Parks & Recreation Design/Engineering of Fourth Creek Greenway

expired opportunity(Expired)
From: Iredell(County)
24-655-RFQ-01

Basic Details

started - 01 Apr, 2024 (28 days ago)

Start Date

01 Apr, 2024 (28 days ago)
due - 16 Apr, 2024 (13 days ago)

Due Date

16 Apr, 2024 (13 days ago)
Bid Notification

Type

Bid Notification
24-655-RFQ-01

Identifier

24-655-RFQ-01
Iredell County

Customer / Agency

Iredell County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 | P a g e Request for Qualifications for Fourth Creek Greenway Architectural Design Services Sealed Process #24-655-RFQ-01 Submission Deadline 3:00 PM, Tuesday, April 16, 2024 ------------------------------------------------------------------------------------------------------------------------------------ FOR ALL QUESTIONS REGARDING RFQ PROCESS, SUBMITTAL AND REQUIREMENTS ~Contact~ Mrs. Antonia Stines Purchasing Officer 200 South Center St., Post Office Box 788 Statesville, NC 28677 antonia.stines@iredellcountync.gov mailto:antonia.stines@iredellcountync.gov 2 | P a g e I. Introduction Iredell County is soliciting statements of qualifications from design firms (the “Firm”) to provide design, engineering, plans and permitting for expanding the greenway system in Iredell County. The intent of this Request for Qualifications (RFQ) is to have
professional design firms specifically address the expansion of approximately 2 miles from Bigleaf Slopes park to the west side of Greenbriar Road Bridge and provide the County with a well-considered design for this project. The trail will provide immediate access to the adjacent subdivisions (Greenbriar and Belfram subdivision) to approximately 800 residents. It is anticipated that a contract will be negotiated and signed with the successful design firm properly licensed in the State of North Carolina on the basis of demonstrated competence and qualifications for the type of professional services required. This solicitation will be made in accordance with North Carolina General Statute 143-64.31 as amended, which require that firms be selected on the basis of demonstrated competence and qualification and thereafter negotiate a contract for those services at a fair and reasonable fee with the best qualified firm. The selected firm will work directly with Iredell County Parks and Recreation. II. Project Scope Iredell County Parks and Recreation will oversee this project involving the Carolina Thread Trail, Fourth Creek Greenway and requests that the greenway trail be a minimum of 10’ width and designed to accommodate both bicycles and pedestrians. Several trail surfaces were examined: the first pavement surface to be considered is decomposed granite or crushed stone. The second trail surface alternative is asphalt, and the third proposed alternative surface is concrete. Since most of the greenway is in the floodplain, soil conditions must be determined by geotechnical investigations during the design phase. In the areas where structures are required, such as culvert/bridge crossings and/or boardwalk, these structures will be designed and constructed to accommodate pedestrian, bike traffic, and small maintenance vehicle loads. For the Fourth Creek Trail, several constraints have been identified and include the impact to existing topography, Fourth Creek flood plain and floodway, secondary tributary and stream crossings, existing vegetation, wetlands, soil conditions, private property ownership, utilities (electric, water, sewer, gas, and cable), and a safe crossing of South Greenbriar Roadway. The exact location of the utilities has not been identified and must be identified during the design phase. The proposed trail is planned to begin at Bigleaf Slopes Park. The existing gravel trail currently begins at the gravel parking lot and is approximately 600’+- long. The gravel trail terminates in a grass compacted access way for servicing the existing sanitation and monitoring system. Additional information on the survey will be available to you as an attachment to this packet. “Carolina Thread Trail Connector Planning Study”. (Appendix B) III. Scope of Services The Firm shall provide professional design services and consultation in the areas of designing to meet all requirements of the (1) North Carolina State Parks Management Rules; (2) North Carolina Division of Parks and Recreation NC Trails (3) Federal Forest Service and (4) any other requirements imposed by law or ordinance. Design will be focused on efficiencies and future capacity needs of the greenway along with other requirements submitted by Iredell County. The major items of work to be performed by Firm will include, but not be limited to: • Provide experienced, qualified personnel to assist county staff in design to explore alignment options and present alignment option deliverables to Iredell County Staff. 3 | P a g e • Incorporate permit processes in accordance with Federal, State and Local law, including performance of easements search, acquisitions and providing easement exhibits and obtaining FEMA CLOMR and other necessary environmental and construction permits. • Provide design services and conceptual drawings and meet with staff quarterly or as needed to discuss progress of designs. • Consult county staff with site improvements that may be needed to increase safety, flow and queuing, and efficiency of designs proposed. • Provide surveying services and construction drawings, complete an engineer’s estimate for construction costs. • Attend and assist in meetings with state agencies, other contractors, Board of Commissioners and the public. • Construction Administration: Act as an Agent for Iredell County over project construction administration. Provide oversight to bidding process, working with the Iredell County Purchasing Division for bid compliance, reviewing submittals, inspecting the work and preparing change orders and advising on contract modification, handling disputes, directing corrective contractor actions and other contract administration duties. • Project Closeout IV. Timeline Activity Milestone Date RFQ Announced and Distributed 03/22/2024 Deadline for Respondent Questions @ 3:00 PM 03/28/2024 Proposal Submission Deadline @ 3:00 PM 04/16/2024 Submittal review & Firm interviews, if needed TBD – April/May 2024 Selected Firm, Notifications & Contract Negotiation TBD – May/ June, 2024 *Written questions regarding this Request for Qualifications must be submitted to the Iredell County Purchasing