRAINAGE $ 5,210.00 SUBTOTAL PIPE , 18" DIA RCP CLASS Ill 34 LF $ 65 .00 $ 2 ,210 .00 SAFETY END TREAlMENT, 18" DIA RCP(4 :1) 2 EA $ 1,500.00 $ 3,000 .00 S/GNAGE AND PAVEMENT MARKINGS $ 1,380.00 SUBTOTAL TYPE I, PAVEMENT MARKINGS 4", WHITE , SOLID 217 LF $ 2 .00 $ 430 .00 TYPE I, PAVEMENT MARKINGS, ACCESSIBILITY SYMBOL 1 SHAPE $ 450.00 $ 450.00 SIGN , HANDICAP PARKING 1 SIGN $ 500.00 $ 500 .00 LANDSCAPE $ 37,180.00 SUBTOTAL ENTRANCE MONUMENT 1 EA $ 12 ,000.00 $ 12 ,000 .00 SHADE STRUCTURE 1 EA $ 7 ,000 .00 $ 7,000 .00 WATER FOUNTAIN 1 EA $ 1,000.00 $ 1,000 .00 CONC. SDWK PAVE (SHADE STRUCTURE) 675 SF $ 6 .00 $ 4 ,050.00 CONCRETE BULB OUT 150 SF $ 6 .00 $ 900 .00 8" LIME TREATED SUBGRADE 90 SY $ 2.50 $ 230.00 TRAIL MARKER & WAYFINDING MONUMENT 1 EA $ 12 ,000 .00 $ 12 ,000.00 /LLUM /NATION $ 7,000.00 SUBTOTAL SOLAR WRAP LIGHT POLE INSTALLATION 1 EA $ 6 ,000.00 $ 6 ,000 .00 LIGHT POLE FOUNDATION 1 EA $ 1 ,000.00 $ 1,000 .00 MOBIUZA TION $ 14,260.00 SUBTOTAL TOTAL MOBILIZATION LS 1.0 $ 14 ,260 .00 $ 14,260 .00 SUBTOTAL $ 217,990.00 CONTINGENCY (~20%) $ 43,600.00 TOTAL $ 261,590.00 This staterrent was prepared util iz ing standard cost and/or quanttty estirrete practices . It is understood and agreed that this is a staterrent of probable construction cost only . and the 81gineer shall not be liable to the Owner or to any Third Party for any failure to accurately estimate the cost and/or quanttties f or the project, or any part thereof . lkltt prices are in current dollars and should be adjusted as required if letting schedule for oroiect is delaved . The enaineer's estirrete of orobable construction costs does not include the cost of ut ilttv relocation . 6 I Page Il l HALFF . ••• Appendix A -Cost Estimate Option-1 ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COSTS LICK CREEK TRAILHEAD AND PARKING LOT ~t SITE EVALUATION OPT ION-1 CIA. lE 5/21/2018 PREPARED BY : HA.LFF (GD) HA. ffiOJ. NO: 33837 ~ DESCRIPTION QTY UNITS UNIT PRICE ITEM COSTS ROADWAY $ 189,990.00 SUBTOTAL 8" CONC . PAVE ROADWAY & PARKING 16469 SF $ 10.00 $ 164 ,690 .ol il ' 5" P .C . CONC . SIDEWALK 1425 SF $ 6.00 $ 8 ,550 .od' 8" LIME TREATED SUBGRADE 2358 SY $ 2 .50 $ 5,900 .00 CSU GATE 80 LF $ 125.00 $ 10,000 .00 CONCRETE WHEEL STOPS 10 EA $ 85 .00 $ 850 .00 ununEs $ 17,500.00 SUBTOTAL 2 IN . SOR 9 POLY 500 LF $ 30 .00 $ 15 ,000 .00 CONNECTION , 12 " WATER LINE 1 EA $ 2 ,500 .00 $ 2 ,500.00 REMOVALS $ 1,410.00 SUBTOTAL REMOVE GRAVEL ROAD 182 CY $ 5 .00 $ 910 .00 REMOVE CULVERT 1 EA $ 500 .00 $ 500 .00 DRAINAGE $ 12,060.00 SUBTOTAL PIPE , 18" DIA RCP CLASS Ill 34 LF $ 65 .00 $ 2 ,210 .00 PIPE , 24" DIA RCP CLASS Ill 38 LF $ 75.00 $ 2 ,850 .00 SAFETY END TREATMENT, 18" DIA RCP (4 :1) 2 EA $ 1,500.00 $ 3 ,000.00 SAFETY END TREATMENT, 24" DIA RCP (4:1) 2 EA $ 2 ,000.00 $ 4 ,000 .00 SIGNAGE AND PAVEMENT MARKINGS $ 1,380.00 SUBTOTAL TYPE I, PAVEMENT MARK INGS 4", WHITE , SOLID 217 LF $ 2 .00 $ 430.00 TYPE I, PAVEMENT MARKINGS , ACCESSIBILITY SYMBO 1 SHAPE $ 450.00 $ 450 .00 SIGN , HANDICAP PARKING 1 SIGN $ 500 .00 $ 500.00 LANDSCAPE $ 37, 180.00 SUBTOTAL ENTRANCE MONUMENT 1 EA $ 12 ,000 .00 $ 12 ,000 .00 SHADE STRUCTURE 1 EA $ 7,000 .00 $ 7 ,000 .00 ~1 WATER FOUNTAIN 1 EA $ 1,000 .00 $ 1,000 .00 ~ . CONC . SDWK PAVE (SHADE STRUCTURE) 675 SF $ 6 .00 $ 4 ,050 .00 CONCRETE BULB OUT 150 SF $ 6.00 $ 900 .00 8" LIME TREATED SUBGRADE 90 SY $ 2.50 $ 230 .00 ?~4 TRAIL MARKER & WAYFINDING MONUMENT 1 EA $ 12,000.00 $ 12 ,000.00 . ILLUMINAnON $ 7,000.00 SUBTOTAL SOLAR WRAP LIGHT POLE INSTALLATION 1 EA $ 6 ,000 .00 $ 6 ,000 .00 LIGHT POLE FOUNDATION 1 EA $ 1,000 .00 $ 1,000 .00 MOBIUZAnON $ 18,660.00 SUBTOTAL TOTAL MOBILIZATION LS 1.0 $ 18,660 .00 $ 18 ,660 .00 SUBTOTAL $ 285 , 180 .00 -CONTINGENCY (~20%) $ 57 ,040 .00 ~~t) ~. TOTA L $ 342,220.00 ---- This staterrent was prepared utilizing standard cost and/or quantity estirrate practices . It is understood and agreed that this is a .} staterrent of probable construction cost only , and the 81gineer shall not be liable to the Owner or to any Third Party for any failure to accurately estimate the cost and/or quantities f or the project , or any part thereof. Unit prices are in current dollars and should be adjusted as requ ired W lettino schedule for oroiect is delaved . The enaineer's estirrate of orobable construction costs does not include -ft> go f 0 OD J:*f'. 5/Page I l l HALFF . ••• Summary Option-1 will require greater quantities for paving, drainage and utilities items , as compared to Option-2. Refer to Appendix C -Quantity Comparison for a summary of the differences between the two options. The table below summarizes the advantages and disadvantages for each option. Table I : Option-I Advantages and Disadvantages Advantages • Direct access to trail (-150-ft from parking lot to trail) • Ample room for future expansion of parking lot • Less dense tree clearing required tion 1 Disadvantages • Additional paving, culverts and utilities • Costs more to construct than Option-2 Table 2: Option-2 Advantages and Disadvantages Advantages Disadvantages • More tree clearing required • Less expensive to construct (approximately 25% less than Option-I) • Farther access to trail (-750-ft) • Less paving, culverts, and utilities Attachments: • Appendix A -Option 1 Cost Estimate • Appendix B -Option 2 Cost Estimate • Appendix C -Quantity Comparison • Future expansion limited to -10 parking spaces • More earthwork required for grading • Appendix D -Preliminary Drainage Calculations • Appendix E -Preliminary Layout Drawings 41 Pagc c I l l HALFF . ••• off the flowpath of existing roadside ditches . Option-I equires two culverts, w hil e Option-2 require s only one. See Appendix E for preliminary drawings to show the layout of these culverts. Utilities A proposed water fountain will require a 2" water line to be installed for both option s. The water line will connect to an existing 12 " water line on the north side of Lakeway Drive . Option-I requires 500 feet of water line , whereas Option-2 requires 90 feet. Although there will be head loss in this small diameter pipe , the elevation change will provide additional pressure head to provide sufficient water pressure at the fountain . As a result of this additional pressure head , a 2" diameter pipe is sufficient to serve the water fountain for both options. Option-1 require s approximately 410-ft more of 2" water line than Option-2. Grading Grading quantities will be different for each option due to the difference in existing slope at each parking lot location. With about 6 ft of drop across the limits of the parking lot, Option-2 is on a much steeper slope. Option-I only has about 2 ft of drop across its limits, so more earthwork is equired to level the parking lot fo Option-2. 3 J Page I l l HALFF . ••• Halff visited the site to observe existing conditions. Below are photos of both sites. Photo I : Option-I Site Photo 2 : Option-2 Site Paving For both options , roadways and parking lots will have a typical section of 8" thick concrete with 8" thick lime t reated sub grade. The dimensions of the parking Jot are the same for each option and accommodate 10 parking spaces (including van accessible space). Future expansion of both options may be accommodated , thereby providing I 0 additional parking spaces (plus additional sidewalk). Option-I will require more paving as a result of the parking lot's setback from Lakeway Drive , as well as the inclusion of a "hammerhead " turnaround for vehicles. Option-] is closer to the Lick Creek Trail , so sidewalk from the parking lot will connect within 150-ft of the Jot. Option-2 is located closer to Lakeway Drive, so the sidewalk from the parking lot connects to the proposed sidewalk of Lakeway Drive to access the trail. Though this results in considerably less sidewalk, it results in trail users having to walk approximately 750-ft to reach the trail. Option-I requires substantially more paving than Option-2 , but provides more direct access (500- ft closer) from the parking Jot to the trail. Drainage Peak flow rates were determined for each proposed layout in order to size the culverts required to convey runoff under the roadways. See Appendix D for preliminary drainage calculations. By designing the pavement sections without a raised curb & gutter, and by maintaining overall drainage patterns , a majority of runoff can continue to sheet flow over the pavement north towards the adjacent floodplain. A culvert is required near the sub-station entrance to replace an existing culvert, and where the roadway crosses the existing gravel road , as the proposed roadway will cut 21 Page Il l HALFF ••• Lick Creek Trailhead and Parking Lot Site Evaluation The initially planned site for the parking lot and trailhead to the Lick Creek Greenway Trail , conflicts with the planned "Makers Village" site being planned by the Economic Development Department. As such, the City asked Halff Associates , Inc. (Halff) to evaluate two alternative potential locations for the parking lot and trailhead. This report evaluates and compares these two potential sites. Both sites are adjacent to the College Station Utility (CSU) electrical sub-station along Lakeway Drive extension project (currently under construction). One site is located east of the sub-station between the sub-station and the trail (Option-I); and the other site is immediately south of the sub- station (Option-2). See Figu,re I: Layout Diagram below for the location of each potential trailhead site. Included in this report are key comparisons between the two sites , preliminary drawings , and a cost estimate for each location. Figure I: Layout Diag ram HALFF ASSOCIATES, INC. 9500 AM BERGL E N B LVD. BU IL D IN G F SUIT E 1~5 TEL (512) 777-4 600 WWW H AL F F COt-' AU~TIN . TX 7 8 729 FAX (512) 252·8141 I l l HALFF ••• '"'' '' Prepared for the City of College Station f .. ·-.. r I I I uV?-~T~~~cl /'A /fT2d, 'J._~ I W l g ,A• 0 • f\~~ ...... .,.,, ... ,_ f I e d·'i-' ,. -f2ii \bud-~ ... o r-Jml'I. =nJ IJ... ' v MlchP-.&..~ . ~ v · W1ll1~ Vv\trt.s~ -·subsi-11.h°" <. ~lfl.o.11~°"2.-V\~~·~li DPN~~~ ~ ~t<n-Tuo~5~ s cL VY\.(;\) trn.cJcl J.'1' /Pr'}~ I ~ti-cA-~ ~ ~ v -b>P ~ ~ ,._J-e_, tN ':.f-rr g n,,__tJ.._c_, cA.--!rfl.A cft-~ NA.f A..,t .A- d 'I. tu.¥t.~iv--~I~ vi~·11oi 111 ·1~~- .q !h~ }'-'Tl-" lVn -~~~~ Clo~~ -lAist-e~-h~k- r~~t ~~ -y -\-~ 1+-po~~-,?LV ·-bl~Ll '-~ -?.p !IV\ clfl..-4i-c;t,i:~ v-t, (, . ~ -. - u .. - CJ ~ I I - . . n . 3 /l?J\\~ -{) ~~ ~neq-, -~st~~ •LA~~~ -Jl_~~ i/ lY\~ -V'\\l~ol~~· r ' ~ .~cff(~(~l UoclA-t.P .. +'h i.s ~ ~ evot-• . ~~~ -~--; @ ~SobS~ (2-A~-l .. ~~ I )' ··, I ' l I I I I I ' 0 I I Sample Vignette -10.0 Acres -72,000 SF Building Area OVTOOOA STORAGE • ~aoo'""' {& ~J~· 1 /1011~ Li c)~ C,..w,'-\i~wo.cl J2""'1 1-l ~ t o\------------ i~ ~~~ ~c.: I ~1---1~ ~~c..~~~s ___ ____,) ____ f1\do,~J.-Vh! d 1 • ~ V(1V\s+av~~ 11' ~ ___ ....,..'i: __ M~J-.r; --0-.v~~~, I -s Av\ 5-tf::. 1--0l'i- [! (p -~M a-v--fkc --------------~~ot-1'~\·,~~~~ U\--. LA-I~ -~J__ --ti--~~~-lA.>ltl b0 bv \tf -Jo~ --------- ----..---~_ck--_eU~§ vi ~~~ ~~..i------------- I • I I I ,I ~ ' I' I I I .r\ ....... I I 1: f ,... I 1! I i .. .. l I I .... I \ r-• . '· ' ' .. • \ '".' ·:: '( .. -·~ ,,-,-.-=-· • \ -... ~. r '" .- I' ;·' . I =- - ___ • ~ tt /7'~ (r1 • ---~ _f?VL-->S -------------= \L~ v1~,6~ -_______ -. 5l~~· ----------_,,_ -- ' I It\.. ~ -----------'~ ~ ~ d;Os:<.--t. ~ l"'"'~c:h~ i' _____ _ ~ ~\.\:f¥t4-t. lo~ ~ sulos~. ~ ___ ___.,. __ Halff.com I Facebook I Twitter I Linkedln I YouTube From: Emily Fisher [mailto:efisher@cstx.gov] Sent: Thursday, September 07, 2017 2:29 PM To: Ratzman, Eric <eRatzman@Halff.com > Subject: Lick Cr eek HB Parking/Trailhead Hi Eric, I hope everything is well with you . A few months back you provided Venessa Garza with an estimate for a parking lot and trail head for the Hike & Bike . The project will be approved w ith our FY18 budget and we (CIP) will be taking it over. I was hoping we could coord i nate a meeting with the Barron/Capstone 60% review to discuss the project and get things started. James Smith said he was wrapping up review of the 60% drawings -can you give me some times for either late next week or the week of the 17th that you are available? Thanks, Emily City of College Station Home of Texas A&M University ® City of College Station Home of Texas A&M University ® 5 Here are t he CME proposals and an updated fee sp readsheet us i ng their final numbers. Let me know if you have any comments and then I wi ll pu t all of this into one package/PDF with comments addressed. Eri c Ratzman , PE Seni or Project Ma nager 0 : (512 ) 777 -4620 C : (5 12 ) 608 -3 15 9 HALFF ASSOCIATES , INC . 9500 Amberglen Blvd ., Bldg . F, Su ite 125 A ustin , TX 7872 9-1 102 Ill HALFF. ••• SMARTER SOLUTIONS Halff.com I Facebook I Twitte r I Linkedln I YouTube From: Rat zman, Eric Sent: Fr iday, September 29, 2017 4 :42 PM To: 'Emily Fisher ' <efisher@cstx .gov >; Raquel Gonzales <ragonz ales@cs tx .go v> Cc: Busha k, Matthew <mBushak@Halff.com > Subject: RE : Lick Creek HB Pa r king/Trailhead Raquel and Emily, See our draft proposal for your review. I'm wa iting on the forma l proposal from CME but they se nt me budgets to include in this draft. I've inc luded our fee estimate showing the hours we used to come up with the fee amounts shown for each task in the proposal. I've also included an updated prelim i nary cost estimate showing what quantities and items we might expect to include with i n this budget . I'm recommending we include a couple items (Gateway monument and shade structure ) as add alternates since they don't fit within budget so you'll see zero on those quantities. But they wou ld obviously be nice to include if bids come in lower than expected, or the city elects to add/move budget or even add them in at a late r date . Thanks again for this opportunity and f ee l free to call or email me with any questions . wil l forward the CME proposal once received . Enjoy your weekend! Eri c Ratzman , PE Sen ior Proj ect Manager 0 : (512) 777-462 0 C : (512) 608-3159 HALFF ASS O CIATES , INC . 9 500 A mberg len B lv d ., Bldg . F, Su ite 125 Aust in , TX 7872 9-1102 Ill HALFF ••• 4 SMARTER SOLUTIONS 0 : (512) 777-4620 C: (512) 608-3 159 HALFF ASSOCIATES, INC. 9500 Amberglen Blvd ., Bldg. F, Suite 125 Austin , TX 78729-1102 Ill HALFF . ••• SMARTER SOLUTIONS Halff.com I Face book I Twitter I Lin ke d In I You Tu be From: Ratzman, Eric Sent: Tuesday, October 17, 2017 5:16 PM To: Raquel Gonzales <rago nz ale s@cst x.gov> Subject: RE : Lick Creek HB Parking/Trailhead Raquel, Attached is an updated draft proposal (and backup of fee estimate showing the breakdown of hours per task). We reduced the borin gs from 2 to 1 and reduced the hours of landscape time: for two submittals, providing layouts, and coordinating, trailhead sign, shade structu r e, and one solar powered street light I think they will be hard pressed to accomplish this for any less than the 48 hours now budgeted. I also reduced the hours in the project management task slightly. Note the actual design Task (3) is now $24,809 which is a little ove r 9% of $267,000 (the estimated total construction cost including add alternates, which are being designed/specified even though some items may need to be added later as budgeting allows). We prefer l ump sum contracts for their simplicity, but if you think the city would rather us provide these services on an hourly not-to -exceed basis we would be willing to do so . Feel free to call me with any questions . Eric Ratzman , PE Senior Project Manager 0 : (512) 777-462 0 C : (512) 608-3159 HALFF ASSOCIATES, INC. 9500 Amberglen Blvd., Bldg. F , Suite 125 Aust in, TX 78729-1102 Ill HALF F. ••• SMARTER SOLUTIONS Halff.com I Facebo ok I Twitter I Linkedln I Yo uTube From: Ratzman , Eric Sent: Friday, October 06, 2017 10 :06 AM To: Raquel Gonzales <rago nz ales@cstx .gov> Subject: RE: Lick Creek HB Parking/Trailhead Hi Raquel , 3 Ill HALFF ••• SMARTER SOLUTIONS Halff.com I Facebook I Twitter I Li nkedln I YouTu be From: Raquel Gonzales [mailto:ragonzales@cstx .gov] Sent: Friday, October 27 , 2017 9 :32 AM To: Ratzman, Eric <eRatzman@Halff.com > Subject: RE : Lick Creek HB Parking/Trai l head Hi Eric, I have a meeting this afternoon with electric and Venessa to discuss the propose d location. We are st ill reviewing the proposal. Venessa wo u ld like to have the 40 spaces, so I am using al l 3 prop osals as a guide to find a happy medium. I wi ll be in touch early next week . Thank yo u for fo llowing up. Have a great weekend. Raquel Gonzales, P.E. Engineer I Public Works Department P.O. BOX 9960 College Station, Texas 77842 Office 979-764-5091 I Fax 979-764-3489 ragonza les@cstx .gov Crr\' 0 1t Cou.r.GE . ·rxn o ~ f!tf.woflixm A&M nirmiq' From: Ratzman , Eric [mailto :eRatzman@Halff.com ] Sent: Fr iday, October 27, 2017 9 :23 AM To: Raquel Gonzales <ragonzales@cstx .gov > Subject: RE : Lick Creek HB Parking/Trailhead *****This is an emai l from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose. Never enter USERNAME, PASSWORD or sensitive information on linked pages from this email. ***** Hi Raquel, Did you get to discuss this project with Emily this week? Do we need to make any other edits? Give me an update when you get a chance . Thanks, Eric Ratzman , PE Sen ior Project Ma nag er 2 Venessa Garza From: Raquel Gonzales Sent: To: Friday, October 27, 2017 10 :42 AM Venessa Garza Subject: FW : Lick Creek HB Parking(Trailhead FYI, Follow up email with Halff. Raquel Gonzales, P.E. Engineer I Public Works Department P.O. BOX 9960 College Station, Texas 77842 Office 979-764-5091IFax979-764-3489 ragonzales@cstx .gov Crrv oF Cou.i:<:t: S·n\·n o :-: HPml' <1f Tf?Qf1 t fch\I Uai H'l'fir/ From: Ratzman, Eric [mailto:eRatzman@Halff.com] Sent: Friday, October 27, 2017 9:41 AM To: Raquel Gonzales <ragonzales@cstx .gov> Subject: RE: Lick Creek HB Parking/Trailhead *****This is an email from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose. Never enter USERNAME, PASSWORD or sensitive infom1ation on linked pages from this email. * * * * * Ok, thanks for the update! FYI, we estimated more like $400,000 to construct trail head and parking lot containing 40 spaces. The $280,000 budgeted will not likely provide for 40 spaces (without cutting many other items), which is why I recommend doing a layout that can be expanded later in the future . Another idea for reducing cost could be just using concrete drive to the parking lot and then the remainder of the drive to the electric substation just be flexible base (which is what they have now), unless CSU wants to contribute to pay for a concrete access drive . Enjoy your weekend too, Eric Ratzman , PE Senior Project Manager 0 : (512) 777-4620 C: (512) 608-3159 HALFF ASSOCIATES, INC. 9500 Amberglen Blvd ., Bldg . F , Suite 125 Austin , TX 78729-1102 1 Venessa Garza From: Venessa Garza Sent: To: Wednesday, September 6, 2017 2:36 PM Molly Hitchcock Subject: Lick Creek Trailhead info Hey Molly, As discussed, I'd like to use operating money in my budget intended to be used for the implementation of the BPG Master Plan to help with the cost of the Lick Creek Trailhead/Parking lot. When I asked Halff and Associates for a design cost estimate they also did a rough estimate of the construction. Here are the costs : Design: $65,000 Construction: $425,000 (for 40 parking spacing, a trailhead and connection to the trail) Total: $490,000 Current CIP budget: $280,000 available (remaining from the Lick Creek trail project just completed) Difference : $210,000 With this shortfall we can maybe get a 20 space parking lot and would design it with the ability to expand . Any additional money would be helpful to get closer to 40 spaces. The goal would be to use THIS FY's ava i lable budget of about $16,000 . (I thought I had more in that line item but I don't ®) Venessa Garza, AICP Senior Program Manager Bicycle, Pedestrian & Greenways Program Planning and Development Services Department Mailing Address: P.O. BOX 9960, College Station, Texas 77842 Physical Address: 1101 Texas Avenue Office 979-764-3674 I Fax 979-764-3496 CnY <W Co t JJ ~rn . Srxn o ~ /lw,,,ufT""" ll<fM u.,,,,,.,,;,, • 1 Lick Creek Greenway -Park ing Lot and Trailhead <trr~ CITY 01 · C1l1JJ'C,h ST"\TI()'\: Pre liminary Opinion of Proba ble Construction Co sts Ho'"r <1{Uut Ad-.V £im1Ymn• Item Q u a n tity Unit Unit Price Amount Subtotals Parklna Loi $145 ,000.00 Pav ina 2,500 SY 40 .00 $100 000.00 Gradina 1 LS 5,000.00 $5 ,000.00 Clearina & Erosion Control 1 LS 10,000.00 $10 ,000 .00 Shade Structure 1 LS 30 000.00 $30 ,000 .00 Amenities $82,000.00 Gatewav Mon ument 1 EA 12 000.00 $12 000.00 Trailhead laavina, bench , sian , bike rack & trash receotaclel 1 LS 60,000.00 $60,000.00 Water fountain and 2" sucolv li ne 1 LS 10 000 .00 $10 000.00 Trail Connectio n $38,000 .00 Concrete sidewalk 600 SY 40 .00 $24,000 .00 Drainaae culvert 2 EA 2,000 .00 $4 ,000.0 0 Wavfindina stat ion and sian 2 EA 5 000 .00 $10 000 .00 Concrete En tra nce Drfvewav $75,000 .00 Concrete En trance Drivewav 1,000 SY 75 .00 $75,000 .00 SUBTOT AL $340000.00 Moblllzallon & Insurance l5%l $17 ,000 .00 Conllnaencles (20 %l $68,000 .00 I I TOTAL $425 ,000 .00 Ass ump tions/Disc/aimers: Opinio n of Probable Construction Costs(OPCC) rep resen t the Consultant best judgement as professionals, famlllar with the construction industry and current a vaila ble unit pricing ; Consultant does not guaran tee that proposals, bids or actual project costs wlll no t vary from Its Opinion of Probable Construction Costs. Quantities are estimates on l~e actual amount of work and/or materials sre contingent upon final design of these facllitles. r::V ~ !"