Officer, Antonia Stines at antonia.stines@iredellcountync.gov. Questions received by the deadline date and time will be answered by addendum and sent to all known recipients and posted to Iredell County’s online bid page at http://www.co.iredell.nc.us/481/Current-Bids- RFPs. **Enveloped Statement of Qualifications must be stamped in prior to the deadline. Any submission not received prior to the deadline will not be considered. V. Submission of Packages Sealed Process; no public opening. Email submittals will not be accepted. Qualifications submittals shall include One (1) complete qualifications package in hardcopy, 8 1/2" x 11", printed double-sided bound (or single stapled – left upper corner) with Table of Contents and reference tabs for key sections. Brevity will be appreciated. Submittals shall be limited to 50 pages, with minimum 12-point font. Covers, table of contents, dividers, service agreement and references do not count in the 50 page total. AND One (1) electronic copy on USB Drive. No DVD/CD. Delivered in person or by FedEx/UPS: Iredell County Attn: Purchasing Officer 200 South Center Street Statesville, North Carolina, 28677 Delivered by USPS: Iredell County Attn: Purchasing Officer PO Box 788 Statesville, North Carolina, 28687 mailto:antonia.stines@iredellcountync.gov. http://www.co.iredell.nc.us/481/Current-Bids- http://www.co.iredell.nc.us/481/Current-Bids-RFPs 4 | P a g e VI. Qualification Statement The selected firm’s assigned project staff must be experienced in all phases of planning, design, construction and regulatory compliance requirements of similar public trailways, have extensive knowledge of the regulations governing the design and construction in the State of North Carolina, and have a proven capability to effectively and efficiently produce a successful project consistent with, and meeting the needs of, the goals outlined by Iredell County. The following describes the maximum points that may be awarded during proposal evaluation and the elements that will be utilized for evaluation of each firms’ qualifications. The evaluation panel may revise, add to or remove these elements as it deems appropriate, and/or redistribute the points for each element to ensure adequate evaluation. 1. Firm’s overall experience, knowledge, familiarity, and past performance relating to cost effective delivery of the requested services. Project references will be considered. – 30% 2. Experience of the Firm’s proposed staff and/or subconsultants to perform the required work – 40% 3. Firm’s proposed project approach, management plan and demonstrated ability to provide sound recommendations, solutions and advice to the County. – 30% Emphasis should be placed on completeness of services offered and clarity of content. All submittals should be complete and carefully worded and must convey all of the information requested by the County. If errors or exceptions are found in the firm’s qualification package, or if the package fails to conform to the requirements of the RFQ, the County will be the sole judge as to whether that variance is significant enough to reject the firm’s submittal. A. Professional Qualifications Include an introduction cover letter in this section that introduces the company and provides the designated contact name, phone number, email of the person who will be available to questions in relation to the submitted qualifications. State history of the firm, in terms of length of existence, types of services provided, former names under which the firm operated, etc. Identify the technical details that make the firm uniquely qualified for this work. State the full legal name and address of the Firm and, if applicable, the branch offices or other subsidiary element that will perform, or assist in performing, the work hereunder. Indicate whether it operates as an individual, partnership, or corporation. Must include information showing it is licensed to operate in the State of North Carolina. Any firm wishing to be considered must be properly registered with the Office of the Secretary of State and with the North Carolina Board of Registration for Professional Engineers and Land Surveyors. The firm will submit also the name, address, and contact person to be associated with the project if different from the main contact person for questions. Include the name of executive and professional personnel by skill and qualification that will be employed in the work. Show where these personnel will be physically located during the time they are engaged in the work. Indicate which of these individuals you consider key to the successful completion of the project. Identify only individuals who will do the work on this project by name and title. Resumes and qualifications are required for all proposed project personnel, including all subcontractors. If any subconsultants will be used for the various projects, the successful firm shall provide to the Purchasing Officer a list of names of any of the intended subconsultants, their applicable license number(s) and a description of the work to be done by each sub-consultant/engineer. The successful firm shall not substitute other 5 | P a g e subconsultants without the written consent of the County. The successful firm shall be responsible for all services performed by a sub-consultant/engineer as though they had been performed by the successful firm. Responsibilities include, but are not limited to, compliance with applicable licensing regulations. If at any time the County determines that any sub-engineer is incompetent or undesirable, the County shall notify the successful firm accordingly, and the successful firm shall take immediate steps for cancellation of the subcontract and replacement. Nothing contained in any contract resulting from this RFQ shall create any contractual relationship between any sub-consultant/engineer and Iredell County. It shall be the successful firms’ responsibility to ensure that all terms required in the attached contract are incorporated into all subcontracts. Include list of positions and standard hourly rates. B. Involvement with Similar Projects The written proposal must include a list of current similar projects including brief description, size, cost, staff involved, etc. The proposal listing must also include descriptions of minimum of three (3) past projects of similar size and scope, including size, cost, staff, completion period, etc. - explain and support experience working with Parks and