<" "' ~Ix_\/ .~!\; rJ' 4/27/20 17 Page 1 of 1 LICK CREEK PARKING LOT-PRELIMINARY ESTIMATE OF DESIGN COSTS CITY OF COLLEGE STATION, TEXAS BASE SERVICE ESTIMATED FEES Task 1: Project Management I Coordination $5,000 Task 2: Site evaluations comparing two (2) focations Task 3: Field Surveying & Preparation of one (1) parcel $8,000 Task 4 : Geotechnical boring and recommendat ions $7,500 Task 5: Civi l Engineering Task 7: Env i ronmental -·\n~.fS ? Task 8: Bidding, Construction Phase, a $10,000 Task 9 : Reimbursable Expenses $1,500 TOTAL ESTIMATED DESIGN FEES* $65.000 ASSUMPTIONS: • Parking lot to be located near Lakeway Drive (or cross street ) and provide about 40 parking spaces • Based on approximate cons t ruct ion costs of $425 ,000 • Appro ximate ly 500 linear feet of sidewalk to connect the parking lot to the trail • Assum es rest area, tra i l head , wayfinding, and monument design drawings will be reused from the • • • ~.fl;.--· -1\v i}~ • vv .J.' Greenway project except that a prefabricated shade structure w ill be specified Direct ional signage on the street is excluded (would be part of Lakeway Drive design) Any permit and/or proce ssing fees would be responsibility of the City Wat er for fountain would be a long service line to be connected from the street Environmental does not include resource agency coordination , if required~~· 2:.f>W~ ~, etc) Drainage will be surface drainage (excludes storm sewer) ur~"" • Excludes storm water deten ti on, landscaping, irrigation, electrical , bathroom, & sewer design ~/*Prepared for planning/budgeting purposes only; a detailed scope of work and fee proposal will be / prepared and negotiated based upon the determined project scope . iii HALFF Lick Creek Trail Corridor Parking and Trailhead Estimate of Probable Construction Costs -May 2014 Item I A Parking 1 Concrete Curt> and Gutter -Drive and Park ing Lot --ieJ6 350 LF $12.00 $4 ,200.00 2 Excavation IBased on a deoth of aooroximatelv 8") fl)~ 140 CY $20.00 $2 ,800.00 3 Grading (Oeoth of 6" aooroximately 5' each side of trail) [Y. 110 CY $16.00 $1 ,760.00 4 I 2" Asoha lL.Drive. l j7( 600 SY ~ 40 $10,800.00 5 Comoacted Roadbase 110 CY $30.00 $3 ,300.00 ? 6 Driveway Acron 2....oe--I'"" 100 -SY $50.00 $5 ,000.00 7 Wheel Stops .tt(Z,O EA $100.00 $1 ,000.00 8 Barrier Free Ramos 1 EA $1 ,350.00 v ? $1 ,350.00 9 Striping Parking Lot 1 LS $2 ,000.00 ~? $2 ,000.00 _,,.,..-~ Parking Subtotal { $32 ,210.00 ....... ----B Trail head ~ 1 Trailhead Concrete Paving ((5" Thick Concrete w/ 6 " lime base and excavation) 171 SY $60.00 $10,260.00 2 Tra ilhead Pa ver Border 26 SY $80.00 $2 ,080.00 3 Tra ilhead Limestone Pa ving 53 SY $80.00 $4 ,240.00 4 Trailhead Bench 1 EA $1 500.00 $1 ,500.00 5 Trailhead Bicycle Rack 2 EA $750.00 $1 ,500.00 6 Trailhead Trash Receotacle 1 EA $550.00 $550.00 7 Trailhead Gateway Monument 1 EA $6 ,500.00 $6,500.00 8 Trailhead Informati ve SiQnaQe 1 EA $4 ,000.00 $4 ,000.00 9 Trailhead Fence Columns 6 EA $1 500.00 $9,000.00 10 Trai lhead Fence 102 LF $50.00 $5,100.00 11 Stone Seatwall 12 LF $250.00 $3,000.00 Trailhead Subtotal $47,730 .00 Parking and Trailhead total $79,940 .00 Note: Th is statement was prepared utilizing standard cost estimate practices . It is understood and agreed that th is is an estim ate only, and that Engineer shall not be held liable to Owner or third party for any failure to accurately es timate th e cost of the project, or any part thereof. I 2014-0214-Lick Creek Greenway New !railhead and parking.xlsxTrail head Preliminary Estimate -May 2014 Costs Subject to Change ~-----·--------· ··----· ------·-----------------·····-······················ ,. ••• HAL FF Made by Dato AVO Task Dept. ••• ••• Choc ked by Date Shoat No. Fo r • I J .; 0 t----~ ~· D -------- . :· IT ··l-----. il ·. 1o-n--I'-' · :··. u r ~ ~ D .. : ...... -~-r.~~-----~------...... ·, --~ ..... • • : ..... ~ J. •• • • • • " • .. • • • • . . . . .. . . . . . .. ". . . . . . . . ,,, " . ......,,.._ _ _,,.. . . . . . '· • 4 . . . . .. ·1 . , . . . --~ . .. . . . . .. 71..' ~I' F: (979) 764-3 489 dcharbonnet@cstx.gov City of College Station Home of Texas A&M University ® City of College Station Home of Texas A&M University ® 3 - From: Cooper, Wayne Sent: Friday, May 02, 2014 4:11 PM To: 'Danielle Charbonnet' Subject: RE: T rail Head Danielle : ---------- I had thought that we had a plan graphic that illustrated the proposed trail head , but I cannot find one . I did find an early estimate of probable construction cost that detailed various elements which would be included in the development of a major trail head and I have attached that to this e-mail , which shows the cost for a trail head to be in the neighborhood of $83 ,000 . I will circle back around and compare unit prices with our latest estimate of probable cost and send that as well as soon as I can get this revised . Please let me know if you have any questions or comments , Wayne H. Wayne Cooper, ASLA, AICP Vice President HALFF ASSOCIATES, INC . 4030 West Bra ker Lane , Ste. 450 Aust in, Texas 78759 Office 512-777-4600 Direct 512-777 -4 590 Fa x 512 -252-8 141 Cell 512 -663 -4569 wcooper@halff.com 17 08 N . Dal Paso , Suite #3 Hobbs , New Me xi co 88240 575-391-3805 From: Danielle Charbonnet [mailto:dcharbonnet@cstx.gov] Sent: Friday, May 02, 2014 2:48 PM To: Cooper, Wayne Subject: Trail Head Wayne, Have you had a chance to revise the cost estimate for the major trail head? We are looking at putting it near the electric substation off of Lakeway after that roadway extension goes forward . I just need a general cost estimate so that we could set aside an appropriate amount for it. Thanks, Danielle Charbonnet, P.E., CFM Assistant City Engineer Public Works Department City of College Station 300 Krenek Tap Road College Station, TX 77840 P: (979) 764-5028 2 .. Venessa Garza From: Danielle Charbonnet Sent: To : Friday , May 09 , 2014 4:56 PM '\ Venessa Garza Subject: FW : Trail Head Attachments : 2014-0214-Lick Creek Greenway New trailhead and parking .pdf; 0976_001 .pdf Hey, how are yo u? Here's what Wayne sent me. I would double the amount he used for pa rking because my guess is we would install a larger parking area, at least 20 spaces . I also asked him for the unit cost if it's concrete. Since it will be built with Lakewa y, and we tend to go concrete for roadways these days, there's a good change it will be concrete. I don't think it will change drastically --concrete is about $30 -40/SY. If you double the parking portion of the estimate and add a sizeab le con t ingency to the tota l, like 25%, that shou ld be good . Let me know if I cou ld he l p with anyth in g else . Danielle Charbonnet, P.E., CFM Assistant City Engineer Public Works Department City of Co llege Stat ion 300 Krenek Tap Ro ad College Station, TX 77840 P: (979) 764-5028 F: (979 ) 764-3489 dcharbonnet@cstx.gov City of College Station Hom e of Tex as A&M University ® ·-----. -·----------··----- From: Cooper, Wayne [mailto:wCooper@Halff.com] Sent: Friday, May 09, 2014 4:35 PM To: Danielle Charbonnet Subject: FW: Trail Head Danielle : Please see the revised estimate of costs for the trailhead , along with a conceptual sketch of a potent ial layout. Please let me know if you have any questions or comments . Wayne H. Wayne Cooper, ASLA, AICP Vice President HALFF ASSOCIATES, INC. 4030 West Braker Lane , Ste . 450 Austin , Texas 78759 Office 512-777-4600 Direct 512-777-4590 Fa x 512 -2 52-8141 Cell 512 -663 -4569 wcooper@ halff.com 1708 N. Dal Paso , Suite #3 Hobbs , New Mexico 88240 575-39 1-3805 1 ,....... - . ' • ~" . , ~\ " - - J_ o oz. -&. tu.A .. ··"'\ ~w~ ).Jvtp I -l~lt.G.o! -I f e.h cl,Dl 1 4 4/Nt.:11~·. ' ~ N(N -ioo~ --f1~st-~eA~-~~ @ [ - J 11 11 I . I '; I - _J C,cy...s-htM..~ loud "'1 4 .t:f 2-~ 81 o4(p ln4V)Vbt c;f_ 3'6 3, e;;TJ 7 '1 c;-, 4CR f J • V>~5· I <)~~ -~t-~.llv, - ~~~Mt+ ~/li/~2-0 . • ~~ 450&, ;ill~ .J:t1i,00o ,.1._,._;__ V-,_A ·1 # '1,coo .., :;;M. ~'~ /~~l.1 -111r .:. -p~f?Jk4"-• '4-h..._ .: • -. I • MtM.t SC7'k ..,Q..o i "1 d--;; I tJ ~ ~. -4t;to 1 1o<o. ~~~ ~s~. '' i 'i, ioo_. i ;LO I $"l)(p • ~~O\l\..eJ .f6 R~~d- " EJ3, i,o"Z..A)· \A V(L-6rLLJ.AL ~'V-o~ ~n. ~~IS~ wM-~~ ~r--~~ -1-u fL<...Vt~ nst-~n.-K..l~ , V\-1-CI\ -,'"" F~ p~ ~..:h. -rlA.mz,,,1,.~ ..., --I ~A..4....6,. ,~ ..,,.,.--. I - ... . . ~ ' ~~- -- / ··~. -. .• ] z ?O'' -li6~ ~~L p~\l-LJV"....--. Lot /T~e_~ Description Original Estimate -Base Bid Original Estimate -Base Bid -10% contingency add 10% contingency to get estimate to 20% contingency Base Bid -New esimate Add-Alternate Items Add Alternate Items -10% contingency add 10% contingency to get estimate to 20% contingency Add-Alternate -New estimate NEW TOTAL PROJECT COST Design Fees Staff and Consultant Total Project Cost (For Option 1 -away from Lakeway Drive) Total Available Budget (staff time, design and construction) Difference Minus -$$ from Electric for Gate Minus -$$from Parks and Recreation Department Parkland Zone 9 Total still needed Amount $ 178,358 from 7 /1/2018 estimate from Halff $ 17,836 $ 17,836 $ 214,030 $ 61,680 $ 6,168 $ 6,168 $ 74,016 oO '1 . 0 $ 288,046 .· Vf $QOIOO<f") $ 3Gs;o-46' $ 368,046 this includes a 20% contingency and design costs $ 284,972 as of Nov 2018 $ 83,074 $ 5,000 $ 78 074 $ c§b600) $ 15,474 from P&DS CHANGE ORDER NO. DATE :12/03/2018 Contract No .18300270 p .0.# 18202410 PROJECT: LICK CREEK PARKING LOT AND TRAIL HEAD OWNER: CONTRACTOR: City of College Station Halff Associates, Inc. P.O. Box 9960 9500 Amberg len Blvd., Bldg F Suite 125 Collecie Station, Texas 77842 Austin , Texas 78729 Ph : 512-777-4600 PURPOSE OF TH IS CHANGE ORDER: A. Provide additional professional eng ineering services to relocate the Lick Creek Parking Lot and Trailhead from the ori ginal proposed location. ITEM UNIT ORIGINAL REVISED ADDED NO UNIT DESCR IPTION PRICE QUANTITY QUANTITY COST 1 LS Lick Creek Parkino Lot relocation desion $9 ,868 .00 0 1 $9 ,868 .00 TOTAL $9,868 .00 THE NET AFFECT OF THIS CHANGE ORDER IS 17 % INCREASE LINE 1 (41399971-6560) $9 ,868.00 TOTAL CHANGE ORDER $9 ,868 .00 ORIGINAL CONTRACT AMOUNT $56 ,694 .50 CHANGE ORDER NO . 1 $7 ,500.00 13% CHANGE CHANGE ORDER NO . 2 $9 ,868 .00 17% CHANGE REVISED CONTRACT AMOUNT $74 ,062.50 31% TOTAL CHANGE ORIGINAL CONTRACT TIME 104 Days Time Extension No. 1 14 Days Time Extension No. 2 90 Days Revised Contract Time 208 Days APPROVED A/E CONTRACTOR Date DEPARTMENT DIRECTOR Date CONSTRUCTION CONTRACTOR Date ASST CITY MGR -CFO Date PROJECT MANAGER Date C ITY ATTORNEY Date CITY ENGINEER Date CITY MANAGER Date Description Amount Total Project C~st (For Option 1 -away from Lakeway Driv ~ $]68,046 Total Available Budget (staff time, design and construction) 284,972 Difference $ 83,074 M i nus -$$ from Electric for Gate $ 5,000 $ 78,074 Minus -$$from Parks and Recreation Department Parkland Zone 9 $ 62,600 is includesP,ontingency and desi~n costs , asofNov20 ~ Total still needed $ 15,474 from P&DS - 1( ~ ~*ts:,Jj~ ~ ~c. v ~\-ft. ----+-+ ~~~ bud#~ db>--4:_=~=-~---"--$~---2..(,,'t J 1"1 z.. 1 ----9r-fl0'\'\ 2-2. & (p J q 2 __ _.i ~o-@fu_ ------:.... ~000 5~-le z_g1,~&r2- -2-~1 I /12----tt---:::::::---~--------~~ ~ ~____, ' 'L--1 I 00 ------- ----tt-------~;i.~s::_'t ·1qz-____ ----tt--------~ (Av.._~~~, ----tt----::-41: ;). 0 1, t '1 'V ______ __J ----H------- ~ ~ 41 04"7-'°"~-· -------- --~ -~ ~'i, v~ ~ '--"------ ----H------"(Joo ~~~ I Qt::ilf?r~'·~ ~ 2 4~ -7~ 2..Sb. I ~-----+~Iv-, -~e~~5 v-Mul~ -Mctt-h~ ~~sfi~-c~ 'd~ __ ~_.__-~~--~-~--~tit-,~-· ----------~~--~ ~~ bt.f ---~~-----------~-------~, .. _Js>o, OU0 \")C~b{~ __ ~---------- -J'l.t;ldtLl.\ ~ 3 ~ . -----+-1----- ""'l.vj-w~ " -------!.+---- Y t1-~ .· ~ ooo tqz c,oo . , . P~DS ( . . .. -. , . R~~~ ----~-- \'--\1 -~ ~c.k ~ t{) ~ ----H-----.,___ - -----------~ ~·~ 2--97(). ?? --- ----l-+----~--~ vLtd.., -tk '-'1$+ il'\.Ut.~. ------~ -----!+--~ i<o 8 ~ ~--------------1 -----H--_.:.,I_,.:!~ z_. r;D <:Jv-vQ__. _____________ __] ___ ........--==:.:::l.~~ fl.t:<.~~ ~It<; 11 .:____ ----+:i1111.-...:_W....:.....:..es1.t.vt-~~-Liv ,~ rz-.0·~ _ _ -~~~~~r - CtiSf-d:.t~W -------++----fA£-~ · rzott-t{ ~l ~~-~~--e--"-J; ___________ -1 ----++---I ~ UVVvGd flAJ'fltL . __ ----++--~ _YJ_ev ~~ Vl!w I ~~ ----++~.i ~~S"fmvket_w / Hv-Yl#-_ 30~u . f'frVts. ______ _ l I --~~Mr r~ ~ ~ ........... ~ ~ ~~-tr 'tJ1A. 4/3 '4(~ -c~ v. ~~~~~++---1-lf~___;:;__J-'-~~~~~~~~~~~~~~~~~~- -> 0 d.-t~ ~ @'"f12*lGc+ -~t-1~ .SGoe=:_. ~.ct ~~~-~~- @ G~t..6'h'tt.0 \S ~ vJ ~~~, v--ot ~-he...~ -------;-+---'Q2 -~c tlc-laL ~~. ~~~---~~~~~~~~ ~~~~~~~~-~~.:::---~~~~~~~~~~~~~~~~~~ fl~0 ~s A-W\r:)..uz., ~~ ~->''\.:~~ Q -> IS---"> /co ' ~+ vJIL to dJ ~ tA.S S H\.. t d:1'n.u .. ., & t •UL f-1 LJ\..\. <J t I cl ''J ,, --0. ' I " I 7 ----~ 4fi;/\ Mee~j ~ -~l~c.;t1zJc _ -----i+----T1 VV\ ,_ vw..s / 'DfYhie\k Vl~t~) Au b~ ,_ --------1 ------1-1--_(oot+ -1uJ.lb't. -~12.-t~~;rc.~-- 1 Sr~ A-~ w/ ~ve..tay~ Df . Lot 2.. ----++------------1 -----++---_ cu.--r<l> c~ 1r1i'cl'fi. ------~~----------' -----H-_.;_flt~c.. c"""'~ ,,.;/ ~ ---=-------------1 -- ----H----. -----+~-'~~g ~~vc...S~~-~p f'ill-C<:,_!_L ------------------11 ---~ W~ ~·. -Ml~µ _ -~v..t~·~ ~~+ -~-lo{_i?oruj ~ ~~~·- -~-~S~st~ -----++-- ----f+-5 ~ ~-~~ ·-------- -----'-~~_,_~ .. ~---------- ----H- 5 /z,1 jt~ RCly-<L -c~ G 5~~ _.s112-L-(. ~I ~-lJA ~fa.tr: - )oe&l ~ ~ t;t--dd..~ t ~pe~ 1A.-A./.M-l 1~ -r . CO\A ~ -?@ { o lrA-ftOh ~~ w&Jtr\o\ to* ~m-17Y1-~-(µ_,~~·-- b/v ~+ f~loc~1'~ ~V\eA.~ ___ _ :1.' / I . ,. .... f • I ' ' ·-, I • I ~ 3\J,q $1) Alt3 S-,?>W IM'n1~J 2-lo&J 1 ei~ v/ V4'0'f~_j Prlt' 2'l-3~() ~~:-~· 2---4 2.. 34• i u --------++-1/~o' UJL "'' fbc.lff -fz _!J{s~~ 50~-o ~ . ___ __. __ ___._.__--=-F;u '-') RGL~d-_______ _ ---++----- __ __..._-l··~At~-----------1 . C vlLJo&;,{ AIU.AS. --~~----------------~I . --~----~'t --------------1'1 -b~b~.ct,- --~-+---@h~ 1D ~ ~~ /de-~1'~.' rzw~ ~ Pl~_5 -?? IPkct:' .------------------1 cl~. 'cMNlh ~ .,..~ ------------1 ----H ~~O'*·~ --------- :tt:-.:;,p~ -Co st '. ----++ ---------------1 ~~. ~--- ---++:.4---1!!11"' s~ -~ ~- ---~· J~~~5g ___________ --J ·W!L· fJ~(i 0.JL Wj An~~ R<~.:i 2o1z._ GS i\~ tts~~~ ___ _ ~~s~~~·~~~ ----++--~tMj ~ -----H-~t~ ~J ~vfk bv~1~ .fth-tSS~ ___ _ -.· ', I • . j_ -...,, , . _,_: ,.J..).J ' .)... . ·, { -- \. . ' ..... .. . . -. . . ,.. .. I_. '-'. t c . .' -"Z--0 l 'f . . --. . :=..;.!....:~~~~·~~~~~~~~~~--J I ~ .......... _.,_,., .·,·~--·~,,,. .......... _.~,_.~-.,,;.- ~ n.~~ q..u...k 1vy, hA-t:A.'--~· -~~L -------P~~r-4--u.. -~ ~·s. ~llt~~~ --~~vl~~~ __,, -Ml~ (Jee.~~- ~~($.., ~· --- H [ (4: { tt'f ----- M ol ~ '~ o\l. VV\-h-ro Cu-nh t?"' ~-l_fJ_ ~ ~ ({ Sul?~µn-· ---- . ~ ~ e.,le_ ~'2-1. (.,,. --- SpbtQ ~ q_,~~--·v-nll v.J{J._o{-~ ~ - -- {.St (__ ~l{ (..,-$~< . t<so~o p~ ~l~ I { r7 / 2-o W -f 0 0 11} o f / l't\'1 S ·, '"\ .{:,"l.. rz,t.A/ I~· - OW/l \ov~ h~ j~~J 000 ----- 1/-it--MA~~ --~~I . . ---- ... - ---- .;o,.;;. --u ---- - - r I I I I I ~ -· r ,, ( t [ ,• I . " -1 I c. I ( ., t T I . . -: . ) ·- '-i.," I i f 0 ':-'" ... i 7, I ' ~ I G l ' I I <-I ', .... I I c:. I I. I· I , ~ lf ' ,'? s:"" .b J -r: ,(, ~ r i ".,!>' r:I I. I.;:, t :2. .. I ") I t (' '.t I • .... t/ '- ~ .,. ,, l,. I ~ ~. ' I I '2 I .c:. I 1: , l ..,.. t ~-:· I (... . I I I I I lick Creek 100% Comments Co mment# !Comment/Questio n I Resp onses CSU 0 I No Comments I PARKS 1 Add Trash Receptacl e -Pil otRock Model TRH/G-55 PC24 I Parks How many and where should they be added? I Halff, Can we qet a cost per unit? 2 Add hose bib to Murdock Dr lnkinR Fountain I GYQ84-MO-PF-HB3 ../ Ok, we will address 3 Where does water go after it leaves the site? ,/ Dra ins to the culvert under Lick Creek Trail north of CSU substation . VeRetation-appears well established there. 4 Grout 3" Bull Rock @ corner of parking lot Can chan~e to grouted 6" Rock Riorao parks Is this acceptable? I 5 Not sure about the solar powered light poles? I Kellv? Not sure how to address auestion What alternative if anv? oull electrical? I 6 Any flat work, sidewalk or curbing in stalled will have 3-ft of sod We concur with this comment. Does PW agree? if so adds construction cost (:>6000 +/-) I Parks, Is this required? and is hydromulch a cce ptable at all locations? Who will maintain? I !Ec onomic Devel opment I 7 30-IN cu lvert doesn 't take Into account the deve lo ped C value s for areas 1 and 7 Halff providing fee for add itional design . Note there will also be additional construction cost (-$8,000 to 10,000) /l_,..-L ( ,1_,,..._-._ ?'1 Planning v-~1 JVv V'~ _, 7J . ~ 8 Wavfinding Sign Graphic Will address as commented 8.1 Add 'Park' to Southern Oaks and Rea tta Meadows Will address as commented 8.2 Change Southwood Athletic Park to Bri an Backmann Park Will address as commented Change Labeling for M idtown Dr ive to that similar to Ba rron Road so it sta nds out more 8.3 and since it's the road the !railhead is on . Will address as commented 8.4 Can we get a co lor version for review? Yes -Ema iled 2/3/2020 Lick Creek 100% Comments Comment# !Comment/Question I Responses CSU 0 I No Comments I PARKS 1 Add Trash Receptacle -PilotRock Model TRH/G-55 PC24 I Parks How manv and where should they be added? I Haiti, Can we Qet a cost per unit? 2 Add hose bib to Murdock Drinking Fountain I GYQ84 -MO-PF-HB3 ,/ Ok, we will address 3 Where does water go after it leaves the site? ,/ Drains to the culvert under Lick Creek Trail north of CSU substation . VeRetation appears well established there. 