Recreation Facilities. Projects listing must exhibit experience in the project area and indicate proven ability in implementing similar projects for the firm and the individuals to be assigned to this project. C. Proposed Work Plan/ Understanding of Project Provide a detailed and comprehensive description of how the Firm intends to provide the services requested in this RFQ. This discussion shall include, but not be limited to: how the project(s) will be managed and scheduled, how and when data will be delivered to the County, communication and coordination, the working relationship between the Firm and County Staff, and the Firm’s general philosophy in regards to providing the requested services. Responses will be evaluated on the clarity, thoroughness, and content of their responses to the above items and unique qualifications or work methodology. Include current workload and percentage of availability. D. References A complete list of client references, minimum of five (5), must be provided for similar projects recently completed. It shall include the firm/agency name, address, email, telephone number, project title and information, and contact person. Information provided under this section must be accurate. E. Legal Status of Consultant Must include all litigation or other legal action taken against the Firm within the last five years, to include disposition of each case. F. Attachments – MUST PROVIDE A copy of firm’s standard proposed contract. This contract will be reviewed and revised as necessary to meet Federal, State and County legal requirements. Submission of a qualifications statement in response to this Request for Qualifications denotes acceptance of all necessary revisions. Failure to do so will be grounds for rejection. 6 | P a g e VII. Evaluation and Selection Process 1. Iredell County intends to select the most qualified firm(s) on the basis of best overall qualifications package that, in its sole opinion, is most advantageous to the County. 2. An Evaluations Committee (the Committee) will be appointed to evaluate each qualifications package. The Committee will identify strengths, weaknesses, deficiencies and risks associated with each Firm according to the above-described criteria (A through F) and point system. All submittals shall provide a straightforward, concise description of the firm’s ability to satisfy the requirements of the RFQ. 3. A proposal with all the requested information does not guarantee the proposing Firm to be a candidate for additional consideration. The Committee may contact references to verify material submitted by the Firm. 4. The ranking of proposals and recommendation of any Firm is the sole responsibility of the Committee. Selection may be based solely on the individual merits of one Firm depending on the findings and opinion of the Committee or the Committee may choose to create a short-list of firms for further evaluation and consideration. 5. The Committee, at its sole discretion, may choose to schedule interviews with any, all, or none of the selected Firms. If interviews are to be held, selected Firm(s) will be given the opportunity to bring in their interview team to discuss their qualifications, past experience and proposed work plan in more detail. The Firm’s interview team must include the Firm’s project team members expected to complete a majority of work on the project, but no more than six members. The interview shall consist of a presentation of up to thirty minutes (length will be provided by the Committee) by the Firm, including the person who will be the project lead on this contract, followed by approximately thirty minutes of questions and answers. Audiovisual aids may be used during the oral interviews – communicate needs to utilize the Firms audiovisuals with the Committee. The Committee may record the interviews for review. Interviewed Firms will then be re-evaluated according to the above criteria (A through F), and adjustments to scoring made as appropriate. 6. Contract Approvals and Contract Negotiation/Execution: The Committee’s recommendation of the highest rated Firm will be presented to the Purchasing Officer for approval and authorization to begin negotiations for an agreeable contract and fees. If after discussion and negotiation, a mutually agreeable agreement and fee is not successful, negotiations will be terminated and the County may enter into negotiations with the second highest rated firm, and so on. 7. All Firms who submit Statement Of Qualifications will be notified of the selection results. If a non-selected Firm wishes to request a debriefing, scheduled meeting will be with the Purchasing Officer at a date and time agreeable to both parties. 7 | P a g e XI. General Conditions of the Request for Qualifications – No Exceptions will be accepted. A. Iredell County shall not pay any cost incurred by respondents in preparing or submitting a statement of qualifications for the project. All costs shall be the respondents' sole responsibility. B. All submissions, responses, inquiries or correspondence relating to this RFQ will become the property of Iredell County when received. C. Qualification packages may be withdrawn by written request prior to submittal deadline of 3:00 PM, Tuesday, April 16, 2024. Unless addressed by addendum to extend the deadline. D. Iredell County encourages all businesses, including DBE, minority, and women-owned businesses to participate and respond to its Request for Qualifications. E. The successful firm will be required to enter into a design consultant services agreement. A copy of firm’s standard proposed contract must be included in the submittal for qualifications for review. This information will not be part of the 50 page requirements. Contracting criteria includes agreement with E-Verify (NC GS 64-25(5)) and Iran Divestment Act of 2015 (NC GS 147-86.55). Acceptance of all necessary revisions to the service contract to meet Federal, State and County legal requirements. Submission of a qualifications statement in response to this Request for Qualifications denotes acceptance of all necessary revisions. Failure to do so will be grounds for rejection. F. Iredell County reserves the right to: accept or reject any and all submissions received in response to this Request for Qualifications; to cancel the RFQ process at any time; to request additional information or clarification of information provided in a response without changing the terms of the Request for Qualifications; to elect not to proceed with any of the respondents; to modify the scope of the work; to re-solicit RFQs; or choose not to award for any reason. Contact with other County Staff during this RFQ process may be grounds for disqualifications. G. The Respondent’s Documentation Form must be signed by a principal of the firm or an officer of the corporation duly authorized to bind the corporation and letter must be included with submitted Statement of Qualifications. H. The selected firm shall purchase and maintain in force, at his own expense, such insurance as will protect the firm and the County, to include professional liability (E&O), from claims which may arise out of or result from the firm’s execution of the work, whether such execution be by himself, his employees, agents, subcontractors/engineers, or by anyone for whose acts any of them may be liable. The insurance coverage shall be such as to fully protect the County, and the general public from any and all claims for injury and damage resulting by any actions on the part of the firm or its forces as enumerated above. The selected firm shall furnish a copy of an original Certificate of Insurance, naming Iredell County as an additional insured. Should any of the policies be canceled before the expiration date, the issuing company will provide thirty (30) days written notice to the certificate holder. The firm shall furnish insurance in satisfactory limits, and on 8 | P a g e forms and of companies which are acceptable to the Iredell County Purchasing Officer and shall require and show evidence of insurance coverage on behalf of any subcontractors/engineers (if applicable), before entering any agreement to sublet any part of the work to be completed under this contract. Iredell County policy is available under Appendix A - Iredell County Insurance Policy. I. North Carolina General Statute Chapter 132, Public Records, governs the accessibility of records compiled by NC Governmental Entities. In general, all documents submitted in response to this Request for Qualifications are subject to public disclosure unless specifically excepted by North Carolina General Statute §132-1.2 and §66-152 which provide definitions and protection of certain documents and information from public disclosure that constitute a “trade secret”, provided it meets the specific conditions as outlined in §132-1.2(1)a-d. Iredell County will attempt to withhold from public disclosure, or redact documents or information, designated “confidential trade secret” that clearly meet the conditions of NC G.S. §132-1.2(1)a-d to the extent that it is entitled or required to do so by applicable law. Regardless, Iredell County shall not be held responsible for any information that is released nor shall Iredell County be held responsible for nor pay any penalty or expense in relation to information so released. Any submission marked “confidential” or “trade secret” in its entirety may be rejected at the sole discretion of Iredell County. 9 | P a g e RESPONDER’S DOCUMENTATION FORM #24-655-RFQ-01 I have carefully examined the Request for Qualifications and any other documents accompanying or made a part of this Request for Qualification. ACKNOWLEDGEMENT OF ADDENDA Responder hereby acknowledges receipt of all Addenda through and including: Addendum No. Date Acknowledgement Iredell County reserves the right to accept or reject any and all submittals and to select the best qualified Firm at the sole discretion of the County. Iredell County Government does not discriminate on the basis of race, color, sex, national origin, religion, age, or disability. Any Firm who provide services for Iredell County are expected to fully comply with the County's nondiscrimination policy. I hereby propose to furnish the professional design consultant services for Iredell County in accordance with the instructions, terms, conditions, and requirements incorporated in this Request for Qualification. I certify that all information contained in this response is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this response on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract. NAME OF FIRM: ________________________________________________ BY: (printed name): ________________________________________________ SIGNATURE: ____________________________________________________ MAILING ADDRESS: _______________________________________________ CITY/STATE/ZIP CODE: ______________________________________________ EMAIL ADDRESS: ____________________________________________________ TELEPHONE NUMBER: ____________________ 10 | P a g e APPENDIX A - IREDELL COUNTY INSURANCE REQUIREMENTS The Contractor shall procure, maintain and provide proof of insurance coverage for injuries to persons and/or property damage as may arise from, or in conjunction with, the work performed on behalf of the county by the contractor, his agents, representatives, employees or subcontractors. Proof of coverage as contained herein shall be submitted prior to the commencement of work and the contractor shall maintain such coverage for the duration of the contract period. Minimum Insurance Coverage Limits: • General Liability: $2,000,000 combined single limits, $1,000,000 annual aggregate ($1,000,000 products and completed operations aggregate). • Automobile Liability: $1,000,000 combined single limits, $1,000,000 annual aggregate. • Workers Compensation: Statutory limit as required by the Workers Compensation Act of North Carolina. Any Contractors or Sub-Contractors with 2 or less employees DO NOT require Workers Compensation. • Professional Liability: $1,000,000 combined single limit. The Contractor’s insurance shall be primary over any applicable insurance or self-insurance maintained by the County. Iredell County must be endorsed as additional insured. The Contractor shall provide 30 days written notice to the County before any cancellation, suspension, or void of coverage in whole or part, where such provision is reasonable. All coverage for Sub-Contractors of the Contractor shall be subject to all of the requirements stated herein. Failure to comply with any reporting provisions of the policy(s) shall not affect coverage provided the County, its officers/officials, agents, employees and volunteers. The insurer shall agree to waive all rights of subrogation against the County, its officers/officials, agents, employees or volunteers for any act, omission or condition of premises, which the parties may be held liable