4 Grout 3" Bull Rock@ corner of parking lot Can chanRe to Rrouted 6" Rock Rlorao parks is th is acceptable? I 5 Not sure about the solar powered light poles? I Kellv? Not sure how to address auestlon What alternative if anv? oull electrical? I 6 Any flat work, sidewalk or curbing installed will have 3-ft of sod We concur with this comment . Does PW agreel It so adds construction cost ($6000 +/·) I Parks, Is this required? and is hydromulch acceptable at all locations? Who will maintain? I Economic Devel opment 7 30-IN culvert doesn't take into account the developed C values for areas 1 and 7 Halff providing fee for additional design . Note there will also be additional construction cost (-$8,000 to 10,000) Planning 8 Wayfinding Sign Graphic Will address as commented 8.1 Add 'Park' to Southern Oaks and Reatta Meadows Will address as commented 8 .2 Change Southwood Athletic Park to Brian Backmann Park Will address as commented Change Labe ling for Midtown Dr ive to that similar to Barron Road so it stands out more 8 .3 and since It's the road the trailhead is on . Will address as commented 8.4 Can we get a color version for rev iew? Yes -Emailed 2/3/2020 :f c.r.o ·--~--- I~ ~~ I I I I ' \ I I \ y vi I I I I \ I I \ I l . /" \ ../ \ 1. \--1 \--1 \ \ \/ -I .. ---302---- \ \ \ I \ I I 1r ________ ___ I I ..,_ '- \ I I ~~ \ I I / " I \ I \ I I l_ \ \ I I I I T I I I ) / " r I I 1 -,.,_~--===---~ r-- 1 / / I / I ii ) I I I I r ' / ' / --------;---------------~----7-~~~ // / I > REFERENCf. MARKERS _. ............ ,... ........ -IDD,..•"TICOO.T'<llr -... ·-------"""...,.,,. .. .., ___ _ __ ..... .,. .......... _. . .,_._ ..... --·-·-..... ·-·-···---~--·a.r---........ ·--~_..., • .,_"'..,.,.""«>HO• _ .............. --.... , .... .._,. l'C-000:C0:'11_, ... """- SITEIHFORMATJON __ .,._.....,. -· ,__,......, -. ...__. ..... ~ .. TYPICAL COM81HEO CURB ANO GUTTER SECTION I ' I LS / Koow~r,below. Call before you dlg. .. -:~-..nor 1-GE-"-"'-'-'0_"_' _______ ~1 ~Ill ·.::::.:~ :--.:,-;.-;;--~~~-~~:.:;~-.;: ~~ ~O(·-=~UAt'l-~~z:.::."==.':!i.~ IA. ---·~ --=:-i-c ~-~~~;~;C::~ ~oe I I I I I I I I I _,, I I --· ·-------'"''·-· __ ... ______ ...,,. _____ .. _,... ..,_ ---· ·----.... ...... ~--""'--.---.10::. I I I I I I I I ,,./\I / I I / \ I I ~ I I ' I I I I I \ "-~--"'--~' I '-l"~'F'==i'~./ ' I ' ' I I I I I I I I I I I I I I I I I I I I ---r -.0,.- / I I I I I -1--1- 1 I REVIEWED FOR COMPLIANCE C ITY Of COLLEGE S TATION Pt.ANNING & O E\IELOPMEN T SERVICES REVIEWED FOR COMPLIANCE Cnv Of CollEGE STATIOfl Pt.ANNING & D EVE LOPMENT SERVICES EHGIN H AJNG 0!\llSION .. ,, 0 z <( z UJ :'.3 !:: Cl. en <!> Oz UJ -en o ~Oli Q(!) 0::: Cl. .l i' i M u lick Creek 100% Comments Comment # !Comment/Question I Respon ses CSU 0 I No Comments I PARKS 1 Add Trash Receptacle -PilotRock Model TRH/G -55 PC24 How many and where should they be added ? 2 Add hose bib to Murdock Drinking Fountain I GYQ84 -MO-PF -HB3 Ok, we will address 3 Where does water go after it leaves the site? Drains to the culvert under Li ck Creek Trail north of CSU substation. Vegetation appears well established there. 4 Gro ut 3" Bull Rock @ corner of parking lot Can cha nge to grouted 6" Rock Riprap 5 Not sure about the so lar powered light poles? Not sure how to address question 6 Any flat work, si dewa lk or curbing installed will have 3-ft of sod We co ncur with this comment. Does PW agree? If so adds construction cost ($6000 +/-) Economic Deve lopment 7 30-IN culvert doesn 't take into account the developed C va lues for areas 1 and 7 Halff providing fee for additional design . Note there will also be additional construction cost (-$8,000 to 10,000) Planning 8 Wayfinding Sign Graphic Will address as commented 8.1 Add 'Park' to Southern Oaks and Reatta Meadows Will address as commented 8.2 Change Southwood Athletic Park to Bria n Backman n Park Will address as commented Change Labeling for Midtown Drive to t hat similar t o Barro n Road so it stands out more 8.3 and since it's the road the trailhead is on . Will address as commented 8.4 Can we get a color version for review? Yes -Emailed 2/3/2020 Please refer to section 12 -7.3 Off-Street Standards of the City of College Station Unified Development Ordinance and the Site Design Standards for requirements that pertain to this project . • City of College Station UDO: https://library.municode.com/tx/college station/codes/code of ordinances?nodeld=SPBLADE OR APXAUNDEOR ART7GEDEST S7.30REPAST Site Des ign Standards : http://www.cstx.gov/Modules/ShowDocument.aspx?documentid=11402 1. For the cost estimate : a. Please remove the city staff and design & construction support services from the construction estimate . b. The entrance monument and illumination need to be placed back in the base bid . c. The additional 10 or so spaces placed in the base bid will need to be reduced and placed back into an Alt Bid to match existing budget with above changes . d . Was the CSU gate removed from the project? I don't see it in the cost estimate . 2. Due to the increased cost of the water fountain, remove from the project. 3. The perimeter of all paved surfaces shall be curbed except for the section to the substation. See section 7.3.G - 4 . For the cross sections : f • a. Section A-A -was it decided that 8" pavement wasn't needed? 'i' b . Section B-B Trailhead Drive -should the depth be 6"? t; c. Section C-C Parking lot-../ i. The total width label needs to be updat~d ii. The width of the aisle can be 23 feet . ./ iii. The parking spaces need to be 9 X 20 . See 7.3.C.1 1. 7 .3.C.5 -An eighteen foot paved space may be utilized where the space abuts a landscaped island with minimum depth of four feet . An eighteen -foot space may also be used when adjacent to a sidewalk provided that the minimum of the sidewalk is six feet . -tv. Remove tl:ie wheel stops since the parking lot will be curbed . d. Section D-D Trail connection -Use the reinforced concrete trail section from the Lick Creek Greenway trail project. 5. The wayfinding sign graphic will need to be updated with a new aerial (which we can provide), You are here text and maybe a symbol , as well as a call out with directional arrows and mileage for Lick Creek and Creek View Park since there will no longer be a wayfinding/distance marker bollard . 6. Similar to the wayfinding/distance marker bollard for the Lick Creek Greenway Trail , add the concrete pavers, etc . to the bulbout section . 7. Please provide a Drainage letter or report stating if detention is required i n accordance with the City's Watearth Timing Assessment which states that this area is in a detention evaluated zone . CHANGE ORDER NO. 2 DATE: Ma rch 29, 20 18 Contract No . 17300495 P.O.# 17206357 PROJECT: Lakewav Drive Extension Proiect OWNER: CONTRACTOR: City of College Station Larry Young Paving , Inc. P.O . Box 9960 PO Box 11779 Ph : 979-823-4888 Colleae Station, Texas 77842 Colleae Station , TX 77842 Fax: 979 -823 -4884 PURPOSE OF THIS CHANGE ORDER: A. Barbed Wire Fence: Upon completion of clearing the area near Medical Way of trees, brush, and other debris, it was discovered that existing barbed wire fence needed to be relocated to the new Right-of-Way line . 851 LF of T xDOT Type A barbed wire fence was relocated to the new ROW line and new gates reinstalled along fence line runs where there were preexisting gates In order prevent lives tock on adjacent property of entering the project site. B. Additional Junction Box: The existing flow line and proposed flow line of the new and existing storm systems requires an additional junction box. The flow line of the existing line was found to be different from the record data when it was uncovered in the field. As such the 48-inch storrr drain cannot be connected to the existing 4x3 foot box at STA 164+56. A 6x4 foot junctio n box is requ ired to make the flow lines work and will include the cost to remove and replace sidewalk on the existing section of Lakeway Drive. C. Water Utillty Quantities: Additional 8-inch waterline quantities are requi red in two locations. The first location is to serve the new developmen north of the existing Methodist church property. Th is includes connecting to an existing 8-inch line that envelops the development and connecting it to the 12-inch line that is being installed along Lakeway. This will require 71-feet of 16-lnch steel casing to carry the line under Lakeway to maki the connection and the relocation of an existing fire hydrant. The quantity for 20-lnch steel casing has been adjusted to reflected the elimination of the directional bore at Lick Creek and the addition of casing to the Bird Pond interseclion crossing and the crossing of Lakeway on the so uth end of the project. Overall , there is a reduction in the 20-inch stee l casing quantity. D. Ad lust Existing Manhole elevation: An existing manhole at STA 83+50 was found to be in need of an elevation adjustment at the time of fi nal paving . The manhole will need to be raised approximately 5-feet. · E. Driveway Modifications: To co incide with the internal site improvements on the Methodist church property the driveway connections to the property will require modification. The property owner is planning to construct their driveway at 36-feet in width at both locat ions. The driveway aprons Included In the project will each need to be widened by 5-feet to accommodate the construction by the church. The dri veway at the electrical substation is to be widened from 25-feet in w idth to 30-feet in width to accommodate vehicles with a larger turn ing radius that will requ ir' access to the substation. The driveway to existing well site east of Lakeway along Creagor Lane will be widened 15-feet to 20-feet for the same reason . The crushed limestone d riveway from the proposed substation driveway to the portion of the existing roadway will widened 30-feet to accommodate the wider driveway apron. F. ADA Ramp Modifications for the Half-Boulevard Section: Coordination between the CIP Project, P&DS, and the private developer designing Bird Pond Road has resulted in a mod ifi cation of the ADA Pedestrian and Bike Ramps at Bird Pond Road to accommodate the larger multiuse path being construcfed for Bird Pond Road in lieu of a narrower sidewalk . In order to keep the design in this corridor consistent, this ramp des ign has been applied throughout the half boulevard area. Rather than 3 smaller ramps, 2 larger ramps will be constructed at the same cost. The pedestrian ramp quantity has been reduced to remove the smaller ramps and the Pedestrian Ramp-Large added to not the change In . ramp type . G. Guardrail Modification at Substation: The proposed guardrail layout at the north and south ends of the substation have been modified . The north and south ends will be wrapped eastward to provide a barrier between the substation and traffic. This is particularly more pronounced on the southern end of the substation where the guardrail will be taken easterly past the operat ions trailer in the substation at the top of the existing retaining wall. This modification is reques ted and funded by CSU . ITEM UNIT ORIGINAL REVISED ADDED NO UNIT DESCRIPTION PRICE QUANTITY QUANTITY COST 24 SY 6" Cone Driveway $36 ,00 391 547 $5 ,616.00 25a EA Pedestria n Ramps $250,00 50 23 ($6,750,00 - 25b (C02l EA Pedest rian Ramps-Large $375.00 0 18 $6 ,750.0JJ' ~ 28 r ~cJ.YU / 6" Crushed Limestone Base Road to Substat ion $10.00 438 691 $2 ,53 0"1 0 71a (C02) L:i'\ Junclion Box (6'x4')(48" RCP) $7,850.00 0 1 $7,850.~0 89a (C02l LNFT 8-inch Waterline , PVC per AWWA C900 DR 14 $52 .00 0 92 $4,784.00 16-inch Encasement Pipe for 8-inch PVC, pe r ASTM 90a (C02l LNFT A143 o.375 inch $189 .00 0 71 $13,419.00 20-inch Encasement Pipe for 12-inch PVC, ASTM 91 LNFT A 134 0.375 in $376 .00 869 719 ($56,400 .00' 93 EA Valve, M .J . Gate, 12-inch $2,080 .00 20 22 $4,160.00 93a <C02) EA M.J. Gate Valve, 8-inch $1,650 .00 0 1 $1,650 .00 94a (C02) EA 8x12 M .J. Tee $725.00 0 1 $725.00 95a (C02) EA Bx11 .25 M.J . Bend $650.00 0 2 $1,300.00 102a (C02) EA Relocate Existing Fire Hydrant $3,600.00 0 1 $3,600 .00 113a (C02) LS Adjust Existinq Manhole $1 ,750.00 0 1 $1,750 .00 117 LNFT 48" Guardrail at Substation $360 .00 380 482 $36,720 .00 126b (C02) LNFT TxDOT Tvpe A Barbed Wire Fence and Gates $10 .00 0 851 $8,510.00 TOTAL $36 ,214 .00 . ' THE NET AFFECT OF THIS CHANGE ORDER IS 0.32 % INCREASE. LINE 1 (WTWOC-6581) LINE 2 (WTWOC-6581) LINE 3 (SCWOC-6590) LINE 4 (9101072-6541) LINE 5 (9101072-6541) LINE 6 (41399971-6561 LINE 7 (41399971-6561) LINE 8 (41399971-6561) LINE 9 (41399971-6561) LINE 10 (41399971-6561) LINE 11 (41399971 -6561) LINE 12 (41399971-6561) LINE 13 (41399971-6561) LINE 14 (41399971-6561 TOTAL CHANGE ORDER ORIGINAL CONTRACT AMOUNT CHANGE ORDER NO. 1 CHANGE ORDER NO . 2 REVISED CONTRACT AMOUNT ORIGINAL CONTRACT TIME Time Extension No. 1 Revised Contract Time SUBSTANTIAL COMPLETION DATE REVISED SUBSTANTIAL COMPLETION DATE Date Lf..h (~ CTION CONTRACTOR Date ~/M~ PROJECT iAANAGER Date CITY ENGINEER Date Revised 2012 0719 $0.00 ($26 ,762.00) $1 ,750 .00 $0 .00 $36,720 .00 $0 .00 $0.00 $0 .00 $0.00 $0.00 $0 .00 $0.00 $0.00 $24,506 .00 $36,214 .00 -0.01% CHANGE 0 .32% CHANGE $11 ,361 ,015.62 ($1 ,500 .00) $36,214 .00 $11 ,395,729.62 0.31 % % TOTAL CHANGE 480 Days --...,.480"""0,----DDays ays 15-Feb-19 15-Feb-19 DEPARTMENT DIRECTOR ASST CITY MGR -CFO CITY ATTORNEY CITY MANAGER Date Date Date Date '· lTEM A ' QTY. UNlT G ENERA L ITE MS I I LPSM 2 16 MO 3 23 ACRE 4 I LPSM 5 12 EACH DIRTWORK 6 7 50 00 LNFT 8 20 EACH 9 2 EACH IO 15 567 CUYD II 3535 CUYD 12 12033 CUYD 13 22594 CUYD 14 2 1258 CUYD 15 13 37 CUYD 16 22223 SQYD 17 80 Hr . P AVEMENT 18 19 11 8 SQYD (Sti.J 9 127 TON ~o 19 118 SQYD 21 127 TON 22 19 11 8 SQYD 23 5 1898 SQYD 24 39 1 SQYD 25 128 28 SQYD 25a so EACH 26 1065 SQYD 27 l 127 SQYD 28 438 SQYD C ity of C oll ege S tation -Pu r ch asin g Divis ion Bid T ab ulation for #17-064 "La keway Drive Ex pa ns ion Proj ect" Open D a te : Thursd a y, A ugust 3, 2017 @ 2:00 p.m. 'FL» v P''.1 • Inc. rry oung aY111g, $5' (College Station, TX) "' :tOTAL :iii DESCRIPTION "' UNIT PRJCE PRICE Mobilizati on $725 ,000 .00 $725 ,000 .00 Traffic Co ntrol $1 ,250 .00 $20,000 .00 Prepare RO W $2 ,000 .00 $46,000 .00 Digitial Co nstructi on Pi ctw·es $5 ,000 .00 $5 .000 .00 Pothole Existing Uti li ty (e le c du ct, gas Lin e. etc.) $200.00 $2 ,400 .00 TOTAL -GENERALITEMS $798,400.00 '''REMOVED PER ADDENDUM NO. I *** SWPPP-Silt Fence $2 .00 $10,000 .00 SWPPP-Rock Filt er Dam $550 .00 $11.000.00 S WPPP-Constructi on Entrance $1.500 .00 $3,000 .00 Strip To psoil $3.00 $46 ,701.00 Reuse To psoi l $!0.00 $35 ,350.00 Haul Off Topsoil $5 .00 $60 ,165 .00 Exc avate Compete nt Material $3.00 $67,782 .00 Place an d Com pact Co mpetent Ma te1i al $3.00 $63 ,774 .00 Haul off Competent Material $5 00 $6,685 .00 Cell ul ose Fiber Mulch Seeding $0 .34 $7,555 .82 Proof Ro ll in g $100 .00 $8 ,000 .00 TOT AL -DIRTWORK ITEMS $320 ,0 12.82 8" Deep Lime Sta bilizati on (6% Lime) $5 .10 $97 ,501.80 Extra Lim e $148.30 $18 ,83 4.10 8" Deep Cement Stabilization (4%) of Material In Place $4.20 $80 ,295 .60 Extra Cement $148.30 $18,834 .10 4% Lime Plus 3% Fly As h $5.63 $107,63 4 .34 8" CSCP $43.40 $2,252,3 73 .20 6" Co ne Dri veway $36.00 $14,07600 Concre te Sidewalk (4" Th.i ck) $36.00 $461 .808 .00 Pedestrian Ramps $250 .00 $12,500 .00 2" Type C HMAC (decel lane) $13.25 $14 ,l l l.25 l 0 11 Cmshed Limestone Base $17.40 $19 ,609 .80 6" Crushed Limestone Ba.Se (Road to S ub-Sta ti on) $10.00 $4.380 .00 TOTAL-PAVEMENT ITEMS $3 ,101 ,95819 STRIPIN G A ND SIGNING 29 17 EACH ALUMJNUM S IGN TYPE A (SMALL) $496.82 $8,445 .94 30 37 88 LNFT PAVEMENT MARKINGS , TYPE I, 4 rNCH DASHED YELLOW $0.35 $1,325 .80 31 547 LNFT PAVEMENT MARKINGS , TYPE I, 4 rNCH SOLID WH IT E $0.32 $175 .04 32 179 65 LNFT PAVEMENT MARKrNGS . TYPE I. 4 fNCH SOL ID YELLOW $0 .32 $5,748 .80 33 745 LNFT PAVEMENT MARKrNGS , TYP E I, 8 fNC H SO LID WHITE $0 .65 $484.25 34 167 LNFT PAVEMENT MARKINGS , TYP E I, 24 rNC H SOLID WH ITE $6 .25 $!,043 .75 35 114 LNFT PAVEMENT MARKINGS , TYP E I, 12 fNC H SOLID YELLO W $3 .25 $370 .50 36 1985 1 LNFT PAVEMENT MARKrNGS , TYPE I, 6 rNC H SOLID WHITE $0.48 $9 ,528.48 37 6 EACH PAVEMENT MARKINGS , TYPE A, "ONLY" WORD MESSAGE $350 .00 $2 ,100 .00 38 16 EACH PAVEMENT MA.RKrNGS , TYPE B, T URN ARROW $250 .00 $4 ,000 .00 39 11 EACH PAVEMENT MARKING, BIKE ARRO W $125 .00 $1 ,375 .00 40 11 EACH PAVEMENT MARKrNG , BIKE GUY $425 .00 $4 ,675 .00 41 337 1 LNFT REMOVAL OF EXISTrNG PAVEMENT MARKINGS 4 rNCH $0 95 $3 ,202.45 42 2482 LNFT REMOVAL OF EXIS TrNG PA VEMENT MARKINGS 6 fNCH $1.4 5 $3 ,598 .90 43 857 EACH RA IS ED PAVEMENT MARKER TYPE W $3.75 $3 ,213 .75 44 95 4 EACH RAISED PA VEMENT MARKER TYPE Y $3 .75 $3 ,577.50 ~5 736 EACH RAISED PA VEMENT MARKER TYPE II -A-A YELLOW $3.75 $2 ,760 .00 ,\6 286 EACH RAISED PAVEMENT MARKER TYPE II -A-A WHITE $3.75 $1 ,072.50 47 35 EACH RAISED PAVEMENT MARKER TYPE I-C WHITE $3 .75 $131.25 REMOVE AND REFURB ISH EXISTrNG RAISED PAVEMENT 48 68 EACH MARKER $7 .00 $47600 TOT AL -STRIPING AND SIGNING ITEMS $57,304.9 1 Angcl brothers Enterpri..;:+ <' Jhssell - Construction Co, Inc. (New Braunfels. TX ) (Houlton, TX) TOTAL TOTAL UNIT PRICE PRICE UN IT PRICE PRICE $6 12,000 .00 $6 12,000.00 $825 ,000 .00 $825 ,000 .00 $1,000 .00 $16 ,000 .00 $10 ,000 .00 $160,000 .00 $15,000 .00 $345 ,000.00 $10 ,000 .00 $230,000 .00 $1,000.00 $1 ,000 .00 $4 ,000.00 $4,000 00 $260 .00 $3 , 120 .00 $2 .900 .00 $34,800.00 $977, 120 .00 $1,253 ,80 0.00 $2 .20 $11 ,000.00 $2 .00 $10,000 .00 $400 .00 $8 ,000 .00 $400 .00 $8,000 .00 $1 ,600 .00 $3 ,200.00 $2 ,500 .00 $5 ,000.00 $2 .50 $38 ,9 17.50 $5 .10 $79,391.70 $7 .50 $26 ,512 .50 $7 .50 $26 ,512 .50 $7 .50 $90,247 .50 $7 .00 $84 ,231.00 $4.00 $90 ,376.00 $5 .IO $115 ,229.40 $2 .60 $55 ,270 .80 $7 .50 $159,435 .00 $7 .50 $10 ,027.50 $7.00 $9.359 .00 $0 .36 $8 ,000.28 $0.36 $8,000.28 $60 .00 $4,800 .00 $55 .00 $4,400 .00 $3 46,352.08 $509 ,558 .88 $6 .00 $11 4,708.00 $660 $126,178 .80 $160 .00 $20 ,320.00 $165 .00 $20,955 .00 $3 .30 $63 ,089.40 $4 .00 $76,472 .00 $135.00 $17,145.00 $175.00 $22,225 .00 $3 .20 $6 1,177 .60 $5 .50 $105.149.00 $44 .00 $2,283,512 .00 $41.00 $2,127,818 .00 $60 .00 $23 ,460 .00 $60 .00 $23 ,460 .00 $47 .00 $602 ,9 16 .00 $50 .00 $641.400 .00 $1,200 .00 $60,000 .00 $1,000 .00 $50,000 .00 $18.00 $19,170.00 $14.50 $15,442 .50 $25.00 $28,1 75 .00 $25 .00 $28 ,175 .00 $11.00 S4 ,818.00 $22 .00 $9,636 .00 $3 ,298 ,491 .00 $3 ,246 ,9 l l.30 $500 .00 $8,500 .00 $480 00 $8 ,160 .00 $0 .60 $2 ,272.80 $0.60 $2 ,272.80 $0 .60 $328 .20 $0.60 $328 .20 $0 .60 $10,779.00 $0 60 $10 ,779 .00 $120 $894 00 $120 $894 .00 $12 .00 $2 ,004 .00 $6 .00 $!,002 .00 $5 .00 $570 .00 $3.00 $342.00 $0 .90 $17,865 .90 $0 .80 $15,880 .80 $380 .00 $2 ,280 .00 $296 .00 $1 ,776 .00 $3 10.00 $4 ,960 .00 $235.00 $3 ,760 .00 $170 00 $1 ,870 .00 $175 .00 $1 ,925 .00 $170.00 $1,870.00 $175 .00 $1 ,925 .00 $1.20 $4 ,045.20 $0.40 $1,348.40 $1.80 $4 ,467.60 $0 .50 $1,241.00 $4 .00 $3 ,428 .00 $3 .80 $3,256 .60 $4 .00 $3 ,816 .00 $3.80 $3 ,625 .20 $4 .70 $3,459.20 $3.80 $2 ,796 .80 $4 70 $1,344 .20 $3.80 $1 ,086 .80 $4 .70 $164 .50 $3.80 $13 3 00 $7.00 $476.00 $8 .00 $544 .00 $75 ,394 .60 $6 3,076 .60 ITEM QTY UNIT C ity of Co ll ege Station -Purchasing Divi sion Bid Tabulation for #17--064 "Lakeway Drive Expa nsion Proj ec t" Open Date: Thursda y, August 3, 20 17 @ 2:00 p.m . I ~ Larry Young Paving, Inc. (College Station, TX) <.TOTAL DESCRIPTION UNIT PRICE PRICE LOCAL DRAINAGE ITEMS 49 3 EACH SAFETY END TREATMENT FOR 18-!NCH PIPE CULVERT $750.00 $2 ,250 .00 50 l EACH CONCRETE, HEADWALL FOR 30-!NCH PIPE CULVERT $2 ,500 .00 $2 ,500 .00 5 1 I EACH CONCRETE, HEADWAL L FO R 36-INCH PIPE CUL VERT $3 ,200 .00 $3 ,200 .00 52 l EACH CONCRETE, HEADWALL FO R 48-!NCH PIPE CUL VERT $5 ,250.00 $5 .250 .0 0 53 2 EACH CONCRETE, HEADWAL L FOR 60-!NCH PIPE CUL VERT $8 ,000 .00 $16 ,000 .00 54 1002 LNFT 18-!NC H RE!NFORCED CONCRETE PIPE CL III $59 .00 $59,118 .00 55 393 LNFT 24 -!NC H REI NFO RCED CONCRETE PIPE CL III $58 .00 $22,794 .00 56 2475 LNFT 30-!NCH REINFORCED CONCRETE PIPE CL Ill $87 .00 $2 15,325 .00 57 592 LNFT 36 -!NC H REI NFORCED CONCRETE PIPE CL lII $1 12.00 $66 ,304.00 58 985 LNFT 42-!NC H REI N FORCED CONCRETE PIPE CL III $143.00 $140 ,855 .00 59 1540 LNFT 48-!NCH REI NFO RCED CONCRETE PIPE CL III $150.00 $231.000 .00 60 1601 LNFT 60 -!NC H REINFORCED CONCRETE PIPE CL III $230 .00 $368 ,230.00 CURB INLET, BCSU-5X3 STD RECESSED !NLET (18 !NCH MAX PIP E 61 6 EACH S IZE) $4.000 .00 $24 ,000 .00 CURB !NLET BCS U-5X5 RECESSED INLET (36 INCH MAX PIPE 62 3 EACH S IZE) $4 ,200 .00 $12,600 .00 CURB INLET BCSU-5X6 RECESSED INLET (48 INCH MAX PIPE 63 4 EACH SIZE) $4 ,200 .00 $16,800 .00 CURB INLET BCS U-5X7 RECESSED INLET (60 INCH MAX PIPE 64 I EACH SIZE) $4 ,700 .00 $4 ,700 .00 CURB INLET BCSU-l OX3 RECESSED INLET (18 INCH MAX PIPE 65 I I EACH SIZE) $4 ,200.00 $46 ,200 .00 CURB INLET BCSU-I OX4 RECESSED INLET (24 INCH MAX PIPE 66 2 EACH S IZE) $5 ,400 .00 $10,800 .00 CURB INLET BCS U-l OX5 RECESS ED INLET (36 INCH MAX PIPE 67 3 EACH SIZE) $5 ,400 .00 $16 ,200 .00 CURB INLET BCSU-lOX6 RECESSED INLET (48 INCH MAX PIPE 68 6 EACH S IZE) $6 ,700 .00 $40,200 .00 CURB INLET BCSU-l 0X7 RECESSED INLET (60 INCH MAX PIPE 69 6 EACH S IZE) $8 ,100 .00 $48 ,600.00 70 l EACH G rate Inl et-24x24 Grate $1 ,500 .00 $1,500 00 71 3 EACH Juncti on Box (5x5)(30a36 In ch RCP) $3 ,700 .00 $11 ,100 .00 72 250 SQYD Rip Rap at C ulverts $35.00 $8 ,750 .00 73 4047 LNFT Trench Safety for St01m Pipe $250 $10,11 7.50 TOT AL -LOCAL DRAINAGE ITEMS $I ,384 ,393 .50 BRIDGES 74 4 I 3 CUYD CEM STABIL BKFL (400 -6005) $7800 $32 ,2 I4 .00 75 120 LNFT DRILLSHAFT (l8 IN)(4l6-600 I) $67 .20 $8,064 00 76 1664 LNFT DRILL SHAFT (36 IN) (4 16-6004) $240 .00 $399,360 .00 77 206 CUYD CL C CONC (ABUT) (420-60 13) $831.60 $171.309 .60 78 77 CUYD CL C CONC (CAP) (420-6029) $768 .00 $59,136 .00 79 24 CUYD CL C CONC (COLUMN)(420-6037) $535 .20 $12,844 .80 80 26980 SQFT REINF CO NC SLAB (422-6001 ) $15 .00 $404 ,700.00 81 9336 SQFT BRIDGE SIDEWALK (422-6013 ) $7 .20 $67 ,219 .20 82 450 CUYD AP PROACH SLAB (422-60 15) $411.60 $185 ,220 .00 83 3401 LNFT PRESTR CONC GIRDER (TX40) (425-6037) $135.60 $46 1,175 .60 84 17 CUYD RIPRAP (CONCX5 IN) (432-6002) $6 78 .00 $ l l.526.00 85 221 CUYD RIPRAP (STONE COMMONX DR YX12 IN ) (432-6024) $144.00 $3 1,824 .00 86 10 14 LB STRUCTURAL STEEL (MISC. NON-BRIDGE) (442 6007) $4.80 $4,867 .20 87 908 LNFT RAILI NG (TY C4 1 I) (450-6036) $100 .10 $90 ,890 .80 88 260 LNFT SEALED EXPANSIO N JOINT (4 IN)(SEJ-A) (454-600 1) $123 .60 $32 ,136.00 TOTAL -BRIDGES $1,972,487.20 POTABLE WATER SYSTEM 89 10 163 LNFT 12-INC H WATERLINE, PVC per AWWA C900 DR 14 $50.00 $508 , 150 .00 90 84 LNFT 24-INC H WATERLINE, PVC per AWWA C905 DR 14 $95 .00 $7 ,980 .00 91 869 LNFT 20-INC H ENCASEMENT PIP E fo r 12 inch PVC, ASTM Al34 0.375 inch $376 .00 $326 ,744 .00 92 75 LNFT 36-INCH ENCASEMENT PIPE for 24 inch PVC , ASTM Al34 0.375 inch $240 .00 $18 .000.00 93 20 EACH VALVE, M.J GATE, 12-INCH $2.080 .00 $41 ,600 .00 94 4 EACH 12 X 12 M.J CROSS $77 0.00 $3 ,080 .00 I .t .. " "' Ha.sell Angel brothers Enterpri~ Construction Co, Inc (N"ew Braunfels, TX) 'fa (Houston, TX) I< TOTAL TOTAL UNIIPRICE PRICE UNIT PRICE PRICE $800 .00 $2 ,400 .00 $1 ,000 .00 $3 ,000.00 $3,000.00 $3,000.00 $5,500 .00 $5,500 .00 $4,000.00 $4 ,000 .00 $5 ,800 .00 $5 ,800 .00 $5,000 .00 $5 ,000.00 $10 ,800 .00 $10,800 .00 $9,000.00 $18 ,000 .00 $1 l,400 .00 $22,800 .00 $65 .00 $65 , 130.00 $50 .00 $50 ,100 .00 $67 .00 $26 ,331.00 $58 .00 $22,794 .00 $96 .00 $237,600 .00 $75 .00 $ l 85 ,625 .00 $92.00 $54 ,464 .00 $92.00 $54,464 .00 $125 .00 $123 ,125 .00 $108 .00 $I 06,380 .00 $150.00 $231 ,000 .00 $129 .00 $198.660 .00 $194 .00 $310,594 .00 $183 .00 $292 ,983 .00 $5 ,500.00 $33 ,000 .00 $2 ,800 .00 $16 ,800 .00 $8,000 .00 $24 ,000 .00 $5 ,000 .00 $15 ,000 .00 $9,000 .00 $36 ,000 .00 $5 ,800 .00 $23 ,200 .00 $9,000 .00 $9,000.00 $6 ,250 .00 $6 ,250 .00 $10,000 .00 $110 ,000.00 $6 ,500 .00 $7 1,500 .00 $1 l ,000.00 $22,000 .00 $7,700 .00 $15 ,400 .00 $11 ,000 .00 $33 ,000 .00 $8 ,000 .00 $24 ,000 .00 $14 ,000 .00 $84 ,000 .00 $10 ,500 .00 $63 ,ooo [) $19,000 .00 $114 ,000 .00 $15,000 .00 $90,000 .00 $2.500 .00 $2 ,500 .00 $1,400 .00 $1.400 .00 $6,800.00 $20 ,400.00 $6 ,100 .00 $18 ,300 .00 $71.00 $17,750 .00 $105 .00 $26 ,250 .00 $4 .00 $16 ,188 .00 $130 $5,261.lO $ l ,602,482 .00 $1,335 ,267.10 $IOO.OO $4I ,300 .00 $99 .00 $40,887 .00 $60.00 $7,200.00 $6300 $7 ,560 .00 $150 .00 $249 ,600.00 $162.00 $269,568 .00 $750 00 $154 ,500 .00 $677.00 $139.462.00 $750.00 $57,750.00 $990 .00 $76 ,230 .00 $850.00 $20,400 .00 $1,250 .00 $30 ,000 .00 $15 .00 $404 ,700 .00 $17 .70 $477,546 .00 $1 1.00 $102 ,696 .00 $9 00 $84,024 .00 $44 0.00 $198 ,000 00 $406 .00 $182 ,700 .00 $110 .00 $374 ,11000 $141.00 $479,541.00 $400 .00 $6 ,800 .00 $479 .00 $8 ,143 .00 $10000 $22 ,100 .00 $130 .00 $28 ,730 .00 $10.00 $10,140 .00 $13.50 $13 ,689 00 $125 .00 $113 ,500 .00 $182 .00 $165 ,256 .00 $85 .00 $22 ,100 .00 $78 .00 $20,280 .00 $1,784 ,896 .00 $2,023,616.00 $5 1.00 $5 18,313 .00 $45 .00 $457 ,335 .00 $2 10.00 $17,640 .00 $138.00 $11 ,592 .Qi ..... $350 .00 $304 , 150 .00 $170 .00 $147 ,730\o . .J $200 .00 $15 ,000 .00 $200 .00 $15 ,000 .00 $2,200.00 $44 ,000 .00 $2 ,900.00 $58 ,000 .00 $650.00 $2,600 .00 $1 ,200.00 $4 ,800 .00 ITEM QTY UNIT 95 1 EACH 96 8 EACH 97 4 EACH 98 2 EACH 99 1 EA C H 100 I EAC H 101 l EACH 102 4 EACH 103 2 EACH 104 3 EACH 105 2562 L NFT SEWER SYSTEM 106 85 LNFT 107 85 LNFT 108 11 3 LNFT 109 1706 LNFT 110 100 LNFT 111 8 EACH 112 6 EACH 113 1 EACH 114 18 18 LNFT ~ l C ity of Co ll ege Sta t io n -Purchasing Di vis ion Bid T a bulatio n fo r #17-064 "La keway Drive Expans ion P roj ect" Open Da t e: Thurs d ay, A ugust 3, 20 17@ 2:00 p.m. Larry Young Paving, Inc. (CoUege Sta tion, TX) TOTAL D ESCRD"TION Cl UNIT PRICE PRICE 24Xl2 M.J . TEE $1 ,610 .00 $1 ,6 10 .00 12X45 M.J BEND $445 .00 $3 ,560.00 12X22.5 M.J . BEN D $445 .00 $1 ,780 .00 CONNECT TO EXS ITING 12 INCH LINE $1 ,550 .00 $3.100.00 CONNECT TO EXSITING 24 INCH LINE $3 ,060 .00 $3 ,060 .00 24 in M.J . CAP I PL UG $785 .00 $785 .00 12 in M.J . CAP I PLUG $145 .00 $145 .00 FIRE HYDRANT ASSEMBLY lNCLUDlNG 12x6" Tee, 6" G .V., 12" Plug, Anchor Couples , Riser and FH . $3 ,650 .00 $14 ,600 .00 12 in M.J . Cap and 2 lNC H BLOW OFF $1.350.00 $2,700 .00 l 11 Wate r Service and Meter Box $1 ,120.00 $3 ,360 .00 TRENCH SAFETY $1.00 $2 ,562 .00 TOTAL -POTABLE WATER SYSTEM $942 ,8 16 .00 16-lNC H ENCASEMENT PIPE for 8 inch PVC, ASTM Al34 0 .375 inch $165 .00 $14,025 .00 20-lNC H ENCASEMENT PIPE for 12 inch PVC, ASTM Al34 0 .375 inch $180.00 $15 .300.00 8-lNCH SEWER LlNE, PVC PER ASTM 0 3034 SOR 26 $35 .00 $3,955 .00 12-lNCH S EWER LlNE, PVC PER ASTM 03034 SOR 26 $40.00 $68 ,240.00 12 -!NCH SEWER LlNE, D IP per AWWA C l l 1/C l51 , C l 200 $80 .00 $8 ,000 .00 SEWER MANHOLE, 4 FOOT $2 ,950 .00 $23 ,600 .00 SEWER PlER PER BCS S4-00, 12' DEEP $7,100 .00 $42 ,600 .00 6' MANHOL E O N EXI STlNG LINE $5 ,685 .00 $5 ,685 .00 TRENCH SAFETY $1.00 $1.818 .00 TOTAL -SEWER SYSTEM $183 ,223 .00 EL ECTRICAL/COMM D UCT BA N K A-1** 8790 LF UTS I $1.00 $8 ,790 .00 A-2** 357 LF UM50-P-4C-2A $68.00 $24 ,276 .00 A-3** 169 LF UM50-P-2 $17.00 $2 ,873 .00 A-4** 3182 LF UM50-P-41-2B $84 .00 $267 ,288 .00 A -5** 3259 LF UM5 0-P-4G-2A . I $69.00 $224 ,87 1.00 A-6** 49 LF UM50-P-2A. I $39.00 $1,911.00 A-7** 1602 LF UM50-P-4E-2A $58.00 $92 .916 .00 A-8** II LF UM50-P-4 E $52.00 $572.00 A-9** 65 LF UM50-P-4M-2C $113.00 $7,345 .00 A-1 0** 11 7 LF UM-50-40-2E $132.00 $15,444 .00 A-11** 238 LF URTB4(8) 2(2) $179.00 $42,602 .00 A-12** 8 EA CSUM-K l $11 ,573 .00 $92 ,584.00 A-13** 16 EA UM -GN D $1 ,195 .00 $19,120.00 A-14** 8 EA UM l-6C-K.l $2 ,730 .00 $21 .840.00 A-15** 8 EA CSUM-MH3 $19,093.00 $152,744 .00 A-16** 24 LF CS UM-CA $291.00 $6 ,984 .00 A-17** 8 EA CS UM-CC $3 ,245 .00 $25,960.00 A-18** 3 EA CSUM 1-5C $9 10.00 $2 ,730 .00 A-1 9 ** 326 1 LF CS UM-Ce ment Sand Trench $21.00 $68 ,481.00 A-20 ** 4 EA CS UM -Cement Sand MH $2 ,048.00 $8 ,192 .00 B-1** 2 EA CSUM 1-5C $910.00 $1.820 .00 B-2** 7403 LF UD #4 (2) #8 (1) $3.00 $22 ,209 .00 B-3** 30 EA SL-C F-C $910.00 $27 ,300 .00 B-4** 30 0 SL-RIP-24 $546.00 $16 ,380.00 B-5** 30 EA CSSL-37 .5-S $3 .165 .00 $94 ,950.00 B-6** 2 EA CS UM-PANEL SL $2 ,533 .00 $5 ,066 .00 c'-\-1·· 7088 LF UM50-P-2 $6.00 $42 ,528 .00 ,!-8** 246 LF VM5 0-P-2 A $700 $1.722 .00 C-1** 1 EA UM-MHl.4 R $2 ,607 .00 $2,607 .00 C-2** 1 LF CSUM-CAR $293 .00 $293 .00 C-3** 1 EA CS UM-CC R $273.00 $2 73.00 C-4** 1 EA VM-MH l.3 $4 ,349.00 $4 ,349.00 lhssell Angel brothe rs E nterprises C onstruction Co, Inc. (N ew Braun fels, TX) (B oullon, TX) TOTAL TOTA L UNIT PRICE PRICE UN IT PRICE PRICE $1,600 .00 $1 ,600 .00 $2,100 .00 $2,1 00 .00 $460 .00 $3 ,680 .00 $700 .00 $5 ,600 .00 $450 .00 $1 ,800 .00 $700.00 $2,800 .00 $900 .00 $1 ,800 .00 $2,800 .00 $5,600.00 $1 ,700 .00 $1 ,700 .00 $3 ,800.00 $3,800 .00 $950 .00 $950 .00 $1 ,500.00 $1,500 .00 $300 .00 $300 .00 $900.00 $900.00 $3 ,500 .00 $14,000 .00 $6 .200 .00 $24,800.00 $1,000 .00 $2,000 .00 $1 ,600 .00 $3,200 .00 $800 .00 $2,400 .00 $1,200.00 $3 ,600 .00 $2 .50 $6,405 .00 $1.30 $3 ,330.60 $938 ,338 .00 $751 ,687.60 $125 .00 $10 ,625 .00 $110 .00 $9,350 .00 $150 .00 $12 ,750 .00 $120 .00 $10.200 .00 $50 .00 $5,650.00 $60 .00 $6,780 .00 $69 .00 $117,714 .00 $67.00 $114,302.00 $55 .00 $5 ,500 .00 $140.00 $14,000 .00 $2 ,500 .00 $20,000 .00 $3 ,700 .00 $29,600 .00 $2 ,900 .00 $17,400 .00 $5 ,200 .00 $31 ,200 .00 $3 ,300 .00 $3 ,300 .00 $10 ,000 .00 $10,000 .00 $4 .00 $7 ,272.00 $1.30 $2.363.40 $200,211.00 $227,795 .40 $1.00 $8 ,7 90 .00 $1.00 $8 ,790 .00 $68.00 $24,276 .00 $68.00 $24 ,276 .00 $17.00 $2,873 .00 $1 7.00 $2 ,873 .00 $84.00 $267 ,288 .00 $84 .00 $267,288 .00 $69 .00 $224 ,871.00 $69.00 $224 ,871.00 $39 .00 $1 ,911.00 $39.00 $1 ,911.00 $58.00 $92,916.00 $58 .00 $92.9 16 .00 $52 .00 $572.00 $52 .00 $572 .00 $113 .00 $7,345 .00 $113 .00 $7,345 .00 $132 .00 $15 ,444 .00 $132 .00 $15,444 .00 $179 .00 $42 ,602.00 $179.00 $42 ,602 .00 $1 1,573 .00 $92,584 .00 $11 ,573 .00 $92 ,584 .00 $1,195 .00 $19,120 .00 $1 ,195 .00 $19,120.00 $2 ,730 .00 $2 1,840 .00 $2.730.00 $2 1.840 .00 $19,093 .00 $152 ,744 .00 $19 ,093.00 $152 ,744 .00 $291.00 $6,984 .00 $291.00 $6,984 .00 $3 ,245 .00 $25 ,960 .00 $3 ,245 .00 $25 ,960 .00 $910 .00 $2,730 .00 $910.00 $2,730 .00 $21.00 $68,48 1.00 $2 1.00 $68 ,481.00 $2 ,048 .00 $8 ,192 .00 $2 ,048 .00 $8,192.00 $910 .00 $1,820 .00 $9 10 .00 $1,820 .00 $3.00 $22,209.00 $3.00 $22,209.00 $910 .00 $27,300 .00 $910 .00 $27,300.00 $546 .00 $16,380 .00 $546 .00 $16,380 .00 $3 ,165 .00 $94 ,950 .00 $3 ,165 .00 $94,950 .00 $2,533 .00 $5 ,066 .00 $2 ,533 .00 $5 ,066 .00 $6.00 $42 ,528 .00 $6.00 $42 ,528 .00 $7.00 $1,722 .00 $7.00 $1 .72 2.00 $2,607.00 $2,607 .00 $2 ,607.00 $2 ,607 .00 $293 .00 $293.00 $293.00 $293 .00 $273 .00 $2 73.00 $273.00 $273.00 $4 ,349.00 $4 ,349.00 $4 ,34 9.00 $4 ,349.00 ITEM OTY UNIT C-5•• l EA C-6 .. 50 LF c-1•• l EA D-t •• 3684 LF D-2 .. 11 LF D-3 .. 362 LF D-4 .. 1482 LF D-s•• 235 LF D-6 .. 247 LF D-7•• 166 LF D-8•• 27 LF D-9 .. 46 LF 0 -10 .. 370 LF 0 -11 .. 14 1 LF D-12•• 42 LF D-13 .. 198 LF D-14 .. 177 LF D-15 .. 154 LF 0 -16** 327 LF D-17 .. l EA D-18 .. 8 EA D-19 .. l EA 0-20•• 2 EA D-21 .. l EA D-22** 7 EA 0 -23** 2 1 LF D-24 .. 7 EA D-25** 480 LF E-1 .. 2206 LF E-2•• 10 EA E-3•• 10 EA E-4 .. 10 EA E-5•• 2 10 1 LF E-6•• 46 LF CS UM -CC CS UM-Cement Sand Trench CS UM -Cement Sand MH UT S l UM50-P-4C-2A UM 50-P-2 UM50-P-41 -2B UM50-P-4G-2A UM5 0-P-4 G-2A. l UM50-P-4G UM50-P-4C UM50-P-4C-2 UM50-P-4M-2C UM50-P-4 D-2 UM50-P-4G-2B UM50-P-4A UM50-4 L-2C UM50-P-4 URTB4(10) 2(4) CS UM-K l UM -G ND UM 1-6C-K.l PB-COMM PB-COMMR CSUM-MH3 CS UM-CA CS UM -CC CSUM -Cement Sand Trench UD #4 (2) #8 (l) SL-CF-C SL-RIP-24 CSSL-37.5-S UM5 0-P-2 UM50-P-2A C ity of Co ll ege Sta tion -Purchasin g Di vision Bid Ta bulation for #17-064 "Lakewa y Drive Ex pansion Project" Open Date: Thursday, Au g ust 3, 2017 @ 2:00 p.m. U.rry Young Paving, Inc. (College Station, TX) TOTAL DESCRIPTION UNIT PRICE PRICE $2.082 .00 $2 ,082 .00 $21.00 $1 ,050 .00 $2 ,048 .00 $2,048 .00 $1.00 $3.684 .00 $68.00 $748 .00 $17.00 $6 ,154 .00 $84 .00 $124 ,488 .00 $59.00 $13 ,865 .00 $59.00 $14 ,573 .00 $76.00 $12 ,616.00 $74.00 $1.998 .00 $76 .00 $3 ,496 .00 $1 13 .00 $4 1,810 .00 $79.00 $11 ,139.00 $8 1.00 $3 ,402 .00 $46.00 $9,108 .00 $179 .00 $3 1,683 .00 $32.00 $4 .928.00 $237 .00 $77,499.00 $11 ,573 .00 $11 ,573 .00 $1 ,195 .00 $9,560 .00 $2 ,730 .00 $2,730.00 $3,469.00 $6,938.00 $3 19 .00 $319.00 $19,093 .00 $133.651.00 $29 1.00 $6 ,111.00 $3 ,245 .00 $22 ,715 .00 $2 1.00 $10.080.00 $3.00 $6 ,618 .00 $9 10 .00 $9,100.00 $546 00 $5 ,460.00 $3, 165 .00 $3 1.650 .00 $6 .00 $12,606.00 $7 .00 $322 .00 TOT AL -ELECTRICAUCOMM DUCT BANK $1 ,942,824.00 MISCELLANEOUS ITEMS l 15 2775 SQFT Retaining Wal l @ Lick Creek Bridge $68 .00 $188 .700 .00 I 16 8 EAC H Poth ole Existing Lines (Gas Line. Elec Duct Bank.) $150 .00 $1,200 .00 I 17 380 LNFT 48" Guard Rai l at SubStati on $360.00 $136 ,800 .00 I 18 800 LNFT 27" G uard Rai l at Bridges $250 .00 $200 ,000 .00 I 19 1686 LNFT Landscape Drain Line 6" (PVC) $10.00 $16 ,860 .00 120 16 12 LNFT Landscape lrrigatrio n 2" PVC $3.00 $4,836 .00 12 1 70 EACH 3'x6' Pav er Block O ut (co mplete witl1 pavers , sand, base, etc) $250 .00 $17,500 .00 122 1500 LNFT Remove Existing Gas Li ne s $10 .00 $15 .000 .00 123 1500 L NFT Di spose of Gas Line to Land Fill $10 .00 $15,000 .00 12 4 1500 LNFT Di spose o f Gas Line to Hazardu s Waste Land Fill $10 .00 $15,000 .00 125 750 Gal lon Dis pose of Liquid from Gas Lin e to Sewer Treatment Pl an t $1.00 $750 .00 126 750 G all on Di s pose of Li q ui d from Gas Lin e to Licensed Brine Dis posal We ll $1.00 $750 .00 126a 100 CUYD Excavati o n o f Hard Roc k I Shale I Sands tone $200.00 $20 ,000 .00 TOTAL -M ISCELLANEOUS ITEMS $632 ,396.00 SUBTOTAL -GENERAL IT EMS $798 ,400.00 S UBTOTAL -DLRTWORK ITEMS $320 ,012 .82 SUBTOTAL-PAVEMENT ITEMS $3,10 1,958 .19 SUBTOT AL -STRIPING AND SIG ING ITEMS $57,304 .91 SUBTOTAL -LOCAL DRAINAGE ITEMS $1,384 ,393 .50 SU BTOTAL-BRIDGES $] ,972,487 .20 SUBTOTAL -POTABLE WATER SYSTEM $942 ,816 .00 / ' Hassell ~ Angel brothers Enterprises Construction Co, Inc. (New Br1unfels, TX) (Houston, TX) TOTAL TOTAL UNIT PRICE PRICE UNIT PRICE PRICE $2,082 .00 $2,082 .00 $2,082 .00 $2,082 .00 $2 1.00 $1,050.00 $21.00 $1,050 .00 $2 ,04 8.00 $2 ,04 8 .00 $2 ,048.00 $2 ,048.00 $1.00 $3 ,684 .00 $1.00 $3 .684 .00 $68 .00 $748 .00 $68 .00 $748 .00 $17.00 $6 ,154 .00 $17.00 $6,154 .00 $84 .00 $I 24 ,488 .00 $84.00 $I 24,488 .00 $59 .00 $13 ,865.00 $59.00 $13,865 .00 $59.00 $14 ,573.00 $59.00 $14,573 .00 $76 .00 $12 ,6 16 .00 $76 .00 $12,616.00 $74 .00 $1 .998.00 $74.00 $1.998 .00 $76.00 $3 ,496.00 $76.00 $3,496 .00 $11 3.00 $41 ,8 10.00 $113.00 $4 1,810 .00 $79 .00 $11,139.00 $79.00 $11 ,139.00 $8 1.00 $3,402.00 $81.00 $3,402 .00 $46 .00 $9,108.00 $46 .00 $9,108 .00 $179 .00 $31,683.00 $179 .00 $31 ,683 .00 $32 .00 $4 ,928 .00 $32 .00 $4 .928.00 $237 .00 $77,499.00 $237 .00 $77,499 .00 $11 ,573 .00 $11 ,573 .00 $11 ,573.00 $11 ,573 .00 $1 ,195 .00 $9,560 .00 $1 ,195 .00 $9,560 .00 $2,730 .00 $2,730.00 $2 ,730 .00 $2 ,730 .00 $3,46 9 .00 $6 ,938 .00 $3,469 .00 $6,938 .00 $3 19 .00 $3 19.00 $3 19 .00 $319 .00 $19,093 .00 $133 ,65 1.00 $19,093 .00 $133 ,651.00 $29 1.00 $6 ,111.00 $29 1.00 $6 ,11 1.t ,J $3 ,245 .00 $22 ,7 15.00 $3 ,245 .00 $22,7 15.0ll $2 1.00 $10 ,080.00 $21.00 $10,080 .00 $3 00 $6 ,6 18.00 $3.00 $6,6 18.00 $9 10 .00 $9,100 .00 $910 .00 $9,100 .00 $546 .00 $5 ,460 .00 $546 .00 $5 ,460 .00 $3,165 .00 $3 1,650.00 $3 , 165 .00 $3 1,650 .00 $6 .00 $12,606 .00 $6.00 $12,606 .00 $7 .00 $322.00 $7.00 $322 .00 $1,942,824 .00 $1 ,942 ,824.00 $7 1.00 $197 ,025.00 $60 .00 $166.500 .00 $390 .00 $3 ,120 .00 $3 ,000 .00 $24,000 .00 $350 .00 $133 ,000.00 $441.00 $167 ,580.00 $25 0 .00 $200 ,000.00 $325 .00 $260,000.00 $50 .00 $84 ,300.00 $20.00 $33 ,720.00 $40 .00 $64 ,480 .00 $5 .00 $8,060.00 $400 .00 $28 ,000.00 $265 .00 $1 8,550 .00 $11.00 $16 .500 .00 $47.30 $70.950 .00 $3 .00 $4 ,500 .00 $10 .00 $15,000.00 $5 .80 $8 ,700 .00 $50.00 $75 ,000 .00 $2 .80 $2 , 100 .00 $50.00 $37,500 .00 $2.80 $2 ,10000 $50 .00 $37,500 .00 $25 .00 $2 ,500 .00 $45 .00 $4,500 .00 $746 ,325 .00 $918 ,860 .00 $977,120 00 $1,253 ,800 .00 $346 ,352.08 $509,558.88 $3 ,298 ,49 1.00 $3,2 46,9 11.() $75 ,394 .60 $63 ,076 .60 $1 ,602 ,482.00 $1,335 ,267 .10 $1 ,784 ,896 .00 $2 ,023 ,6 16 .00 $938 ,338 .00 $75 1,687 .60 I TY UNIT BID ALTERNATE A 127 700 SQYD C ity o f Co ll ege S ta ti o n -Purch as in g Di v is io n Bid Ta bula t io n fo r #17-064 "Lakeway Drive Ex pa ns ion Project" Ope n Da te: T hursd ay, A ug ust 3 , 201 7 @ 2 :00 p,m. DESCRIPTION SUBTOTAL -SEWERSYSTEM SUBTOTAL -ELECTRICAL/COMM DUCT BANK SUBTOTAL -MISCELLANEOUS ITEMS T OTA L BASE B ID Larry Young Paving, Inc. (Coll ege Station , TX) TOTAL UNIT PRICE PRICE $183 ,223 .00 $1,942,824 .00 $632,396.00 S ll,335,815.62 CONSTRUCT IO ' WIDE SIDEWALK ALONG LAKEWAY (ONE SIDE ONLY, 3 150 LF .) $36 .00 $25,200.00 BID A LTERNAT E B -REMOVE EXISTING GA S LINES O NLY WHERE REQUIRED 128 -1500 LNFT Remove Existing Gas Lines $10 .00 -$15,000 .00 129 -1 500 LNFT Dispose of Gas Line to Land Fill $10 .00 -$15,000.00 130 -1500 LNFT Dispose of Gas Line to Hazardus Waste Land Fi ll $!0.00 -$15,000.00 131 -750 Gall on Dis pose of Liquid from Gas Line to Sewer Treatme nt Plant $1.00 -$750 .00 132 -750 Gal lon Dispose of Liquid from Gas Line to Licensed Brine Disposal Well $1.00 -$750 .00 133 375 LNFT Remove Existing Gas Lines (Small Quantity) $10 .00 $3 ,750 .00 134 375 LNFT Dispose of Gas Line to Land Fill (Smal l Quantity) $10.00 $3 ,750 .00 135 375 LNFT Di spose of Gas Line to Hazardus Waste Land Fi ll (Small Quantity) $10 .00 $3,750 .00 136 187.5 Gallon Dispose of Liquid from Gas Line to Sewer Treatment Plant (Smal l Quanti ty) $1.00 $187 .50 137 187.5 Gallon Dispose of Liquid from Gas Line to Licen sed Brine Di sposal Well (Smal l Quantity) $1.00 $187.50 TOT AL -AL TERNA TE B -$34,875.00 NOTES : Angel brothers Enterpri!leS (N ew Braunfels, TX ) TOTAL UN IT PRICE PRICE $200 ,211.00 $1 ,942 ,824 .00 $746 .325 .00 $11 ,9 12,433 .68 $46 .00 $32,200 .00 $11.00 -$16 ,500.00 $3 .00 -$4,500 .00 $5 .80 -$8 ,7 00 .00 $2 .80 -$2,100 .00 $2.80 -$2 ,100 .00 $18.00 $6 ,750 .00 $6 .00 $2,250 .00 $8 .00 $3 ,000 .00 $9 .00 $1 ,687.50 $900 $1,687 .50 -$18.525 .00 »Larry Young Pav ing: Vend or miscalcula ted the subtotal s for Bridge s, Electrical /Comm Duct Bank and the Total Base Bid . The highlighted totals above are correct. »Michels Corporati on : Bidder only provided pricing for the Electrical /Comm Duct Bank section of the bid and is therefore co nside red non -responsive . Bid will not be tabulated . 82ssell Construction Co, Joe. (Houston, TX) TOTAL UN IT PRICE PRIC E $227 ,795.40 $1.942.824.00 $9 18.860 .00 $12,2 73,396,88 $50.00 $35 ,000 .00 $47 .30 -$70,950.00 $10.00 -$15 ,000 .00 $50 .00 -$75 ,000.00 $50 .00 -$37.500 .00 $50 .00 -$37,500 .00 $70 .00 $26,250 .00 $30 .00 $11 ,250 .00 $55 .00 $20,625 .00 $80 .00 $15,000 .00 $8000 $15,000 .00 -$147,825 .00 City of College St• Purchasing Divi sion Bid Tabulation for #15-026 "Lick Creek Hike and Bike Trail" Open Date: Monday, February 9, 2015 @ 2:00 p.m. Kiescbnitk Ge9eral Acklam Construction Larry Young Paving, l nc. Contractors, Jnc. Dudley Construction, Ltd. Company, Ltd. (Coll<2e Station TXI (Coll<Ee Station, TX) IColl<tt Station TX) (Col"-Station TX) TOTAL TOTAL TOTAL ITEM OTY UNIT DESCRJJ"flON UNIT PRICE PRJCE UNITPRJCE TOTAL PRICE UNIT PRICE PRICE UNITPRJCE PRICE GENERAL Insurance and Mobilization for all material , equipment and labor to complete the project I I LS (not to exceed 5% of construction) $125,000.00 $125,000.00 $150,000.00 $150,000.00 $190,000.00 $190,000.00 $205,000.00 $205,000.00 GENERAL-TOTAL $125 000.00 SISO 000.00 $190 000.00 $205,000.00 SITE PREPARATION 2 1,600 SY Dem olition of existing 4' walks (along Eagle and Longmire) (approx . 3,525 L.F.) $10.00 $16,000.00 $15 .00 $24 ,000.00 $4 .50 $7 ,200.00 $25 .85 $41,360.00 3 1,8 17 SY Demolition of existing walks in Segment C, from Wm . Fitch to Lick Creek Park $1000 $18,170.00 $18.00 $32 ,706.00 $5.50 $9,993 .50 $25 .85 $46,969.45 4 655 LF Demolition of existing c urb & gutter in Segments A & B $8 .00 $5,240.00 $5 .00 $3 ,275 .00 $6.00 $3 ,930.00 $1150 $7,532 .50 5 20,600 LF Silt Fence $1.60 $32 ,960.00 $1.80 $37 ,080.00 $3 .00 $61,800.00 $3 .25 $66,950.00 6 15 EA Inl et protection $75 .00 $1,125.00 $70.00 $1 ,050.00 $15.00 $225 .00 $115.00 $1,725 .00 7 260 EA Tree protection $140 00 $36,400.00 $60.00 $15,600.00 $150.00 $39,000.00 $650.00 $169,000.00 8 36 EA Tree removal $400.00 $14 ,400.00 $100.00 $3 ,600.00 $200.00 $7,200.00 $975.00 $35 ,100.00 9 I LS Irrigation system salvage $5,000.00 $5,000.00 $15 ,000.00 $15 ,000.00 $5,000.00 $5 ,000.00 $10,000.00 $10,000.00 JO I LS Irrigation repair $3,500.00 $3,500.00 $10,000.00 $10,000.00 $5,000.00 $5 ,000.00 $10,000.00 $10,000.00 11 8.50 AC Clearing and Grubbing for Trail Alignment (30' trail corridor) $4 ,250.00 $36,125 .00 $5 ,000.00 $42,500.00 $3 ,500.00 $29,750.00 $8,280.00 $70,380.00 12 I LS Erosion Control (allowance) $4,500.00 $4,500.00 $10,000.00 $10,000.00 $1,000.00 $1,000.00 $25,000.00 $25 ,000 .00 13 I LS Rip-Rap Removal (A t William D. Fitch) $3 ,000.00 $3 ,000.00 $10,000.00 $10,000.00 $2,000.00 $2,000.00 $14,085 .00 $14 ,085 .00 14 130 LF Fence Removal $20.00 $2,600.00 $20.00 $2,600.00 $10.00 $1 ,300.00 $17 .25 $2,242.50 15 11 ,8 30 SY Paving (Gravel) Removal $1.50 $17 ,745 .00 $1.00 $11 ,830.00 $4.50 $53,235 .00 $4.00 $47,320.00 SITE PREPARATIO N -TOTAL $196,765.00 $219,241.00 $226 633.50 $547 664.45 HARDSCAPE -SIDEWALK <Eaele and Lonemire-aoorox. 3.525 LFl 16 430 SY 6' Wide Concrete Trail -Eagle Ave. (5" Thick Concrete w/ 6" lime base and excavation) $55 .00 $23 ,650.00 $75 .00 $32 ,250.00 $62.00 $26,660 .00 $82 .15 $35,324.50 8' Wide Concrete Trail -Longmire Drive (5" Thick Concrete w/ 6" lime base and 17 2,120 SY excavation) $52.00 $110,240.00 $70.00 $148,400.00 $83 .00 $175,960.00 $8215 $174,158 .00 18 150 SY 6" Thick Paving for Maintenance Access -Longmire Dri ve $55.00 $8,250.00 $80.00 $12,000.00 $57 .00 $8,550.00 $94.50 $14,175 .00 19 360 LF Concrete curb & gutter $28.00 $10,080 .00 $15 .00 $5,400.00 $15.00 $5 ,400.00 $28 .75 $10,350.00 20 19 EA Barrier Free Ramps (complete instal led, including landings, etc.) $500.00 $9,500.00 $1,000.00 $19,000.00 $1 ,100 .00 $20,900.00 $2,213 .75 $42 ,061.25 HARDSCAPE - S IDEWALK <Eaele and Lonemirel-TOTAL $161 720.00 $217 050.00 $237.470.00 $276 068.75 Page1ol'4 .. City of College Sta. Purchasing Divi sion Bid Tabulation for #15-026 "Lick Creek Hike and Bike Trail" Open Date: Monday, February 9, 2015 @ 2:00 p.m. Kiescbnick General Acklam Construction Larry Young Paving, Inc. Contracton, foe. Dudley Construction, Ltd. Company, Ltd. ICoJi.-S1a1ion, TX) (Col.._ S1ation, TX) (Colleee Station, TX) (Colleee Sllltion TX) TOTAL TOTAL TOTAL ITEM OTY UNIT DESCRIPTION UNIT PRICE PRICE UNIT PRICE TOT AL PRICE UNIT PRICE PRICE UNIT PRICE PRICE RARDSCAPE-MAIN TRAIL (appr ox. 16.230 LFI 2 1 16,550 SY 10' Wide Concrete Trail (5" Thick Concrete w/ 6" lime base and excavation) $54.83 $907.436.50 $80.00 $1,324,000.00 $106.00 $1, 754 ,300.00 $91.20 $1,509,360.00 22 1,888 SY 6" Paving for Maintenance Access $59.00 $1 11 ,392.00 $80.00 $151 ,040.00 $57 .00 $107,616.00 $95 .95 $18 I, I 53 .60 23 10,200 SF Woodland Wildflower Seed Mix $0 .10 $1,020.00 $0.10 $1,020.00 $0.20 $2,040.00 $027 $2,754 .00 24 8 EA Banier Free Ramps $500.00 $4 ,000.00 $1,000.00 $8,000.00 $1 ,100.00 $8,800.00 $1,460.50 $11,684.00 25 7 EA Concrete Drainage Flume $1 ,560.00 $10,920.00 $1 ,000.00 $7 ,000.00 $1,500.00 $10,500.00 $2,875 .00 $20,125 .00 26 28 LF Concrete Drainage Culvert (3'x5') $640.00 $17,920.00 $75000 $21,000.00 $1 ,000.00 $28,000.00 $1 ,150.00 $32 ,200.00 27 1,400 LF Retaining Wall $101.00 $141 ,400.00 $100.00 $140,000.00 $125 .00 $I 75 ,000.00 $240.00 $336,000 .00 28 16 EA Trail Regulatory Signs $350.00 $5,600.00 $550.00 $8,800.00 $650.00 $10,400.00 $190.00 $3 ,040.00 29 340 LF Trail Safety Railing $150.00 $51,000.00 $150.00 $51,000.00 $450.00 $153 ,000.00 $200.00 $68,000.00 30 230 LF Install curb & gutter $28.00 $6.440.00 $25 .00 $5 ,750.00 $15.00 $3,450.00 $28 .75 $6,612.50 31 41 EA Landscape Boulders $350.00 $14 ,350.00 $360.00 $14,760.00 $250.00 $10,250.00 $250.00 $10,250.00 HARDSCAPE -MAIN TRAIL-TOTAL $1.271,478.SO S I 732,370.00 $2,263,356.00 $2.181 179.10 TRAJLHEAD !C reek View Park) 32 100 SY Trailhead Concrete Paving (5" Thick Concrete w/ 6" lime base and excavation) $52.00 $5,200.00 $6500 $6,500.00 $62.00 $6,200.00 $91.00 $9,100.00 33 21 SY Trailhead Paver Border $180.00 $3 ,780.00 $100.00 $2,100.00 $110.00 $2 ,310.00 $97 .75 $2 ,052 .75 34 30 SY Trailhead Limestone Paving $180.00 $5 ,400.00 $160.00 $4,800.00 $90.00 $2,700.00 $135.00 $4 ,050.00 35 2 EA Trailhead Bench $1 ,330.00 $2,660.00 $1,250.00 $2,500.00 $1,500.00 $3,000.00 $1 ,175.00 $2,350.00 36 2 EA Trailhead Bicycle Rack $375 .00 $750.00 $300.00 $60000 $368 .00 $736.00 $235.00 $470.00 37 I EA Trailhead Trash Receptacle $1 ,320.00 $1,320.00 $1 ,050.00 $1 ,050.00 $1,250.00 Sl ,250.00 $1 ,085 .00 $1 ,085 .00 38 I EA Trailhead Gateway Monument $12,500.00 $12,500.00 $10.000.00 $10,000.00 $10,000.00 $10,000.00 $19,400.00 $19,400.00 39 I EA Trailhead Interpretative Signage $7,500.00 $7,500.00 $2,000.00 $2,000.00 $8,756.00 $8,756 .00 $4,000.00 $4 ,000.00 TRAILHEAD (Creek View Pa rkl-TOTAL $39,110.00 $29.550.00 $34 952.00 $42 507.75 Page 2 of-4 City of College Sta urchasing Division Bid Tabulation for #15-026 "Lick Creek Hike and Bike Trail " l JT\' or CnuH~· ~I"..\ nos Open Date: Monday, February 9, 2015 @ 2 :00 p.m. Kiescbnkk General Acklam Construction Larry Young Paving, Jnc. Contractors, Inc. Dudley Construction, Ltd. Company, Ltd. IColleee Station, TIO (Col"-Station TX) (Collete Station TI(} (Col"-Station TXI TOTAL TOTAL TOTAL ITEM QTY UNIT DESCRIPTION UNITPRJCE PRJCE UNIT PRJCE TOTAL PRJCE UNIT PRJCE PRJCE UNITPRJCE PRJCE TRAILHEAD Lick Creek Park\ 40 171 SY Trailhead Concrete Paving (5 " Thick Concrete w/ 6" lime base and excavation) $52.00 $8 ,892.00 $65 .00 $11 ,115 .00 $62 .00 $10,602 .00 $91.00 $15,561.00 41 26 SY Trailhead Paver Border $65.00 $1,690.00 $100.00 $2,600.00 $110.00 $2,860.00 $97.75 $2,541.50 42 53 SY Trailhead Limestone Paving $180.00 $9,540.00 $160.00 $8,480.00 $9000 $4,770.00 $135.00 $7,155 .00 43 I EA Trai lhead Bench $1,330.00 $1,330.00 $1,250.00 $1,250 .00 $1,500.00 $1 ,500.00 $1 ,175 .00 $1,175 .00 44 2 EA Trailhead Bicycle Rack $375 .00 $750.00 $300.00 $600.00 $368.00 $736.00 $235.00 $470.00 45 I EA Trai lhead Trash Receptacle $1,320.00 $1,320.00 $1,050.00 $1,050.00 $1 ,250.00 $1,250.00 $1,085 .00 $1 ,085 .00 46 I EA Trailhead Gateway Monument $12,500.00 $12,500.00 $10,000.00 $10,000.00 $9,754 .00 $9,754.00 $19,400.00 $19,400.00 47 2 EA Trailhead In te rpretative Signage $7,500.00 $15,000.00 $2,000.00 $4,000.00 $8,756.00 $17,512.00 $4,000.00 $8,000.00 48 I LS Lick Creek Park Sign Relocation $12,500.00 $12,500.00 $10,000.00 $10,000.00 $5 ,000.00 $5,000.00 $2,000.00 $2,000.00 49 6 EA Trai lhead Fence Columns $1 ,100.00 $6,600.00 $2,500.00 $15,000.00 $4,000.00 $24,000.00 $2,800.00 $16,800 .00 50 102 LF Trailhead Fence $75.00 $7,650.00 $100.00 $10,200.00 $1 00.00 $10,200.00 $160.00 $16,320.00 51 12 LF Stone Seatwal l $275 .00 $3,300.00 $300.00 $3,600.00 $250.00 $3 ,000.00 $480.00 $5,760.00 TRAILOEAD ILick Creek Park\-TOTAL $81,072 .00 $77,895.00 $9 1 184.00 $96.267.50 TRAILBEAD State Ui2hway 6) 52 380 SY Trailhead Concrete Paving (5" Thick Concrete w/ 6" lime base and excavation) $52.00 $19,760.00 $65.00 $24,700.00 $62.00 $23 ,560.00 $91.00 $34,580.00 53 I EA Trai lhead Gateway Monwnent $14,000.00 $14,000.00 $10,000.00 $10,000.00 $9,754 .00 $9,754.00 $17,400.00 $17,400.00 54 50 LF Trailhead Railing $125 .00 $6,250.00 $103 .00 $5,150.00 $40000 $20,000.00 $250.00 $12,500.00 TRAILHEAD IState Bi•hwa v 6 \ -TOTAL $40,010.00 $39,850.00 S53,314.00 $64,480.00 REST AREAS/OVE RWOK (3 to!lll) 55 1,260 SY Rest Area Concrete Paving (5" Thick Concrete w/ 6" lime base and excavation) $52.00 $65,520.00 $65 .00 $8 1,900.00 $62 .00 $78,120.00 $91.00 $114,660.00 56 255 SF Re st Area Limestone Paving $20.00 $5,100.00 $160.00 $40,800.00 $90.00 $22,950.00 $135 .00 $34,425 .00 57 39 SY Rest Area Paver Border $180.00 $7,020.00 $100.00 $3,900.00 $110.00 $4,290.00 $97 .75 $3,812 .25 58 6 EA Re st Area Bench $1,330.00 $7,980.00 $1 ,250.00 $7,500.00 $1 ,500.00 $9,000.00 $1,175 .00 $7 ,050.00 59 36 LF Stone Seat Wall $275 .00 $9,900.00 $300.00 $10,800.00 $250.00 $9,000.00 $600.00 $2 1,600.00 60 6 EA Rest Area Bicycle Rack $375 .00 $2,250.00 $300.00 $1,800.00 $368.00 $2,208.00 $235 .00 $1 ,410.00 61 3 EA Rest Area Trash Receptacle $1,320.00 $3,960.00 $1,050.00 $3 ,150.00 $1 ,250.00 $3 ,750 .00 $1 ,085 .00 $3 ,255.00 62 3 EA Steel Shade Structure $23,000.00 $69,000.00 $27,500.00 $82,500.00 $40,000.00 $120,000.00 $24,000.00 $72,000.00 63 9 EA Stone Columns $1,250.00 $11 ,250.00 $1 ,250.00 $11,250.00 $6,800.00 $61,200.00 $7,400.00 $66,600.00 64 3 EA Rest Area Interpretative Signage $7,300.00 $21 ,900.00 $2,000.00 $6,000.00 $8,756.00 $26,268 .00 $4,000.00 $12,000.00 REST AREA S/OVE RWOK-TOTAL $203 880.00 $249 600.00 $336 786.00 $336,8 12.25 Page 3 of 4 • City of College Sta . Purchasing Division Bid Tabulation for #15-026 "Lick Creek Hike and Bike Trail" Open Date: Monday, February 9, 2015 @ 2:00 p.m. Kiescbnick General Larry Young Paving, Inc. Contractors, Inc. Dudley Construction, Ltd. (Coli... Station TX! 1co1i... Station. TXl !Coll<te Station, TXl TOTAL TOTAL ITEM QTY UNIT DESCRJYTION UNITPRJCE PRJCE UNIT PRJCE TOT AL PRJCE UNIT PRICE PRICE BRJDGES AND UNDERPASSES 65 4 EA Minor Creek Crossings (complele in place) $3 ,250.00 $13 ,000.00 $7,500.00 $30,000.00 $5,000.00 $20,000.00 66 90 LF Pedestrian Bridge (90 linear ft .) $150,000.00 $13 ,500,000.00 $1 ,665 .00 $149,850.00 $1,500.00 $135,000.00 67 2 EA Bridge Abutments $17,000.00 $34,000.00 $7,500.00 $15,000.00 $10,000.00 $20,000.00 68 125 LF Roadway Underpass (including trail, retaining walls and railing) $900.00 $112,500. 00 $1 ,200.00 $150,000.00 $1,640.00 $205,000.00 BRIDGES AND UNDERPASSES -TOTAL $13,659,500.00 $344,850.00 $380000.00 WA YFlNDINGIDISTANCE MARKERS 69 250 SY Concrete Paving (5" Thick Concrete w/ 6" lime base and excavation) $52.00 $13,000.00 $200.00 $50,000.00 $124.00 $31,000.00 70 1,575 SF PreCast Concrete Pavers $9.50 $14,962.50 $9.00 $14,175 .00 $12.00 $18,900.00 71 25 EA Wayfinding/Distance Marker Signage $1 ,800.00 $45,000.00 $1 ,250.00 $31,250.00 $2,300.00 $57,500.00 WAYFINDINGIDISTANCE MARKERS-TOTAL $72 962.50 $95 425.00 $107 400.00 REGULATORY SIGNS AND RELATED 72 8 EA Regulatory Traffic Sign $56000 $4,480.00 $550.00 $4,400.00 $680.00 $5,440.00 73 12 EA Pedestrian Crosswalk Striping $1 ,080.00 $12,960.00 $1,100.00 $13 ,200.00 $654 .00 $7,848 .00 REGULARTYSIGNS-TOTAL $17,440.00 $17,600.00 $13,288.00 LANDSCAPING 74 I EA Burr Oak (30 Gal.) $525 .00 $525 .00 $540.00 $540.00 $320.00 $320.00 75 2 EA Pecan (30 Gal .) $525 .00 $1 ,050.00 $540.00 $1,080.00 $368.00 $736.00 76 2 EA Golden Rain Tree (15Gal .) $350.00 $700.00 $350.00 $700.00 $204 .00 $408 .00 77 26,140 SY Hydroseed (Bermuda) $0.41 $10,717.40 $0.40 $10,456.00 $0.50 $13,070.00 78 1,135 SY Woodland Wildflower Seed Mix $0.75 $851.25 $1.00 $1,135 .00 $1 .80 $2,043.00 LANDSCAPING -TOTAL $13,843.65 $1 3,911.00 $16,577.00 BASE BLD-TOTAL $15,882,781.65 SJ,187,342.00 $3,950,960.50 NOTES: Larry Young Paving »Quantilies fo r Bid Items 28 and 72 were changed by Addendum 5. Addendum 5 bid form s were not used to prepare the bid; therefore, the extended bid amounts and the section totals were miscalculated. The hi ghl ighted amounts above are correct. »Bid Item 66 (Pedestrian Bridge) required a unit bid price fo r 90 LF . It appears a lump sum bid price was entered which cannot be changed per Texas purchasing statutes. Unit price prevails. »The totals for Trailhead (Lick Creek Park). Landscaping and Total Base Bid were miscalculated. The highlighted totals above are correct. Acklam Construction »The total for Hardscape-Sidewalk (Eagle and Longmire) was mi scalculated. The highlighted total above is correct. »The total for Bid Item 65 and the Bridges and Underpasses Total were miscalculated. The highlighted totals above are correct. »The Base Bid Total was miscalculated. The highlighted total above is correct. Page 4 of 4 Acklam Construction Company, Ltd. (Col"-Station TX) TOTAL UNITPRJCE PRJCE $9,215 .00 $36,860.00 $1 ,667 .00 $150,030.00 $8,625 .00 $17,250.00 $800.00 $100,000.00 $304140.00 $91.00 $22,750.00 $16.00 $25,200.00 $2,100.00 $52,500.00 $100450.00 $335 .00 $2,680.00 $640.00 $7 ,680.00 SJ0,360.00 $330.00 $330.00 $330.00 $660.00 $280.00 $560.00 $0.52 $13,592.80 $2.35 $2,667.25 $17,8 10.05 $4,182,739.85 Description Original Estimate -Base Bid Original Estimate -Base Bid -10% contingency add 10% contingency to get estimate to 20% contingency Base Bid -New esimate Add-Alternate Items Add Alternate Items -10% contingency add 10% contingency to get estimate to 20% contingency Add-Alternate -New estimate NEW TOTAL PROJECT COST Design Fees Staff and Consultant Amount $ 178,358 from 7 /1/2018 estimate from Halff $ 17,836 $ 17,836 $ 214,030 $ 61,680 $ 6,168 $ 6,168 $ 74,016 $Q88,046 ::J Col-\ S~u._~'Sh:. $ 80,000 $ 368,04f:i Total Project Cost (For Option 1 -away from Lakeway Drive) $ 368,046 this includes a 20% contingency and design co~ Total Available Budget (staff time, design and construction) $ 284,972 as of Nov 2018 Difference $ 83,074 ---- Minus -$$from Electric for Gate $ 5,000 ---- $ Minus -$$from Parks and Recreation Department Parkland Zone 9 $ 78,074 62,600 tJ~ sc:-b1tA 5 ~ P~~ -3 _.,., oo<>- . --s~.ff. Y\ ~'f. - ~- . ~4t.t:. ~<jh~. 16ir;f Pr· - ---- Total still needed $ 15,474 from P&DS t~ ' '··· .. \. '. , , . 1 • I , .. <.. . . .... PROJECT: c FUND(S): Lick Creek Parking and Trailhead Streets Capital Improvement Projects Fund PROJECT#: PROJECT BUDGET : ST1711 $284,972 PROJECT MANAGER: Raquel Gonzales FUNDING SOURCES : 2008 GOB Authorization PROJECT CLIENT: Parks and Recreation ; Public Works; Planning and Development Services PROJECT DESCRIPTION This project is for a parking and a !railhead adjacent to Lakeway to connect to the Lick Creek Greenway Trail. PROJECT SCOPE It will include a !railhead , parking lot and connection to the Lick Creek Trail. Project Total FISCAL YEAR Prior Years 2016-17 2017-18 20 18-19 2019-20 2020-21 2021-22 2022-23 PROJECT TOTAL $ Personnel (Sa laries/Benefits) Supplies Maintenance Professional Services Purchased Services Capital Outlay TOTAL PROJECT CALENDAR OF EXPENDITURES BY FISCAL YEAR Land Desiqn/Enq Staff Time Construction 15,000 5,000 20 ,000 10 ,000 234,792 - $ 35,000 $ 15 ,000 $ 234 , 792 $ ESTIMATED OPERATIONS AND MAINTENANCE COSTS $ First Fisca l Year One T ime Costs 70 Misc Project Total - $ Estimated Annual Recurring Cost 20,000 264 ,792 284 ,792 13 ,229 13 ,229 iilll ... im' i-m i--.. pm ~ ... @II pi .. • • p @Ill • • ~ fl fl fl tJ , ~ ~ r-11nnu. .... _-;,~ -&,rl~ - v ao 1 'C?O ... ~L ~'"' C~tn·-~· '~ __, 4,ooo l'=>~+a~. :J. °I <(10 . _. ~,$-VD ( ;2.<f, 310 ) -......___ . ____.,.. I -·~ ~ II C\ - : .. ... Venessa Garza rom: Sent: To: Subject: Michael D. Dehaven Wednesday, November 14, 2018 4:53 PM Venessa Garza ; Raquel Gonzales RE : Lick Creek Trailhead Parking Lot Thanks . For the officia l Budget Am endment in December I need to add a description for the additional funding request . Please re vi ew below an d edit as nee ded . Thi s was roug hl y what Courtney ha d left. 1. Trail head Parking Lot at Lick Creek -$83,100 (Budget Amendment) An additional $83,100 appropriation is needed for the completion of the Lick Creek Trail head Parking Lot . Funding will come from P&D's O&M budget, Electric CIP fund and available parkland funds . The original budget of $284,972 does not cover the functionality needed to satisfy the Electric Department and rel :pc atioo rec <lmff!el'lel at ion tr0A'l Ece ROR'li c Devele~i:;ieAt . (",. I"'-~ r f"l-t~-<.)l V'V\;~.~ B~-<l fmvir-' G-0---K~~. u.(... { vl~ From: Venessa Garza l l · ~ Sent: Wednesday, November 14, 2018 4 :10 PM -· l A.. J.t:lt ~ ~ To: Michael D. Dehaven <mdehaven@cstx.gov>; Raquel Gonzales <ragonzales@cstx .gov> w S WI I 1J1.--i Subject: RE : Lick Creek Trailhead Parking Lot ~ ~ p~l lv +- ey, The total prelimina ry proj ect cos t is $368,046. See th e attache d breakdown. Let me know if you ha ve any q ues tions. Venessa Garza, AICP City of College Station Planning an d Development Serv ices Department 979 -764-3674 From: Michael D. Dehaven Sent: Tuesday, November 13, 2018 9:10 AM To: Venessa Garza <vgarza@cstx.gov >; Raquel Gonzales <ragonzales@cstx.gov > Subject: Lick Creek Trailhead Parking Lot ~ 6e-lvc..4~ cA" Y<A- ~~~I ~ 7<k f $ frve ,v ... ~ I\ ~A-°b h Yt.~.J~--<-J . ~ (.,0-y, ft~ 'vb ~.J-Jrv *;.___ .. ,~~ fl~K.i~~ ~flv~~~ f <I+ ~{~<Ji-rr-u+- we are working on the temporary Budget Amendment to get the additional funds for this project. What i s the project total cost now because once we use parklands funds and $Sk from electric the P&D budget will cover the excess but I need a total number to calculate this excess . Michael DeHaven 1 Geospatial trip data can easily become PII. While cities have held and managed personally identifiable and other sensitive information for centuries, the volume of data and the ease with which geospatial data can now be gathered, combined, and analyzed is unprecedented. To protect the people they serve, cities should work to ensure that thei r policies and practices are updated to treat geospatial trip data as PII and that private operators follow good practice to protect the privacy of their customers. The resp onsibility for p rotecting privacy does not end with the p ublic sector. In addition, as part of the terms for operating a bu~iness in the public right-of-way, companies must prove that they are responsible stewards and protectors of the data they gather. For example, companies could commit to retaining individual trip level data only for the duration of time necessary to carry out the legitimate mobility-related purposes of cities and private-sector partners. Treat geospatial mobility data as PII in policy and practice, and work with their legal departments to develop or update protocols for how they handle, store, and protect such data. Such protocols should include policies for handling public disclosure requests that recognize the private nature of mobility data. Ensure that their data policies and practices are routinely updated and, at a m inimum, include modern digitdl security methods, protocols for storage, access, retention and deletion , data breach plans, and cybersecurity insurance. Update data privacy and insurance policies to limit city liability. At a minimum, ensure that PII is redacted in all publ ic records requests if possible under state law. • Require mobility companies and vendors to prove that they are in compliance with contractual requirements, industry standards, and laws regarding data privacy and consumer data protection. These include, but are not limited to: modern digit al security methods, protocols for storage, access, retention, and deletion , and dat a breach plans . • Coordinate with other cities to establish best practices for government and private companies to maintain individual trip records for the short est time needed, for the purpose originally stated, and to apply, analyze, aggregate and anonymize mobility data. Good data management practice begins with being clear about what questions are being asked and what information is necessary to answer those questions. For both public and private sectors, preparatory work is essential to get the right data and to avoid capturing unnecessary dat a . While being mindful about the purpose of their data requests, cities have legitimate concerns about the accuracy of d ata provided by mobility companies . To address this uncertainty, many cities have requested a broad range of data because companies have been unwilling to provide additional data as new relevant queries occur. Mobility companies and third-party data companies also have the responsibility to be purposeful with the data they collect. In granting permits, contracts, or other regulatory agreem ents that allow operations in the public right-of-way, cities can ensure that mobility companies have user agreements or privacy policies that are explicit with customers about what data they will collect and how they will use it. • Be clear about what questions they are trying to answer and use those questions as a basis for data requests . Cities can reduce the likelihood of obtaining sensitive information by limiting what they collect to data that has a defined purpose. This , in turn, may limit liability for the protection, storage, and security of that data and reduce data management burdens. • Develop internal capacity to audit the data . Trained staff, capacity for spot checks, and data audit tools, such as verifiable data logs , can help cities ensure that the data t hey get is accurate and unedited without requesting excess information to verify it. Cities should preserve the right to commission third-party audits if they suspect dishonest or falsified data. When using third-party developed tools , cities should make sure they know their vendor and w hat their privacy policies are . • Ensure that their regulatory scheme and analysis tools allow them to retroactively request data should a new query or purpose develop. • Encourage and negotiate with mobility companies to update user agreements and request and receive consent for collecting and using personal information from their customers. For example, the EU's General Dat a Protection Regulation identifies what genuine consent could look like, including: consent should be opt-in, not default; users should be allowed to accept or reject terms individually; consent agreements should identify third parties who mi0ht have access to the data; and companies should not require consent as a precondition for service. Because U.S . and state law does not have such provisions, it may be beneficial to negotiate with mobility companies to achieve at least some of these goals . A wide variety of new services , standards, and format s a r e currently available to gather, manage, and analyze mobility data. As cities look to use these tools or to d evelop their own, they should ensure t h at t hey can move fl u idly b etween vendors and for m at s as necessary. Open d ata stand ards can help cit ies avoid ge tting locked into specific pl atforms or ven dors and ensure that cities can continue to take advantage of new developments in the rapidly ch anging dat a and te chnology sector. In contrast, proprietary t ools can lim it a city's ab ilit y to u se data appropriately, take advan tage of new technologies , or s h ift to a new provider if prices increase or if the produ ct fails to m eet the city's need . Open data standards, especially when combined with appropriate contract term s that govern use, can re duce the risk of "lock-in " and e n sure that the public gets the best and most appropriate services. Standardized formats m a ke it easier for cit ies to use dat a from multiple sources. • Use open standards whenever possible . Preference for open standard s should apply in both in-h ouse develop ment and procurement. • Update procurement policies to prioritize open standards and standard formats in decision -making. • Review privacy policies and data management practices of platforms and vendors t o ensure appro p r iate safeguards are in place to protect dat a. When a locality takes ownership of data , they are responsible for safeguarding a n d protecting that dat a . If a vendor or platform m isbehaves, the locality may b e liable for giving them access t o that data. A n other way for cities to protect themselves is to main t ain that the data is solely owned b y the localit y and to require appropriate safeguarding procedures for that data if such proce dures d o n ot already exist within the provider itself. Lim it liability by engaging in due diligence when selecting a vendor or platform for data management to ensure the protection of data the city will grant third parties' access t o. .. t. +-r '" ;-;,, PART II -PRINCIPLES IN PRACTICE Governance and Best Practices for Data Handling: As the volume of data creat ed on the public right-of-way and exchanged between parties grows, cities must build out their policies , regulations , and provider agreements for ensuring that data is appropriately handled, used, stored, accessed, and disseminated. In particular, cities must ensure that they are up -to-date in their processes for oversight and direct handling of sensitive data, that their policies , regulations, and provider agreements are routinely updated to address new challenges, and that they have the capacity to grapple with tough questions, such as those surrounding privacy and access . As a baseline, examples of good practice for handing sensitive data include, but are not limited to: Storage Set limits on the amount of time that individual trip records are held and delete individual records once that time window has passed. In general, cities may choose to hold individual trip records for brief periods of time, for example until enough data can be gathered for processing or aggregation or until specific violations (e .g. a parking ticket) are addressed. Cities should minimize the amount of time that data is held in an unprocessed form. Aggregate all geospatial data before committing it to permanent storage. Require companies and contractors to abide by industry best practices for records retention and storage . Never allow individual trip records to be saved out side of a secure dat abase . Sharing Access Data should only be shared publicly in aggregate form . When aggregating data, cities should, at a minimum, consider population density, land use, and time span. Cities should preserve the right to share data with researchers and other jurisdictions for secondary uses in the public interest, provided that the researchers commit to following industry best practices for data storage , access, and retention . • Within each agency, limit access to individual trip records and/or sensitive data. In general , only a small approved list of users should have access to individual records or sensitive datasets. Routinely provide special training for personnel responsible for individual trip records on how to handle such data and best practices . • Set rules for when and why individual records can be accessed. In general, access to individual trip records should only be granted for the purpose of managing data quality and for determining methods for aggregating data (to preserve anonymity) for project specific purposes . Oversight Employ, regulate, and enforce IT best practices to monitor access to individual trip records/ sensitive data. At a minimum, all access and use of both individual records and aggregated data should be automatically captured, logged , and reported on a regular basis in order to ensure those accessing sensitive datasets are acting in an approved manner. Cities should establish frameworks for data management. These should cover managing dat a access , defining clear policies to li mit the number of people who have access to sensitive data sets, restrictions on emailing or transmitting individual trip records , password and storage protocols , appropriate t raining for personnel hand ling data, etc. Data m anagem ent is a rapidly evolvin g field. Cities should create processes that include feedback loops for evaluation and review so that they can rapidly address emerging issues like cybersecurity and update their policies and practices accordingly. Some cities and guidance bodies publish guidelines for data handling and risk management. These include: • Los Angeles • LA draft Dat a Prot e ction Principles • National Cyber Security Centre Expanding Staff Capacity: Data is only as valuable as it is accurate. Cities should ensure that they are building internal staff capacity to assess and manage data, especially so t h at they can evaluate the quality of the data they receive from private vendors . In addition to planner expertise to ensure cities are asking the right questions, and software expertise (e.g. GIS, SQL , Python/R. Javascript , Spark, Hadoop, etc .) to handle analysis, cities should develop internal staff capacity around key skill or expertise areas such as statistics and basic auditing/fraud dete ction (applying Benford's or Zipf's law to datasets). Data Aggregation: Appropriate data aggregation is the key tool for managing the balance between access and privacy. However, while there is gener al agreement that the data should be aggregated at a broader level as populat ion aecreases (or in residential contexts or off-peak hours), the exact thresholds (how many dat a points are needed per hour to ensure anonymity?) are not universally agreed upon. More city-focused discussion is needed to develop guidelines around spatial and temporal aggregations . While many cities have the internal capacity to design and develop data aggregation processes and thresholds, some third-party tools, especially those developed by non-profits or in open source, can be helpful. The Share d St r eets Micromob ility Data Processing Pipeli ne is one example of a city-guided, third-party, open data aggregation tool. Common Data Queries: Cities require mobility data to fulfill a variety of core responsibilities related to management and enhancement of the public right-of-way. Broadly speaking, these data needs can be bucketed into planning, analysis, oversight, and enforcement. Data can help unlock answers . In addition to fundamental fields like origin/destination (O/D), speed, and route bread-crumbs, a v ..... riety of data points are needed, depending on the challenge the city aims to address. For example, information about ride-hail wait times or cancell ed/r e je cted trips can help answer questions about the equitable distribution of for-hire transportation services . Similarly, information about the number of passengers in a ride-hail vehicle can aid in decisions about transit service operations or planning. Information about hard braking, speeds , or crashes are essential to reducing traffic fatalities and making city streets safer. EXAMPLES OF FREQUENTLY ASKED QUESTIONS PLANNING OVERSIGHT PLANNING EXAMPLES How many vehicles or people are using a g ive n street or corridor? How doe s level of service differ across neighborhoods, times of day, or passenger ability level? Where are users starting and ending their trips? Which routes/s treets are mos t commonly used by people on shared micromobility vehicles? OVERSIGHT EXAMPLES How does driver pay change based on trip type, location, and time of day? Where/when are t here clusters of vehicles/ devices? When/where are there not enough devices in an area ? When/where are there too many? How many devices are on the street but unavailable due to a maintenance issue or low battery? Which parts of the city are ride-hail services and micromobility serving? Were dockless micromobility or ride-hail vehicles involved in crashes? ANALYSIS ENFORCEMENT ANA LYSIS EXAMPLES H ow efficiently are ride-hail services using ou r streets? What share of total transportation emission s and local air pollution is coming from ride-hail services? How do vehicle utilization and pooling relate to conges t ion by geography? H ow do ride-hail services and micromobility trips relate to existing transit services? How much non-revenue VMT occurs on t he street (e.g. Lyft/Uber deadheading or rebalancing dockl ess micromobility devices)? What is the righ t price for curb space? Are ride-hail drivers making enough money to cover expenses and earn a living wage? ENFORCEMENT EXAMPLES Are shared micromobility companies accurately reflecting the status of their fleets or vehicles ? W h en/where are people riding scooters on t he sidewalk? How are shared micromobility companies rebalancing and maintaining their vehicles? Does service quality change in lower- income neighborhoods or among large co ncentrations of people of co lor? Crr'I ',.. O.•JJ H~t· SnTh>'.°'> 11-r1mw~1~· File#: Type : File created : On agenda : Title : Sponsors : Indexes : Code sections : Attachments : I Date 18-0452 Ordinance 7/2/2018 7/12/2018 College Station, TX City Hall 1101 Texas Ave College Station, TX 77840 Legislation Details (With Text) Version : 2 Name : Status : In control: Final action: Presentation , possible action , and discussion regarding an ordinance amending chapter 8 , "Businesses ," of the Code of Ordinances of the City of College Station , Texas , by adding article xiii "Dockless Bike Share Program"; providing a severability clause ; Consent Agenda City Council Regular Presentation , possible action , and discussion regarding an ordinance amending chapter 8 , "Businesses ," of the Code of Ordinances of the City of College Station , Texas , by adding Article XIII "Dockless Bike Share Program"; providing a severability clause ; declaring a penalty ; and providing an effect ive date Aubrey Nettles Proposed Dockless Bike Share Ordinance Ver. Action By Action Result Presentation , possible action, and discussion regarding an ordinance amending chapter 8, "Businesses ," of the Code of Ordinances of the City of College Station, Texas, by adding Article XIII "Dock less Bike Share Program"; providing a severability clause; declaring a penalty; and providing an effective date Relationship to Strategic Goals : (Select all that apply) • Good Governance • Neighborhood Integrity • Improving Mobility Recommendation(s): staff recommends approval of the ordinance Summary : Texas A&M University entered into an exclusive contract with the bike share company OFO for a bike share program in February of 2018. OFO launched their program in March with the introduction of 850 OFO bikes in College Station. TAMU and OFO plan to expand their fleet to 3,000 to 4,000 bikes for the fall semester. Based on feedback received from City Council at the workshop meeting on June 28th, staff is moving forward with an ord i nance regulating dockless bike share . Budget & Financial Summary : Attachments: Co lleg e Station , TX Page 1 of 2 Printed on 7/6/2018 powered by Legistar™ CrrvOF COU.EGES'T.ATJON H-lfTnwA6M U•i-.i17' File#: Type: File created: On agenda: 18-0403 Report 6/13/2018 6/28/2018 College Station, TX City Hall 1101 Texas Ave College Station , TX 77840 Legislation Details (With Text) Version: 1 Name: Status: In control: Final action: Presentation , possible action and discussion regarding dockless bike share regulations Agenda Ready City Council Workshop Title: Sponsors: Presentation , possible action , and discussion regard ing dockless bike share regulations . Aubrey Nettles Indexes: Code sections: Attachments : I Date Ver. Action By Action Presentation , possible action, and discussion regard i ng dockless bike share regulations. Presentation, possible action, and discussion regard i ng dockless bike share regulations. Relationship to Strategic Goals: Good governance Improving Mobility Ne ighborhood Integrity Result Background & Summary: Texas A&M University entered into an exclusive contract with the bike share company OFO for a bike share program in February of 2018. OFO launched their program in March with the introduction of 850 OFO bikes in College Station. TAMU and OFO plan to expand the ir fleet to 3,000 to 4,000 bikes for the fall semester. Based on feedback rece ived from City Counc il and citizens, staff has explored regulations for dockless b i ke share and have drafted an ordinance. We will be discussing the key components of the draft ordinance tonight. Budget & Financial Summary: N/ A Attachments: College Station , TX Page 1 of 1 Printed on 6/22/2018 powered by Legistar™ • Personal vs . Shared - o Where should changes to type and speed of personal microvehicles be placed in the City ordinance? - • Use term -Microvehicles -Laredo , Dallas, Bastrop, Galveston --o--ooenne 'vehicle ' definition in .the TIC affect this? c:Yicromobjlity vel:HeleO-Wt Ul ~ ~icle o Add definition for shared micromobility vehicle - o Can we add a microvehicle that isn't defined by Texas Transportation Code • "Shared micro -mobility device ("device ") means any motorized transportat ion device made available for private use by reservation through an online application , website , software , or other lawful means for point-to -point trips and which is not capable of traveling at a speed greater than 20 miles per hour on level ground . This term includes motorized scooters, bicycles and motorized bicycles as defined in F.S. ch . 316 . This definition does not include an owner of a motorized scooter, bicycle or motorized bicycle which is solely used for private transportation by its owner or pedicabs." • "Motorized bicycle means a bicycle propelled by a comb i nation of human power and an electric helper motor capable of propelling the vehicle at a speed of not more than 20 miles per hour on level ground, having two tandem wheels, and including any device generally recognized as a bicycle though equipped with two front or two rear wheels, or as otherwise defined by Florida law ." .. A9d langt:ffige on • ~p d -8-818 Speed -add on level surface J o Police -how to regulate on hills How to regulate self-propel portion? • Keep ome zones -aka . Parking- • Lock -to-system language -add in 8-819 -Lock-to language needs to be added G • Pilot -Midtown no longer an area -BlueDuck has left they decided to focus on other markets across the Southeastern US . 0 • Location -where a bike lane doesn't exist a sidewalk can be used . • Pi lot program 8-814 -permit terms o Location o Or Permit terms -for City to decide • ~I - ~s:. t-- - ; .. ..,,u.iU-" -·-,, ~ S'~ ~ (A}V--J;vf' ~ .. It ~,en,,, ~~ ~-c. P-~~ ~~ ' I I ' I , {.,ADlC-(v 'JV frl!-'f;.l.r.7\ .. l ~1.Al \ \ ~ L -, l ~VJ/ ..:.-,J "'-"-<1'- - CJ II - ~- - I v --J ' B\\A.t., ~(,,-~~ l tu. -3-4~ bPrU::-. -s~w\I~ ~ I I k> ~~rz-<~ ' ~ ftlm;h ~ t-. o @ Cuf1 at 13~~ _,,,.. e ~ ~~ ~ -~ j~ 4J~o/~ '/t~/~'L"L- tj 15 17 19 Agenda Item #3.4 Proposed changes to the Bike Share Ordinance Background ·:· Veorid e -Cu rrent TAMU Operator o Smee launch 1n 2019: o Rides: 1.121,879 o Riders: 66,274 o Miles : 895,945 o Changed to a ·1ock-to• system o locks on bikes o End nde with bike locked to a bike rack or fixed ob1ttt o Introduced electric sit-down scooters (Cosmos) l2SOblkes 675 e·scooters Electric Micro-vehicles •:• Can be more attractJVe to people who might not want to use trad1t1onal 2 or 3-wheelers •:• EKpands the area riders can easily travel without a car •!• Potentially helps alleviate traffic congestion •!• Veonde use - For the month of September 2021(first 12 days) -:1 '"' ... :s-~cy --... ... ... :: --... ... " -·--~ u -..... .. " -·~ -· ... .... -.. ... ... u " ----... " -.. -,. -... u " -... -.... ... .. ... u --.. ... -. .. -... ~ ii 16 18 20 Bac kgro und •!• Ordmance adopt ed m 2018 in response to TAMU b1keshare program o Requires an annual permit to operate in the Ci ty for short-term bike rentals o Dock less (locked and unlocked using a smartphone app) o Currently doesn't allow electric scooters or other electromc modes of transportation o ReQuires a local team to manage program o ReQwres a geofence Micromobility ·:• A range of m1c ro·veh1cles •:• Human-powered or electnc •:• Pnvately owned or shared •:• Typically low speed -less than 20 MPH •!• M1cromob11Jty mcreases access and can replace cars for shorter tnps Electric Micro -ve hicle s •:• Safety co ncerns o Parkmg • Dockless vs . Docked or -Lock to • o Wheel size o Oe 1e1mines sem1t1Y1ty to road cond1t1ons (ootholes.1ravel, uneven pavement, etc.) Sma!l(7-8.S-)vs.t.ar1e{l6-l8-) Veoride1s 18 o Stand-up vs. sitdown • Determines ab1hty to balance buE>d on center of 1rav1tv -- 10/12/2021 1 21 Elec t r ic Micro-vehicles •:• Safety co ncern s o Speed management • ve-orlde-14 MPH ; 7 MPH in slownde zones o Location C1tv wide vs specific areas Streeu, sldewallu and shared-use paths Teusl1wonty1llows ... 1toot1tflon roads with 35 MPH 1pHd 04' lus ....!.L >----~--0 0 ~--~-...._ ..... ..,. ...... .,,....., ~ 22 Ord i na nce A mend m e nt 1. Allow electric micro -vehicles 1. AU? 2. Only certain types? 1. Wheelme? 2. Sit-down or stand-up? 2. Other Sa fe t y components 1. Parkmg? 2. Speed? 3. Location? 10/12/2021 2 1 3 5 Bicycle , Pedestrian, and Greenways Advisory Board Meeting S October 19, 3 2o.m eptemoe r 1 , ZOZ 1 What is a Comprehensive Plan? Comprehensive Plan <.# 1:n ••• c ....... Master Plans District I. Neighborhood Plans CapMal Improvement l'lan (CIP) Next 10 Evaluation Deportmentat work programs & budgets Codes & Ordinances • Assessed plan impl ementation / • Robust public input • 10-Year Evaluation & Apprais al Report • The 1 .. ,,.,~. • Next JO "",,,..__.,_ CHy Councn Strategic Pion 2 4 6 9/13/2021 Agenda Item #3.3 10-Year Comprehensive Plan Update Planning Horizon •m-CONOlttOH'J 2013 2009 2014 -~· ... Proposed Changes Co mprehensive Plan Chapt ers 5 & 6 ~ ~,~ 2015 . G<_ .. .; __ ... , ...... _ . ,_ __ .. __ ..... _ ....... """""'°"' ... .,. ..... _.""' --·""-""' ll'Ci ...... -........ -...... ~ ' ~ ·-1.!AT!Ollol - 2019-20 2030 2018 2021 -...._ Bicycle, Pedestrian and Greenways Master Plan Maps . o._.--.i..i"' n..r-.M ... --.. .. ·---... 1 Timeline • Aug . 2 -Sep . 3 -public input (open house s, wiki-maps & survey) • Aug . 2 -Bicycle , Pedest rian, & Greenways Board (previewed proposed changes) • Se p. 13 -Bicycle , Pedestrian, & Greenway s Bo ard (for recommendatio n) • Sep . 14 -Parks & Recre at ion Board (for re commendation) • Sep . 16-Planning & Zo ning Commission (for recommendation) • Oct . 14 -City Counc il (for possible adopt ion) 7 ~­-- . ·-----,_ ... __ _ --l>----e.-~...._.. -c----~ -6---~· ------ 9 L.' ( '\ 1, ,, ' ' ' I \ ' I ' I ' ' ' ' ' ' ' ' ... ,_, __ '' 11 . -..---·""' ......... -·- ···"'--- -~-... --6--..-t-.i ·---------------- 8 10 12 i '" ·g=== .-.---, __ ------------ ·~- ····~· .. .. " -· _ .. ~ · .. -:: L.' -~. . · ... "· .... ·-...... --~---."'!(· 9/13/2021 --:!'- 1 -~-l 2 13 15 17 Agend a Item #3.4 Proposed changes to the Bike Sh are Ord i nance Backgroun d •!· Veo nde • Current TA M U Operato r o Smee launch in 2019: o Rides: 1,121,879 o Rlders:66,274 o M11es :895,94S o Changed to a "lock-to" system o locksonb1kes o End rtde w ith bike locked to a bike rack o Introduced electnc si t -dow n scooters {Cosmos) 1250bikH 67Se·scooters 14 16 18 Next Steps • BPG Board Recommendat ion • Sep . 14 -Parks & Recreation Board (for recommendation) • Sep , 16 -Planning & Zoning Commiss ion {for recommendation) • Oct . 14 -City Counc il (for possi ble adoption) Bac kg ro und •!· Ord inance adopted in 2018 in res po nse to TA M U b 1kes hare program o Requires an annual permit to operate in the C1tv for short-term bike ren ta ls o Dock less (locked and unlocked usmg a smartphone app) o Current ly doesn't allow electnc scooters or other electronic modes of transportation o Requires a local team to manage program o Requires a geofence Micro m o b i l ity •> A range of rn1c ro·veh1cles •:• Human.powered or electnc •:• Privately ow ned or shared •> Typically low speed -less than 20 MPH ·:• M1cromob1h tv increases access and can replace cars for shorter tnps -- 9/13/2021 3 p~-&p'1 l<l.. P-t+rA,l.)- -~-1-~­ it+ t,-~~ s~s - Electri c Micro-vehicles •:• Can be more attractive to people who might not want to use traditional 2 or 3-wheelers •:• Expands the arl!a nders can easily travel without a car 0:0 Potentially helps alleVlate traffic congestion •:• Veor1de use - For the month of september2021(first12 days) ..,.. ... -<M ... -.... ... -... :: -: --~· -.. -..... ---.. -: .... ... --.... .. .... - -.. .. --.. .. ::: :: ::--~' " u " u u u ::: u u u M !! 19 !to~ -1-t<S •~<'l'\~ .. : • --t5tr/U, ~-r 21 Electric Micro-vehicles •:• Safety concern s o Speed m<1nagement • Veonde • 14 MPH; 7 MPH in slow ride zones o location City wide vs specific areas Streets, sldewalks and shared-use ptiths Tun l1w only 11lows fMU>Oleo on FOids -h 35 MPH spttd Of IMs ~~ 0 0 0 ~---.-'=-0 0 .:.:... -.;;:::~-:=--_-,~--0 ....tl.. ____ rl__ 0 0 tl'-'~u.-~ µstru~ ~ J CC'-1'~-- Ag enda Item #3.S Lick Creek Greenway Trailhead and Parking Lot i· Electric Micro -vehicles wJ.._~"' "°., ... r 10~ -fA> -~ ·:· Safety concerns o Parking r • DockleH vs. Docked Of "lock 10· ·-= o Wheel size • Small(7-8S)vs.Lir&e(l6-18") • Veondeis 18 o Stand-up vs. sitdown ' • Determines ab1!tty to balance based on cenler of 1r;11vity 20 Ordinance Amendment 1. Require a "lock to" System to continue more orderly use 2. Allow electri c m icro-vehicles l. All? 2. Only certain types? 1 Basedonwh~!s1ze 2. Stand·up vs. Sit-down 3. Other Safet y components? 1. Speed? 2. location? 22 23~~~ /si+~ - 111 ~s~~ l~[_r,1,1 1 1) -€;1-t.Jl ·-:SbV\ ~ ~dtj-~~~-< -ix~~/~. 9/13/2021 4 I \ 25 27 Bicy cl e, Pedest ri an , and Greenways Adviso ry Board Meet i ng S o,tob~r 19,3202fl eptemoer 1 , ZOZ 1 <.#"' 1:. .... c ........... ... 26 Ag e nd a Item #3.6 BPG related items on upcoming Counc i l meet i ngs 9/13/2021 5 This item is Staff initiated based on changes that have occurred since the adoption of the Dockless Bikeshare ordinance .a11d to 1 et~e direction from Council on potentially amending the ordinance . ~.,,.,.,.,_; s St~1 . Joe Brummer -Regional General Manager for Veoride Ron Steedly Transportation Manager for TAMU Transportation Services Byron Prestridge -Alternative Transportation Program Coordinator for TAMU Transportation Services Peter Lange -Associate Vice President -Transportation Services Debbie Lollar -Executive Director -Transportation Services City of Bryan Blue Duck • Pilot project -Nov 2019 6 months -passed mid pandemic (July, Aug, Sept) 50 e-scooters • Update to Council i1. Nov 2020 • Full implementation Jan 2021 for 3 years -Now have 100 e-scooters • COB has a license agreement • • • Met and exceeded expectations Gen 3 model that weighs @ 6Slbs Located in downtown Bryan and Blinn campus Other options : • focus on# of rides -can't increase# of micro-vehicles unless each vehicle is used an average of three times each day • Donate $1 per vehicle per day to be given to city for use toward new bike infrastructure • Speed • Restrict hours of operation New Ordinance Name -Shared Micromobility Program Bikeshare Program History • Feb 2018 -Bikeshare Program started on -campus with OFO through Spring 2019 -850 bikes initially • June 2018 -Dockless bikeshare Program ordinance • Fall 2019 -Veoride started • January 2020 -started lock-to requirement and changed geofence to on -campus only • Spring 2020 (March -Covid) • Fall 2021-Today • Veoride has been on campus 2 years (;A1'AC ~ w/ 4'. f.dLf!t>V-<;~ "P · fJ l ~' r ne. lN+ t\i e_~ <If-~- ·. • 1 2 3 Dockless Bike Share Regulations Jun e 28, 2C18 Dockless Bike Share • Short-term renta l fo r po in t-to- po int trips • Can be located and unlocked using a smartphone app • Users pay for th e use of the b ike •• •• .. through the sma rt phone app 0 • Do es not requ ire a docking station B :.o< "'-:" :: VHlOCIC TAMU Bike Share Program • TAMU entered into exc lusive contract w it h ofo February 2018 • 1 year agreeme nt w ith optional renewal for an additi on al 4 ye ars • Launched Febr uary 2018 with 850 bikes • Plans t o expand t o 3,000-4,000 b i kes for fall semester • 13 ,000 bike p arking space s o n campus >- 4 5 6 7/23/2021 ofo • The "ofo" App • Current pri ce :$.50/h r., $9 .95 /mo nth , $34 .95 /seme ster • Geo -fence -TAMU campu s - No rthpoint Crossi ng, Sterl i ng Apartments, Park West • Po int System -gamificatio n -in itial roll out an d plan s for fall se me ster • Loc al tea m • Report issues to ofobikes@tamu .edu ofo atTAMU . ' ...... ~.... .. ''-l"\OOl't.ltlO"!Kl'V. ('or, ofo O FOBI KES M UST BE PARKED I N A BIK E RACK ofo Statistics 2/27 /18 -6/7 /18 • Over 15,000 people have signed up for ofo loca ll y • Over 170,000 bike trips have been taken • Over 70 ,000 total miles h ave b ee n biked • Around 2% of r ides are no n-comp liant ~ 1 ' 7 8 9 Comm un ity Impacts LocalRespo nse s inlexa s • Da llas • Aust in • Fort Worth • The Woodland s • Plano • University Park • Houston • Denton Draft Ordinan ce • Permitting -Annual perm it • Operating requireme nts -Custo mer & nonuse r co mmunication • Contact info rm ation on bikes -Rebalancing & removals • App ropriate staffing -Repairs -Geo -fence zone s and Home zones Education -Safety -User shall yield to pedestrians on sidewalks -Follow the ru les of th e ro ad when on st reet 10 11 12 Draft Ordinance Cont. Data sharing Insurance requirements Indemnification Parking guidelines -Must be parked upright -In a manner that does not impact vehicular or pedestrian traffic -Geo -fen ce zo ne -Remove or relocate • W it hin 2 hours between 6 a.m .- 6 p.m . • W ithin 12 hours du ring alt other t im es Enforcement -Ci tatio n -Remove/relocate -lmpound ment Proposed Fee Structure $5000 Up•$SOOh -... Sl~ SXlll,...llilot S~ooo _.....,.,_. ........ ...... --M_ .. -Sl25_ ...... U.OOO&oow ut•UCIDh Decision Points • Move forwa rd w ith ordinance? • Geofence Zone : -incl ud e single family neighborhoods? • Fee Structure & Enforcement 7/23/2021 2 13 14 Next Steps • Adopt Ordinance • Public education TAMU & ofo Representation • Peter Lange -Assoc iate Vice Pres ident of Transportation Servi ces • Servando Esp arza -ofo Head of Public Policy 7/23/2021 3 Venessa Garza From: Raquel Gon zales Sent: To: Monday, July 8, 2019 3:46 PM Venessa Garza Subject: Attachments: FW : Lick Creek Trail Head and Parking Lot 50 % Submittal 2019-7-8 -Lick Creek 50 % EOPCC.pdf See email below. Jeff updated the EOPCC. Raquel Gonzales, PE, CFM Engineer I Public Works Department P.O . BOX 9960 College Stati on, Texas 77842 Office 979 -764-5091 I Fax 979 -764-3489 ragonzales@cstx.gov C1-rv < ii Cou.EGt: S·rx r1 0~ fl .,,,," ufT<'Xllr AO-M Unii'<"ni1Y' From: Nagy, Jeffrey [mailto :jNagy@Halff.com] Sent: Monday, July 8, 2019 1:54 PM To: Raquel Gonzales <ragonzales@cstx.gov> Cc: Ratzman, Eric <eRatzman@Halff.com> Subject: RE : Lick Creek Trail Head and Parking Lot 50% Submittal *****This is an email from an EXTERNAL source. DO NOT click li nks or open attachments without positive sender verification of purpose. Never enter USERNAME, PASSWORD or sensitive information on linked pages from this email. * * * * * Raquel , As I mentioned back on July 2nd we revisited the cost estimate on the trail head . I've made the base bid include all 20 parking spaces and moved the Entrance Monument Sign and Illumination to Add Alt #1. Lastly, I've also update the concrete price to be a little bit more conservative based on some Austin area pricing. (If you have any recent bid tabulations on a project of this size utilizing concrete paving, I'd be interested to see those). As always, if you have any questions please let me know. Thank you, Jeff 1 Jeffrey Nagy, PE Civil Enginee r 0: (5 12) 942-6 21 6 Halff Associates, Inc. 9500 Am berg len Blvd ., Bldg . F , Su ite 125 Austin , TX 78729-1102 ... . . ........ ' 111 HALFF SMARTER SOLUTIONS Halff.com I Linkedln I Facebook I Twitte r I lnstagram I YouTube From: Raquel Gonzales <ragonzales@cstx .gov> Sent: Wednesday, July 03 , 2019 11 :27 AM To: Nagy, Jeffrey <jNagy@Halff.com > Subject: RE : Lick Creek Trail Head and Parking Lot 50 % Submittal Jeff, Si nce I must ha v e deleted the old e m ail, I missed the part about the fireworks! I hope baby gets see them . Love the idea of li tt le ear muffs. Enjoy!© From: Raquel Gonzales Sent: Wednesday, July 3, 2019 9 :41 AM To : 'Nagy, Jeffrey ' <jNagy@Ha lff.com > Subject: RE : Lick Creek Trail Head and Parking Lot 50% Submittal Th ank you again. I total ly m issed that! Raquel From: Nagy, Jeffrey [mailto:jNagy@Halff.com ] Sent: Wednesday, July 3, 2019 9 :38 AM To: Raquel Gonzales <ragonzales@cstx .gov> Cc: Ratzman, Eric <eRatzman@Halff.com > Subject: RE : Lick Creek Trail Head and Parking Lot 50% Submittal *****This is an email from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose. Never enter USERNAME, PASSWORD or sensitive information on linked pages from this email.***** Raquel, The plans were a little too large to attach via email, so I sent a download link on Monday (email below). Here is the link again for convenience: http://bit.ly/2JgPwsJ Eric and I were talking about the cost estimate briefly this morning. He seems to remember Vanessa wanting 20 parking spaces as a base bid. I can rearrange the cost estimate such that the base bid includes 20 spaces and 2 move the monument sign and/or light pole into add alternative to accomplish that before you send it along to parks. I can have that done and sent over to you Monday the 81h. Lastly, do you have an recent bid tabulations for concrete paving in the area? With variabil ity in concrete prices by location it would be helpful to tighten up the cost estimate . This weekend we plan on taking in some fireworks with our new little guy who turns 3 months on Friday. We got him some tiny ear muffs that will come in handy for fireworks (if he will even be awake!) Thanks , Jeff Jeffrey Nagy, PE Civ il Eng ineer 0 : (512 ) 942-6216 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg. F, Su ite 125 Austin, TX 78729 -1102 Ill HALFF . ••• SMARTER SOLUTIONS Halff.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Raquel Gonzales <ragonzales@cstx.gov > Sent: Wednesday, July 03, 2019 9:14 AM To: Nagy, Jeffrey <jNagy@Halff.com > Cc: Ratzman , Er ic <eRatzman@Halff.com > Subject: RE: Lick Creek Trail Head and Parking Lot 50 % Submittal Tha n k you Jeff, I di d no t see the p lans come in . W ill you please resend t hem ? Tom orrow, I plan to have BBQ and re lax. Hope yo u have a great 4th t oo. Raquel From: Nagy, Jeffrey [mailto:jNagy@Halff.com ] Sent: Tuesday, July 2, 2019 6:00 PM To: Raquel Gonzales <ragonzales@cstx.gov > Cc: Ratzman, Eric <eRatzman@Halff.com > Subject: RE: Lick Creek Trail Head and Parking Lot 50 % Submittal *****This is an email from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose . Never enter USERNAME, PASSWORD or sensitive infonnation on linked pages from this emai l. ***** Raquel , 3 Please find the attached 50% Engineer's Opinion of Probable Construction Cost (EOPCC) for the Lick Creek Trail Head. Some of the items that have increased since the site evaluation cost estimate done last year are; 1) Additional concrete paving area 2) Additional storm 3)Additional detailed line items 4) Updated unit cost. The base bid includes 10 parking spaces. We made the additional 10 parking spaces an add alternate, along with most of the Landscape items . Please let me know if you have any questions regarding the plans or estimate . Have a great 4 th of July, Jeff Jeffrey Nagy, PE Civil Engineer O : (512) 942-6216 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg . F , Suite 125 Austin, TX 78729 -1102 ••• • ••• ••• HALFF ••• SMARTER SOLUTIONS Halff.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Nagy, Jeffrey <jNagy@Halff.com > Sent: Monday, July 01, 2019 5:15 PM To: ragonzales@cstx.gov Cc: Ratzman, Eric <eRatzman@Halff.com > Subject: Lick Creek Trail Head and Parking Lot 50% Submittal Raquel, Please follow the link below to download the 50% plan set for the Lick Creek Trail Head. Link: http://bit.ly/2JgPwsJ We are still working on finalizing the cost estimate and will send that over to you tomorrow. Hope you have a great week, Jeff Jeffrey Nagy, PE Civ il Eng ineer 0: (512 ) 942-6216 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg. F , Suite 125 4 Austin , TX 78729-1102 SMARTER SOLUTIONS Halff.co m I Li nked l n I Face book I Twitter I l nsta gra m I YouTube City of College Station Home of Texas A&M University® City of College Station Home of Texas A&M University ® 5 ftlet1se refer to section 12 -7.3 Off-Street Standards of the City of College Station Unified Development e r ll inance and the Site Design Standards for requirements that pertain to this project. • City of College Station UDO: https://library.municode.com/tx/college station/codes/code of ordinances?nodeld=SPBLADE OR APXAUNDEOR ART7GEDEST S7.30REPAST Site Design Standards : http://www.cstx.gov/Modules/ShowDocument.aspx?doc umentid =11402 1. For the cost estimate: a. Please remove the city staff and design & construction support services from the construction estimate . b. The entrance monument and illum i nation need to be placed back in the base bid . c. The additional 10 or so spaces placed in the base bid will need to be reduced and placed back into an Alt Bid to match existing budget with above changes . d. Was the CSU gate removed from the project? I don't see it in the cost estimate. 2. Due to the increased cost of the water fountain, remove from the project . . ~ m The perimeter of all paved su_rfaces sh _all be curbed except for the section to the substation. See"A V section 7.3 .G -no G~ o"2. It\~• ,o,ooo~;"'W· t" 4 . Forthecrosssections: l.1$A-tl~ ~· ~ . G) Section A-A -was it decioed that S" pavement wasn't needed? . rJ . b. Section B-B Trailhead Drive -should the depth be 6"? t<.J...I__ "'l f o,J ~ S \ c. Section C-C Parking lot-• i. The total width label needs to be updf!ted ii. The width ofthe aisle can be 23 ·.feet . iii. The parking spaces need to be 9 X 20 . See 7.3.C.1 . -, 1. 7.3.C.S -An eighteen foot paved space may be utilized where the space abuts a landscaped island with minimum depth of four feet. An eighteen -foot space may also be used when adjacent to a sidewalk provided that the minimum of the sidewalk is six feet . iv. Remove the wheel stops since the parking lot will be curbed . d . Section D-D Trail connection -Use the reinforced concrete trail section from the Lick Creek Greenway trail pr~ject. 5. The wayfinding sign graphic will need to be updated with a new aerial {which we can provide), You are here text and maybe a symbol, as well as a call out with directional arrows and mileage for Lick Creek and Creek View Park since there will no longer be a wayfinding/distance marker bollard. 6. Similar to the wayfinding/distanc~ marker bollard for the Lick Creek Greenway Trail , add the concrete pavers, etc . to the bulbout section . 7. Please provide a Drainage letter or report stating if detention is required in accordance with the City's Watearth Timing Assessment which states that this area is in a detention evaluated zone . ~t 'l~ sc.re- 'Cb ~ ~t p,-l~ 7 # Si.~/ re~ \.:,I~~. ... . I . • • ... Attachment A City of College Station Southwood Drive Sidewalk Engineering/Design Services Item Description 1 Engineering 2 Surveying 3 Arborist Construction Item Description General 1 Mobilization/Demobilization 2 Erosion Control Silt Fence 3 Gutter Run-Off Protection 4 Pedestrian & Traffic Control 5 Sign Removal and Relocation 6 Water Meter/Values Height Adjustment 7 18" Diameter R.C.P . Installed 8 18" Diameter Safety End Treatment 9 Private Irrigation Adjustment 10 Parking Lot Bumpers Site Demolition 11 Demo Existing Sidewalks and Ramps 12 Driveway Removal 13 Crepe Myrtle/Landscape Bed Removal 14 6 " Curb & Gutter Proposed Sidewalks, Ramps and Pavement 15 6" Thick Concrete Sidewalks 16 6" Thick Residential Concrete Driveway 17 6" Thick Residential Concrete Street Apron 18 6" Thick Commercial Concrete Driveway 19 ADA Ramps 20 6" Curb & Gutter 21 Dual Apron Ramp 22 Pavement Striping (Crosswalk, Stop Bar) Road Diet from Austin Avenue to Todd Trail 23 Misc. Demolition (removing exist C&G & asphalt) 24 Concrete Curb & Gutter, complete and in place Total 1 $24,000 $20,500 $8,000 $52,500 Unit LS LF LF LS EA EA LF EA LS EA SF SF EA LF SF SF SF SF EA LF SF LS L.F. L.F. spent/co~ remaining I 18,500 $5,500 $17,500 $3,000 36,000 Quantity 1 700 13 1 3 10 8 2 1 10 365 7025 2 60 9906 250 4933 1843 21 60 318 1 10.5 12 $8,000 $16,500 Unit Price $12,000 .00 $4 .00 $15 .00 $8,000 .00 $350 .00 $500.00 $80.00 $1,200.00 $500 .00 $250 .00 $12 .00 $15 .00 $500 .00 $15 .00 $7.00 $7 .00 $7.00 $7.00 $600.00 $15.00 $7.00 $1,500.00 $300.00 $300.00 Total $12,000 $2 ,800 $195 $8,000 $1,050 $5,000 $640 $2,400 $500 $2,500 $4,380 $105,375 $1,000 $900 $69,342 $1,750 $34,531 $12,901 $12,600 $900 $2,226 $1,500 $3,150 $3 ,600 Item Description Unit Quantity Unit Price Total 25 6" Concrete Driveway Apron increase S.F. 6 $180 .00 $1 ,080 26 Embankment and Excavation C.Y . 9 $33.30 $300 Subtotal $290,620 Contingency 0.10 % $29,062 Total $319,682 Environmental Documentation Item Description Total 1 Environmental Documentation $31,968 Total $31,968 $368,150 Venessa Garza From: Raquel Gonzales Sent: To: Monday, July 8, 2019 3:46 PM Venessa Garza Subject: Attachments: FW : Lick Creek Trail Head and Park ing Lot 50 % Submittal 2019 -7 -8-Lick Creek 50 % EOPCC.pdf See email below . Jeff updated the EOPCC. Raquel Gonzales, PE, CFM Engineer I Public Works Department P.O . BOX 9960 College Stati on, Texas 77842 Office 979 -764-5091 I Fax 979-764-3489 ragonzales@cst x .gov CITY .. c I.LEGE S'rAT I O~ H#Wil.fT-ACilf UINiwty• From: Nagy , Jeffrey [mailto :jNagy@Halff.com] Sent: Monday, July 8, 2019 1 :54 PM To: Raquel Gonzales <ragonzales@cstx.gov> Cc: Ratzman, Eric <eRatzman@Halff.com> Subject: RE : Lick Creek Tra il Head and Parking Lot 50 % Submittal *****Th is is an em ail from an EXTERNAL so ur ce . DO N OT click li nks or open attachments wi th out positive sen der veri ficatio n o f purpose. Never enter USERNAME, PASSWORD or sensit ive information on linked pages fro m this em ai l. * * * * * Raquel, As I mentioned back on July 2"d we revisited the cost estimate on the trail head . I've made the base bid include all 20 parking spaces and moved the Entrance Monument Sign and Illumination to Add Alt #1. Lastly, I've also update the concrete price to be a little bit more conservative based on some Aust i n area pricing . (If you have any recent bid tabulations on a project of this size utilizing concrete paving, I'd be interested to see those). As always, if you have any questions please let me know. Thank you, Je ff 1 Jeffrey Nagy, PE Civil Engineer 0: (512 ) 942-6216 Halff Associates , Inc. 9500 Amberglen Blvd ., Bldg . F , Suite 125 Austin , TX 78729-1102 ••• • 111 HALFF SMARTER SOLUTIONS Ha lff.com I Linkedln I Faceboo k I Twitter I lnstagram I YouTube From: Raquel Gonzales <ragonzales@cstx.gov> Sent: Wednesday , July 03, 2019 11:27 AM To: Nagy, Jeffrey <jNagy@Halff.com> Subject: RE: Lick Creek Trail Head and Parking Lot 50% Submittal Jeff, Since I must have deleted the old email, I missed the part about the fireworks! I hope baby gets see them. Love the idea of little ear muffs. Enjoy!© From: Raquel Gonzales Sent: Wednesday, July 3, 2019 9 :41 AM To: 'Nagy, Jeffrey ' <jNagy@Halff.com> Subject: RE : Lick Creek Trail Head and Parking Lot 50% Submittal Thank you again . I totally missed that ! Raquel From: Nagy, Jeffrey [mailto :jNagy@Halff.com] Sent: Wednesday , July 3, 2019 9:38 AM To: Raquel Gonzales <ragonzales@cstx.gov> Cc: Ratzman, Eric <eRatzman@Halff.com> Subject: RE: Lick Creek Trail Head and Parking Lot 50% Submittal *****Thi s is an email from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose. Never enter USERNAME , PASSWORD or sensitive information on linked pages from this email. ***** Raquel, The plans were a little too large to attach via email, so I sent a download link on Monday (email below). Here is the link again for convenience : http://bit.ly/2JgPwsJ Eric and I were talking about the cost estimate briefly this morning. He seems to remember Vanessa wanting 20 parking spaces as a base bid. I can rearrange the cost estimate such that the base bid includes 20 spaces and 2 move the monument sign and/or light pole into add alternative to accomplish that before you send it along to parks . I can have that done and sent over to you Monday the g th. Lastly, do you have an recent bid tabulations for concrete paving in the area? With variability in concrete prices by location it would be helpful to tighten up the cost estimate . This weekend we plan on taking in some fireworks with our new little guy who turns 3 months on Friday. We got him some tiny ear muffs that will come in handy for fireworks (if he will even be awake!) Thanks , Jeff Jeffrey Nagy, PE Civil Engineer 0: (512) 942-6216 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg . F , Suite 125 Austin , TX 7872 9-1102 Ill HALFF . SMARTER SOLUTIONS Halff.com I Linke dln I Facebook I Twitte r I lnstagram I YouT ube From: Raquel Gonzales <ragonzales@cstx .gov> Sent: Wednesday, July 03, 2019 9:14 AM To: Nagy, Jeffrey <jNagy@Halff.com> Cc: Ratzman, Eric <eRatzman@Halff.com> Subject: RE: Lick Creek Trail Head and Parking Lot 50% Submittal Thank you Jeff, I did not see the plans come in . Will you please resend them? Tomorrow, I plan to have BBQ and relax . Hope you have a great 4 th too. Raquel From: Nagy, Jeffrey [mailto:jNagy@Halff.com] Sent: Tuesday, July 2, 2019 6:00 PM To: Raquel Gonzales <ragonzales@cstx.gov> Cc: Ratzman, Eric <eRatzman@Halff.com> Subject: RE: Lick Creek Trail Head and Parking Lot 50% Submittal *****This is an email from an EXTERNAL source. DO NOT click links or open attachments without positive sender verification of purpose. Neve r enter U SERNAME, PASSWORD or sensitive information on linked pages from this email. ***** Raquel, 3 Please find the attached 50% Engineer's Opinion of Probable Construction Cost (EOPCC) for the Lick Creek Trail Head . Some of the items that have increased since the site evaluat io n cost estimate done last year are; 1) Additional concrete paving area 2) Additional storm 3)Additional detailed line items 4) Updated unit cost. The base bid includes 10 parking spaces . We made the additional 10 parking spaces an add alternate, along with most of the Landscape items . Please let me know if you have any questions regarding the pla ns or estimate . Have a great 4 th of July , Jeff Jeffrey Nagy , PE Civil Eng in eer 0: (512) 942 -6216 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg . F, Suite 125 Austin , TX 78729-1102 Ill HALFF . ••• SMARTER SOLUTIONS Halff.com I Linkedln I Faceboo k I Twitter I lnstagram I YouTube From: Nagy, Jeffrey <jNagy@Halff.com> Sent: Monday, July 01, 2019 5 :15 PM To: ragonzales@cs t x.gov Cc: Ratzman , Eric <eRatzman@Halff.com> Subject: Lick Creek Trail Head and Parking Lot 50% Submittal Raquel, Please follow the link below to download the 50% plan set for the Lick Creek Trail Head . Link: http://bit.ly/2JgPwsJ We are still working on finalizing the cost estimate and will send that over to you tomorrow. Hope you have a great week, Jeff Jeffrey Nagy, PE Civil Engineer 0 : (512) 942-6216 Halff Associates , Inc. 9500 Amberglen Blvd ., Bldg . F, Suite 125 4 Austin , TX 78729-1102 Ill HALFF . ••• SMARTER SOLUTtONS Halff.com I Linkedln I Facebook I Twitter I lnstagram I YouTube City of College Station Home of Texas A&M University ® City of College Station Home of Texas A&M University ® 5 Venessa Garza From: Molly Hitchcock Sent: To: Friday, July 5, 2019 9:29 AM Venessa Garza Subject: RE : Lick Creek Trail Head and Parking Lot 50% Submittal Has Fire been consulted? There doesn't appear to be fire coverage or turnaround to accommodate an ambulance? From: Raquel Gonzales Sent: Wednesday, July 3, 2019 10:03 AM To: Venessa Garza <vgarza@cstx.gov> Cc: Timothy Crabb <Tcrabb@cstx.gov>; Daniel Bethapudi <dbethapudi@cstx.gov>; Wesley Gray <wgray@cstx.gov>; David Schmitz <dschmitz@cstx .gov>; Rusty Warncke <rwarncke@cstx.gov>; Kelli Nesbitt <knesbitt@cstx.gov>; Emily Fisher <efisher@cstx .gov>; Donald Harmon <dharmon@cstx.gov>; Natalie Ruiz <nruiz@cstx.gov>; Weldon Davis <wdavis@cstx.gov>; Molly Hitchcock <mhitchcock@cstx.gov> Subject: FW: Lick Creek Trail Head and Parking Lot 50% Submittal 50% EOPCC is attached and a link to the 50% plans can be found here : Link: http://bit.ly/2JgPwsJ Please return comments by July 191h. Raquel Gonzales, PE, CFM Engineer I Public Works Department P.O. BOX 9960 College Station, Texas 77842 Office 979-764-5091 I Fax 979-764-3489 ragonzales@cstx .gov C 1-r\' oF Crn.ln.a : Si-,\T loX H,mn/7~ 116-M 11irmi1f From: Nagy, Jeffrey [mailto:jNagy@Halff.com ] Sent: Tuesday , July 2, 2019 6:00 PM To: Raquel Gonzales <ragonzales@cstx.gov > Cc: Ratzman, Eric <eRatzman@Halff.com > Subject: RE : Lick Creek Trail Head and Parking Lot 50% Submittal *****This is an email from an EXTERNAL source. DO NOT click li nks or open attachments without positive sender verification of purpose. Never enter USERNAME, PASSWORD or sens itive information on linked pages from this email. * * * * * 1 Raquel, Please find the attached 50% Engineer's Opinion of Probable Construction Cost {EOPCC) for the Lick Creek Trail Head. Some of the items that have increased since the site evaluation cost estimate done last year are; 1) Additional concrete paving area 2) Additional storm 3)Additional detailed line items 4) Updated unit cost . The base bid includes 10 parking spaces . We made the additional 10 parking spaces an add alternate, along with most of the Landscape items . Please let me know if you have any questions regarding the plans or estimate. Have a great 4th of July, Jeff Jeffrey Nagy, PE Civil Engineer 0 : (512) 942-62 16 Halff Associates , Inc. 9500 Amberglen Blvd ., Bldg . F , Suite 125 Austin , TX 78729-1102 ••• • 111 HALFF SMARTER SOLUTIONS Halff.com I Linkedln I Facebook I Twitter I lnstagram I YouTube From: Nagy, Jeffrey <jNagy@Halff.com > Sent: Monday, July 01, 2019 5 :15 PM To: ragonzales@cs tx.gov Cc: Ratzman, Eric <eRatzman@Halff.com > Subject: Lick Creek Trail Head and Parking Lot 50% Submittal Raquel, Please follow the link below to download the 50% plan set for the Lick Creek Trail Head. Link: http://bit.ly/2JgPwsJ We are still working on finalizing the cost estimate and will send that over to you tomorrow. Hope you have a great week, Jeff Jeffrey Nagy, PE Civil Engineer 0: (512) 942-6216 Halff Associates, Inc. 9500 Amberglen Blvd ., Bldg . F , Suite 125 2 Austin , TX 78729-1102 Ill HALFF ••• SMARTER SOLUTIONS Halff.com I Linkedln I Facebook I Twitter I ln stag ram I YouTube 3 ~ ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COSTS CITY OF COLLEGE STATION '*d LICK CREEK TRAILHEAD AND PARKING LOT ••• HALFF . C1TYC)t:C<>IJJ•1.;1;,STATl<>N 100% SUBMITTAL ••• H.-.j'1iMs Ad-M thi Hniry " ••• I DATE: I PREPARED BY : I HA PROJ . NO : Base Bid SPEC DESCRIPTION OTY UNITS UNIT PRICE PAVING $ 234,712.00 31 11 00 CLEARING AND GRUBBING 2 AC $ 5,000.00 03 30 00 6" CONC . PAVE -MAIN DRIVE AND SUBSTATION ACCESS 12685 SF $ CB~ 03 30 00 5" CONC. PAVE -TRAILHEAD DRIVE AND PARKING LOT 7773 SF $ ~0:07 03 30 00 4" CONC. PAVE -PARKING SIDEWALK 1704 SF $ Q~e1l 03 30 00 6" CONC . PAVE -TRAIL CONNECTION 986 SF $ 8.00 32 11 29 8" LIME TREATED SUBGRADE -MAIN DRIVE & SUBSTATIO N ACCESS 1577 SY $ 4 .00 32 11 27 4" REWORKED FLEXIBLE BASE -TRAIL CONNECTION 111 SY $ 5 .00 1:lall 29 6" LIME TREATED SUBGRADE -TRAILHEAD DRIVE AND PARKING LOT 990 SY $ 3.00 " --1200 LF $ 12 .00 CO NCRETE WHEEL STOPS 6 EA $ 150.00 32 11 27 GRAVEL REPAIR (REMOVE AND REPLACE EXISTING) 203 SY $ 15 .00 31 23 33 EXCAVATION 1636 CY $ 7 .00 31 23 33 EMBANKMENT 421 CY $ 10 .00 12 93 00 CSU GATE 1 LS $ 5 ,000.00 32 16 13 .01 CURB RAMP 1 EA $ 1,500 .00 33 40 01 3" BULLROCK (6-IN DEPTH) 4 CY $ 90.00 REMOVALS $ 1,050.00 REMOVE CULVERT 70 LF $ 15.00 DRAINAGE $ 47,875.00 33 40 02 PIPE, 18" DIA RCP CLASS III 220 LF $ 100 .00 33 40 02 PIPE, 30" DIA RCP CLASS III 35 LF $ 225 .00 33 40 02 PIPE, 30 " DIA CMP 30 LF $ 100 .00 33 40 01 5' CURB lNLET 2 EA $ 5,000 .00 33 40 01 GRATE INLET {4'X4') 1 EA $ 5 000.00 SIGNAGE AND PAVEMENT MARKINGS $ 2,080.00 32 17 23 TYPE I, PAVEMENT MAR~'!NGS 4 ", WHITE, SOLID 3 15 LF $ 2.00 32 17 23 TYPE I PAVEMENT MARKIN GS, ACCESSIBILITY SYMBOL 1 EA $ 450.00 34 41 13 SIGN, HANDICAP PARKING 1 EA $ 500.00 34 41 13 SIGN, STOP 1 EA $ 500 .00 EROSION CONTROL $ 14,280.00 31 25 13 SILT FENCE (INSTALLATION AND REMOVAL) 350 LF $ 3.00 31 25 13 ROCK FILTER DAM {INSTAUATION AND REMOVAL) 59 LF $ 35 .00 32 92 13 HYDROM ULCH SEED ING ((INCLUDES 4" TOP SOIL AND WATERING) 1 AC $ 9 ,775 .00 31 25 13 CO NSTRU CTION ENTRANCE 167 SF $ 20.00 LANDSCAPE $ 7300.00 GATEWAY MONUMENT FEATURE 1 EA $ 12 ,000 .00 12 93 00 WAYFINDING SIGN GRAPHIC AND CANTILEVER FRAME 1 EA $ 4,000 .00 32 13 16 CONC PAVER BULBOUT 220 SF $ 15 .00 lLLUMINA TlON $ 7000.00 12 93 00 SOLAR WRAP LIGHT POLE INSTALLATION 1 EA $ 6,000 .00 12 93 00 LIG HT POLE FOUNDATI01 ~ 1 EA $ 1,000 .00 HOBIUZA TlON $ 22,350.00 01 71 23 TOTA L MOBILIZATION -BASE BID (7%) 1 LS $ 22,3 50.00 SUB TOTAL -BASE BID CONTINGENCY (~10%) 1/2/2020 --4 :18 PM Estimate-33837 --33837 l :\33000s\33837\001 \Admin\CostEstimates\CIVIL \Estimate-33837 1/2/2020 HALFF (JP ) 33837 ITEM COSTS SUBTOTAL $ 10 000 .00 $ 101 ,480.00 $ 54 ,410.00 $ 10 ,220.00 $ 7,890 .00 $ 6,310.00 $ 560 .00 $ 2,970.00 $ 14 ,400 .00 $ 900 .00 $ 3,050 .00 $ 11,452.00 $ 4,210.00 $ 5 ,0 00 .00 $ 1,500.00 $ 360 .00 SUBTOTAL $ 1,050.00 SUBTOTAL $ 22,000.00 $ 7,875 .00 $ 3,000 .00 $ 10,000.00 $ 5 ,000.00 SUBTOTAL $ 630.00 $ 450.00 $ 500.00 $ 500 .00 SUBTOTAL $ 1,050 .00 $ 2,070 .00 $ 7,820 .00 $ 3,340 .00 SUBTOTAL $ 12,000 .00 $ 4,000.00 $ 3,300.00 SUBTOTAL $ 6,000.00 $ 1,000 .00 SUBTOTAL $ 22 ,350.00 $ 348,647.00 $ 34,860.00 PAGE 1/2 "' -.. I SPEC I DESCRIPTION I QTY I UNITS I UNIT PRICE ITEM COSTS I BASE BID TOTAL $ 383,507.00 Add Al t #1 8 AD DITION AL PA RKI NG SPA CES ADO ALT ITEHS $ 1 7,030.00 S UBTOTAL 03 30 00 5" CONC. PAVE -ADD'L PARKING LOT (8 SPACES) 2305 SF $ 7.00 $ 16 135.00 32 11 30 6" LIME TREATED SUBGRADE -ADD 'L PARKING LOT 272 SY $ 3.00 $ 768 .00 CO NCRET E WHEEL STOPS 4 EA $ 150 .00 $ 600.00 31 23 33 EMB AN KMENT -116 CY $ 10 .00 $ (1,160 .00) 32 16 13 MO NOLITHIC CONC. CURB 72 LF $ 12.00 $ 864.00 32 17 23 TYPE I , PAVEMENT MARKIN GS 4 ", WHITE, SOLID 156 LF $ 2.00 $ 312.00 32 92 13 HYDROMULc'H SEEDING -0.05 AC $ 9,775.00 $ (489 .00) HOBIUZA TION 01 71 23 TOTAL MOB.ILIZATION -ADD ALT #1 (7%) 1 LS $ 1,230 .00 $ 1,230.00 SUB TOTAL -ADD ALT #1 $ 18,260.00 CONTINGENCY (~10% $ 1,830.00 ADD ALT #1 $ 2 0,090.00 BASE BID + ADD ALT #1 $ 403,597.00 ·...; ..., Add Al t #2 WAT ER FOUNTAI N ADO ALT ITEHS ./ -D 33 12 13 2 IN. HDPE WATER LINE 8 10 LF $ 20 .00 $( 16,200.00 33 12 13 HOT TAP TO EXIST . 12 IN. WATER LINE 1 EA $ 2,500 .00 $ '--r,JUU.00 33 12 13 4 IN . PVC SLEEVE 67 LF $ 30.00 $ 2,010.00 33 12 13 DRY WELL 1 EA $ 200.00 $ 200.00 33 12 13 5/8" WAT ER METER 1 EA $ 1,000.00 $ 1,000.00 12 93 00 WATER FOUNTAIN 1 EA $ 3,500 .00 $ 3,500 .00 HOBIUZA TION 01 71 23 TOTAL MOBILIZATION -ADD ALT #2 (7%) 1 LS $ 1,780.00 $ 1, 780 .0 0 SUB TOTAL -ADD ALT #2 $ 27 ,190.00 CONTINGENCY (~10%) $ 2 720 .00 ADD ALT #2 $ 29,910.00 BASE BID + ADD ALT #2 $ 4 13,4 1 7.00 This statement was prepared utilizing sta ndard cost and /or qua ntity estimate practices. It is understood and agreed that this is a statement of probable co nstruction cost only , and the Eng ineer shall not be lia ble t o the Owner or t o any Third Party for any fai lure to accurate ly es t imate the cost and/or quantities for the project, or any part thereof. Unit prices are in current do ll ars and shou ld be adjusted as required if letting schedule for project is delayed . The engineer's estimate of probable construction costs does not inclu de the cos t of utility relocation. 11212 020 --4 :18 PM Estimate-33837 --33837 1:133000s\33837\001\Adm in \CostEstimates\CIVIL\Estimate-33837 PAGE 212 ~ - - -- ---. D UDO rz-e..~~ - l~cL~isl~ -___?~ pmu~ ()AVA~ lJf'fMSc~ ? - l Pr'DA-~ ~ z_,$ SfX (:h. --- 1!1~ ~ (fV) ~/ 1vf1 g _tt) A~ ~~ ~ e ......... _,..,.__,,,, ... .,., _____ _ -l - ~t - I 1>~ oJ.L VJ~ R~ ~ trV\ 3ft-; -----------. 'Dtrn.J.ol , ~ R_q_~ !':cf._..,~---­-- n~ ~· -~~~ n e.,vi lo CAt1 °" -tL ~ f4? -- ~~ ScucL V\-OT ~~ .vo~t+. -- _--. j{Jff '~-. lA;\.) ~ ~o..JL,L<i~. ~------ti ~~~~ ~-tkA.-lt~ ----------f ~~wee;r~ '=>~~J_. , P•to YJL~cP~CJ ~ V>rtk ~!,~~Pr~~ w V\._~ ~C0\1S~ -- - '}:~\~~A-~ I OL~ J:-~ _ w/ M()\~ ~~UL <12 µ0-Skps~ - --- I ~ tt _lJl--th \1_ ~ l\v--~ 3~~ '"'. 1'Jcv.@ _oru~.Jl cl-b~~~·~ .lu~. PeLtCL- ~Ltk~~e~s -- - -s~ rr ~ject' ~-.· m~ (Mi ~~I ~~ . w \~~ ~ ~f.?~So~~- .e-, ~t~ ~ ~b~--- ~· ,_ ------------- l •t\b~-~~~ CfiV'~~ ~ ~ - ~~sh~t-x__, \j \""-<i t ,< ~( Q. u..t, I~ t ~ " I l /v"' ,-·"' ,•f' .. L ' <r .. {.-~ ·r Fr-t·r c.: -! ..... f jr:-r.r·· .-r r J ( ( r• \-1· '-( ,..,. , >'!.J• ~err \ ':..C.JJ"' 1-'-·Cr _pf-r-; <:~ C:. ~., A-: ·-· 'l-r.--~ ..... ' I ,_,,., . !"~'~ ~·---·-:"""t .r_..,,r ·-......... ~' . -· ,.,_ :-':"t-ryc..·-.. tr• ;\.,'?.· ,. r' ".--· tCI( !Jf"'(""r , •. ..., c;,_Ji'· r :. ts c ·--:,,--.. ... ' ' .. ·"'""" J • ' I Ir J ('( \ ,, , \ .-r 0 !.~·(" 'r -JI • •-~ I . I -...r ~ .. \ ... ,1 0.,.Ay-r·~·1rr l . \ , . , \ ""··.-r:x-i ;.t-.;·h;..' ' '1 ' \ t? r.· --. r <I: ....,..., "• """ ' ~?u l -, .rr.. ·r J-' 0:-,.•1.riJ"{ ·r(r~· -( . [ ·{" ~J, .. ,.J i •·.t ....... ;. r,; ....-\:-J.J ,r.~ .,"'.: "<''<<("" J I· I , -• ' ,.. rt ~ ... ' I 'sfl'trr-1v t'"( ~~r ~~ 1 t-if; i . .., • ~:-~,,._.-~ ./"(.l,J~ .llC ":'_r r-IS ( ,.. t• / ~.· ... -~ ; ~ ----~ -1 "' ·e ,_...r--i? .xr~ l'--f;N r--1 r.-__ -r r ,.. ~ > '-~·~ P·.1[ ?rc,-r f('\v.J,......,.. ") . ., , ' i. !tr'<.-, fY t r f\ I_ rrrH \ r<·'. <:: ,_ , Jr:. c-'1 f1:-·c ~ j\.<.{•r'-t ( rr _,~( ,/. -r...v -rrr~r-. r f·:"" {. /'"f r « ,. ;..,r ,J; .. rr~.;··y i. l -. It ' I ) ~ .. • -'"1*' .... "1 ,., (--~'·. J .> ---l-r-r· r ~· L..J.f 't.? .; I r ·: , .r..~ . ; (:.!-{ . .,,,.,r.r "t f ... ,, .-·. ( , J."' t . l ' ,,,. f. (.r. {< . .. {' "C' --"4 r·-r ......... ,i ,,~~ ::---.\ J·J• .. · .. ~ \;t<'f ·.r; y-< •• • .I l 1y,.; he :·f' 'l <::~1~.1 . . ' ,...l -r (" ,, : (" , ........ "" ( rre~ i..r:·. -.,,_ ~c ? ~rt-x---.. "' ~'':{~.'. r r r CJ"r~~-r ·-·-'" r-~:-.Jo.!',.("' '-'·~' • .! ~ ' ... r rt<'~, c 4'!r-~ r ... ---, ;r~;~ ....... 1 -· ·.1 .. --..,,. , .. ~.... f,.c ,~. b/2-'1/ I 8 .. I" If -~~ ~ ."-' l t4t ~-~--_CE_..~l~;;....::dYU~'..=..c. ______ -'l ~ -h>a. 0 h~ z.. . Op'P I ~I. "i / •.. ~ ~! ~ (~(:, ~~. ~tabO"l't. -=-----j.,j--- +,J,t. ~ PfN ,·&. ~ c;tr· -, g-Iii .