by reason of negligence. The Contractor shall furnish the County certificates of insurance including endorsements affecting coverage. The certificates are to be signed by a person authorized by the insurance company(s) to bind coverage on its behalf. All insurance shall be placed with insurers licensed for business in North Carolina and maintaining an A.M. Best rating of no less than A-. All insurance policies shall be in effect for the duration of the project and shall be written on an occurrence basis. No claims-made policies will be accepted. The Contractor shall indemnify and hold harmless the County of Iredell, its officers/officials, agents, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than work itself) including the loss of use resulting therefrom, and (2) is caused in whole or part by any negligent act or omission of the Contractor, any Sub-Contractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. RISK CONTROL The Contractor shall be required to comply with all state and federal laws, regulations, and industry standard, or practices regarding safety of employees, the general public, and protection of physical property. All Sub-Contractors shall be subject to the same requirements. The Contractor shall be responsible for self-inspection, as well as the inspection of all subcontractors to ensure compliance. Any inspection of the operations of the Contractor or any subcontractor by the County or by any agent, employee or official of the County shall be done so to ensure compliance to the contract only. No inspection should be construed as a warranty of the operations of contractors and subcontractors. The Contractor shall be solely responsible for the inspection and compliance of all operations. The County maintains the right to require the Contractor to take corrective action regarding any hazard or potential hazard identified either by the Contractor or the County. Failure to comply with these requirements or take any necessary corrective action may constitute reason for cancellation of the contract. 11 | P a g e Appendix B: Carolina Thread Trail Connector Planning Survey Carolina Thread Trail Connector (Fourth Creek) Planning Study was completed by Atkins, member of the SNC-Lavalin Group on March 23, 2022. Information provided in this study is to provide Firms with an opportunity to view the project. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 Table of contents Chapter Pages 1. Project Information 4 2. Preferred Trail Alignment 5-15 3. Proposed Trail Material Surface 16-17 4. Bridge and Boardwalk Across Fourth Creek 18-19 5. Pedestrian and Bikeway Crossing at Greenbriar Road 20-25 5.1. Alt. # 1 Rectangular Rapid Flashing Beacon (RRFB) 20-21 5.2. Alt. #2 Pedestrian Hybrid Beacon 22-25 6. Directional Signage and Site Furnishings 25-29 6.1. Site Furnishings 29 7. Conceptual Cost Estimate 30-31 8. Permitting Requirements 31-32 8.1. Environmental Permitting 31 8.2. Floodplain Compliance 31 8.3. Riparian Buffer Rules 32 9. Findings and Summary 32 10. References 33-34 Appendices 34-49 Appendix A. Preferred Trail Alignment Plan 35 Appendix B. Preferred Trail Sections 36 Appendix C. Typical Sections 37 Appendix D. Planning Level Conceptual Cost Estimate – Bigleaf Slopes Park to Fourth Creek Bridge/Boardwalk (3,775 L.F.) 38-41 Appendix E. Planning Level Conceptual Cost Estimate – Fourth Creek Bridge/ Boardwalk to Greenbriar Road (6,950 L.F.) 42-45 Appendix F. Planning Level Conceptual Cost Estimate – Greenbriar Road Trail/ Sidepath (1,500 L.F.) 46-49 Appendix G. Bell Farm Subdivision Plan 50 Appendix H. Greenbriar Subdivision Plan 51 Appendix I. Boardwalk and Bridge Elevation 52-56 Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 4 1. Project Information Iredell County and the City of Statesville are expanding the greenway system of hike and bike trails. Both the County and City intend to connect the greenways to the acclaimed Carolina Thread Trail, creating a regional trail network that will traverse 15 counties and will reach over 2 million people. As part of a master planning study, the corridor along Fourth Creek was identified as part of the Carolina Thread Trail System. Overall, this 2.0-mile section (approximate length) of trail alignment starts at Bigleaf Slopes Park and ends on the west side of Greenbriar Road Bridge (Figure 1). The trail will provide immediate access to the adjacent subdivisions (Greenbriar Subdivision and Belfram Subdivision) approximately 800 residents. Figure 1: Location Map BEGIN TRAIL END TRAIL BRIDGE Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 5 Iredell County Parks and Recreation Department asked Atkins to develop a preferred trail alignment and conceptual cost estimate for the Carolina Thread Trail Connector. Previously, Atkins had constructed a feasibility study to identify potential greenway alignments for the connector and to help define a preferred alternative that would connect future adjacent subdivisions, provide safe crossing at Greenbriar Road, and minimize a no-rise within the FEMA Floodway with the bridge crossing at Fourth Creek. Since the parcels along the stream are owned by several entities, including the city of Statesville, Iredell County, NCDOT, and private property owners, the study considered the option to minimize easement acquisitions. In addition, the study identified options to cross the stream, recognizing that Fourth Creek is currently mapped by FEMA as “Zone AE with floodway”. The placement and span of the bridge was considered from a planning level viewpoint; therefore, the design-level detail was left for a subsequent phase of the project. To determine the exact final trail alignment, further analysis of existing topography, flood plain, wetlands utility conflicts, stream crossings, and other constraints near the stream will need to be addressed. A brief site visit with County and City representatives was completed to discuss these constraints and trail connection points. In addition, GIS data which includes parcels, stream centreline, floodplain, LiDAR contours, and hydraulic model were obtained from the County/City GIS, North Carolina Floodplain Mapping Program (NCFMP), and the North Carolina Department of Transportation (NCDOT) portals. The photos in Figure 2 illustrate the downstream connection point at the Bigleaf Slopes Park and the channel at the Greenbriar Road bridge. Figure 2: Bigleaf Slopes Park Entrance Figure 3: Channel under Greenbriar Rd Bridge 2. Preferred Trail Alignment Based on initial trail alignment alternatives and subsequent discussion with the City and County staff, Atkins understands that the preferred alignment of the trail will be located on the north side of Fourth Creek and has been designated as the future extension of the Carolina Thread System. While the Carolina Thread Trail will extend along the stream, the connection to the Bigleaf Park parking lot will be provided through a ‘spur’. The cost for design and construction of the spur is also included in this study. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 6 Figure 4: Preferred Trail Alignment Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 7 Figure 4A: Preferred Trail Alignment Sections 1, 2, and 3. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 8 The County requested that the greenway trail be a minimum of 10’ width and designed to accommodate both bicycles and pedestrians. At the Cities request, several trail surfaces were examined. The first pavement surface to be considered is decomposed granite or crushed stone. The second trail surface alternative is asphalt, and the third proposed alternative surface is concrete. Since most of the greenway is in the floodplain, soil conditions will be determined by geotechnical investigations during the design phase. In the areas where structures are required, such as culvert/bridge crossings and/or boardwalk, these structures will be designed and constructed to accommodate pedestrian, bike traffic, and small maintenance vehicle loads. For the Fourth Creek Trail, several constraints have been identified and include the impact to existing topography, Fourth Creek flood plain and floodway, secondary tributary and stream crossings, existing vegetation, wetlands, soil conditions, private property ownership, utilities (electric, water, sewer, gas, and cable), and a safe crossing of South Greenbriar Roadway. The exact location of the utilities has not been identified and will be identified during the future design phase. The proposed trail is planned to begin at Bigleaf Slopes Park. The existing gravel trail currently begins at the gravel parking lot and is approximately 600’+- long. The gravel trail terminates in a grass compacted access way for servicing the existing sanitation and monitoring system. Figure 5: Bigleaf Slopes Park parking lot looking north to the beginning of trail Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 9 Figure 6: Existing trail looking back south towards Bigleaf Slopes parking lot Figure 7: Existing trail looking north The existing gravel trail is approximately 10’-12’ wide and is cantered in a cleared corridor that varies in width from 25’-35’+- wide. The gravel trail follows the existing slope and terrain. In certain locations, the gravel trail exceeds 2% cross slope and 8 % vertical profile. If the proposed trail is going to paved or designed to meet ADA accessibility requirements, the centre line of the existing gravel trail would need to be regraded. The cost of regrading and resurfacing of this section of the trail is included in the construction cost estimate. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 10 Figure 8: At the end of the gravel trail, the proposed trail alignment follows existing cleared access and the sanitary sewer easement. Figure 9: Existing cleared access at the sanitary sewer easement. The County will need to verify that locating the proposed paved trail within the sanitary sewer easement is acceptable. The existing sanitary sewer depth, size, and material should be verified to confirm minimal grading so the construction of the trail will not impact the existing sanitary sewer line. Efforts to minimize future trail alignments over the sewer line should be made. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 11 Figure 10: The trail spur from Bigleaf Park to the Fourth Creek bridge (Section 1) includes several existing secondary tributaries that will require culverts to construct the proposed trail. Figure 11: The existing methane monitoring station should be screened for safety to prevent future vandalism. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 12 Figure 12: Wood screening is proposed to enclose the existing monitoring station. The construction of the enclosure will match existing restroom facade at Bigleaf Slopes Park. Figure 13: Along the proposed spur, an existing pond is located to the southwest of Fourth Creek. Currently, a constructed outlet control for the pond is lacking. A future culvert will be required to manage and control the water flow from the pond. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 13 Figure 14: This view of Fourth Creek (looking north) is the proposed bridge crossing location. The existing cleared access (sanitary sewer easement) terminates at Fourth Creek, where the bridge crossing at Fourth Creek is proposed. (Figure 14) Most of the trail on the south side will be constructed above the floodway and floodplain. However, were the trail crosses the Fourth Creek, the proposed trail, boardwalk, and bridge will be adjacent to the floodway limits within the 100-year flood plain. To achieve a "no rise" condition, the bridge is proposed to be above the 100-year flood elevation. Therefore, the location of the bridge is at the narrowest point of the floodway. The proposed bridge span is anticipated to be approximately 400 linear feet, so the bridge supports/piers and (retaining walls) will need to be designed and constructed to withstand periodic flooding. To minimize the overall construction cost, further engineering evaluation and a no-rise study of a shorter span bridge across Fourth Creek should be completed. Since the Fourth Creek floodplain is mapped as ‘Zone AE with Floodway’ by Federal Emergency Management Agency (FEMA)/North Carolina Floodplain Mapping Program (NCFMP), most of the corridor is within the 100-year floodplain and/or floodway. It is expected that all elements of the project i.e., greenway trail, bridges, culvert, and boardwalk will be designed to comply with floodplain regulations. In the instance where a ‘no-rise’ condition cannot be met, a Conditional Letter of Map Revision (CLOMR) followed by the Letter of Map Revision (LOMR) will be prepared and submitted to FEMA/NCFMP. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 14 On the north side of Fourth Creek, several property owners have agreed to the planned trail expansion. However, one additional parcel would have to be acquired to complete the trail alignment. The Greenbriar subdivision and Bell Farm subdivision are parcels that have most recently made accommodation and provided an easement for trail construction. The Greenbriar subdivision is a planned 139 home subdivision. In the latest rezoning of the community, the developer dedicated a 12’ trail easement along most of the west side of Greenbriar subdivision frontage, 8’ from the dedicated right of way. Figure 15: Existing Park signage and future Trail signage should be provided to orientate trail users Figure 16: Typical Section at Greenbriar Road To accommodate the trail section along South Greenbriar Road, the roadway section of Greenbriar Road along its frontages is proposed to include curb and gutter, an 8’ wide buffer, and a 10’ wide concrete trail. The Greenbriar subdivision has also dedicated a 20’ wide easement along the south property line that parallels Fourth Creek. The proposed easement is approximately 100’ to 200’ from the center line of Fourth Creek. The trail easement is along the southern edge of large wetlands. The proposed 20’ wide trail easement along the wetlands will need to be evaluated to determine if the proposed easement location is adequate to construct the future trail. The easement may need to vary towards Fourth Creek to allow the trail to be constructed outside the wetland area. Further evaluation of the Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 15 proposed trail center line along the south property line will also be required to determine if the trail can be constructed on grade or if an elevated boardwalk system is required. When preparing the estimated construction cost estimate to construct the trail, the trail was anticipated to be on grade. Several culverts are also required to construct the trail adjacent to the Greenbriar subdivision. The proposed trail easement crosses two drainage areas that originate in the wetlands, as well as the outlet control from the proposed subdivision detention pond. For the purposes of this study, the culvert sizes were estimated. Further evaluation of the culvert sizes will also be required to determine the adequate size for each trail crossing. At this time, because there is little vertical clearance under South Greenbriar Road at Fourth Creek, a pedestrian or bike crossing under the roadway cannot be achieved. In the future should the bridge be improved at South Greenbriar and Fourth Creek, allowing pedestrian and bikers to cross under the roadway would be highly desirable and provide a safer condition. Due to existing slope conditions of South Greenbriar Road descending and traveling towards Fourth Creek, the posted and actual speeds as well as the limited visibility make a pedestrian on grade crossing at Fourth Creek a safety concern. An alternative to crossing South Greenbriar on grade at Fourth Creek is to have a pedestrian on grade crossing at the Greenbriar Road subdivision entrance. The trail alignment will take advantage of the dedicated easement along the frontage of the Greenbriar subdivision and will align the proposed crossing at the entrance into the Greenbriar subdivision. Either a Recatangular Rapid Flashing Beacon (RRFB) Pedestrian Crossing Signal, or a PEDESTRIAN HYBRID BEACON is proposed and will include the appropriate warning pedestrian and bikeway crossing signage at the Greenbriar subdivision entrance. A traffic study should be completed to evaluate the proposed crossing in further detail during the design development phase. The Bell Farms subdivision proposal to be developed by Lennar is located east of the Greenbriar subdivision and has a common property line adjacent to Fourth Creek. The Bells Farms subdivision also has a proposed 20’ wide dedicated greenway easement that will adjoin the Greenbriar subdivision to the west and to the golf country club to the east. The 20’ wide dedicated easement runs parallel to Fourth Creek and is located just outside the top of the bank of the creek. The proposed trail alignment appears to be located within the stream buffer. Further permitting and evaluation of the proposed easement will need to be studied to determine the feasibility of the alignment. For this study, it was assumed that the alignment is acceptable to construct the proposed trail. A large active open space is planned adjacent to the proposed Greenway easement. The active open space is located to the northeast (inland) of the trail alignment. Should the trail encumber environmental or permitting constraints, that make the trail construction unfeasible, there is a possibility the County may decide to approach Lennar to determine the feasibility of moving the trail away from the Fourth Creek top of the bank. Along the proposed trail alignment there are several tributary crossings that are required. To complete the trail (from Bigleaf Slopes Park to Greenbriar Road Bridge), a permanent easement and/or acquired right-of-way from parcel owner Statesville Club Properties, LLC (PIN 4764046760) would need to be obtained. For the future trail connection (west of Greenbriar Road) to the Statesville Greenway; parcel owner Booher (PIN 4754670604) would need to be obtained. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 16 3. Proposed Trail Material Surface Three trail surfaces were priced for the proposed trail system: The three sections alternatives included stabilized decomposed granite or crushed stone, asphalt, and concrete. Both stabilized decomposed granite or crushed stone and asphalt trails within a flood condition often require continuous maintenance and should be accounted for when comparing cost against more durable material such as concrete. Figure 17: Trail Typical Section with compacted aggregate Figure 18: Trail Typical Section with asphalt Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 17 Figure 19: Trail Typical Section with concrete The trail project design should comply with the Americans with Disabilities Act (ADA). In general, the profile grade of the trails will need to be designed to a maximum of 5 percent without landing areas. The cross slope of the trails shall not exceed 2 percent. The future trail design should take these requirements into consideration. Figure 20: Trail Typical Section at pipe culvert. All trail culvert sizes to be determined in future design studies. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 18 4. Bridge and Boardwalk Across Fourth Creek Figure 21: Typical Section of prefabricated trail bridge The preferred alignment requires the crossing of Fourth Creek. The creek crossing can be made most efficiently and inexpensively with the use of a prefabricated bicycle/pedestrian bridge. Prefabricated steel bridges are typically less expensive than cast-in-place or pre-cast concrete bridges. The width of the creek is approximately 100 feet between the top of the creek banks. The bridge has been located at the narrowest floodway point to minimize the overall bridge length. The deck of the bridge could be either concrete, wood, or metal. Figure 22: Elevated Boardwalk to transition path/trail up to the Fourth Creek Bridge. Boardwalk may also be used for unsuitable soil or wetland areas. Boardwalks are recommended in wetland areas and areas where the soil is soft due to high water content. While the recommended concrete boardwalks are currently intended for use only by walkers Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 19 and bicyclists, boardwalk width and weight tolerance should be designed for small maintenance facilities. An elevated boardwalk is proposed to transition the trail to the proposed bridge elevation. The boardwalk decking, beams, and piers are proposed to be constructed out of concrete for durablity and longevity. Boardwalks have a clear unobstructed width (inside of curb or handrails) and should match or exceed the specified widths of the trails they serve. In some instances, however, there may be a transition area to allow tapering to interface the trail with the boardwalk to maintain safety standards. Sustainable design techniques are used to minimize adverse impacts or intrusion of the structure on the environment during construction and use. Hand railing heights meet local and national code standards for their anticipated use including heights specified in the AASHTO Guide to the Development of Bicycle Facilities. The railings provide a minimum 42” high for low drops and 54” for high drop offs and are designed to protect small children with appropriate minimal gaps where conditions dictate. Railing materials are resilient with low maintenance. Concrete decking and steel or cable railing is preferred. Decking may be composite material or concrete for long term maintenance and sustainability. Boardwalk and bridge design and materials should fit with branding and furnishing styles of the various character segments of the Thread Greenway Trail. Figure 23: Boardwalk Railing at the appropriate height of 42” or 54” Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 20 5. Pedestrian and Bikeway Crossing at Greenbriar Road Street crossings at-grade crossings create potential conflicts between trail users and motorists. However, well-designed crossings have not historically posed a safety problem as evidenced by the thousands of successful trails in the United States using at-grade crossings. Designing safe at-grade crossings will be a key to safe implementation of the Fourth Creek Trail. Roadway crossings should comply with the North Carolina Manual on Uniform Traffic Control Devices. American Disabilities Act acceptable curb ramps are also recommended at all crossings. Crossing features for all roadways include warning signs for both vehicles and trail users. The type, location, and specified criteria are identified in the NCMUTCD. Adequate warning distance is based on vehicle speeds and line of sight. Signage should be highly visible; and help to catch the attention of motorists who are accustomed to roadway signs and may require additional alerting devices such as a flashing light, roadway striping, or changes in pavement texture. Signing for trail users must include a standard stop sign and pavement marking that often have other features such as bollards or a change in trail geometry to slow bicyclists. Care must be taken not to place too many signs at the crossings lest they overwhelm the user and then lose their impact. Proposed biker and pedestrian crossing of South Greenbriar Road may include several alternatives. Evaluation of trail crossings involve analysis of vehicular and trail user traffic patterns which include speeds, street width, traffic volumes (average daily traffic, peak hour traffic), and line of sight. This plan identifies the most appropriate crossing options given the available information. This must be verified and/or refined through the engineering and construction document stage. The final improvements should be based on a completed traffic study recommendation. 5.1. Alt. # 1 Rectangular Rapid Flashing Beacon (RRFB)  RRFBs shall not be used at crosswalks controlled by YIELD signs, STOP signs, or Traffic Control signals.  RRFBs shall initiate operations based on user actuation and shall cease operation at a predetermined time after the user actuation or with passive detection after the user clears the crosswalk.  Secondary installations of RRFBs on median islands can improve complicity and driver yielding behaviour. Figure 24: Examples of proposed RRFB signage and crosswalks. Safety fencing / guardrails may be used to control pedestrian crossing at designated locations Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 21 Figure 25: Example of solar power RRFB signage and crosswalk Figure 26: Solar power signage with flashing beacons Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 22 5.2. Alt. #2 Pedestrian Hybrid Beacon Pedestrian Hybrid Beacon Crossings with a R10-23 or R10-23a should be paired with a Marked Crosswalk and Advance Stop Bar crossing treatment package.  A stop line and STOP HERE ON RED sign (R10-6) should be used.  Push buttons should be easy to identify and located on the right-hand side of the path. They should be positioned so bicyclists do not have to dismount to activate.  Parking and other sight obstructions should be prohibited for at least 100 feet in advance of and at least 20 feet beyond the marked crosswalk to provide adequate sight distance. Figure 27: HAWK Signals are Pedestrian-Activated Traffic Control devices that help to make pedestrian crossings safer for everyone, whether you are walking, rolling, or driving. A HAWK (High-Intensity Activated Crosswalk) signal is a device used to assist people to safely cross busy streets. The HAWKs work the same as other button-activated traffic signals, either by pushing a button or using an automatic sensor which directs the pedestrian or bicyclist to wait for the signal to change signaling and the traffic to stop so pedestrian can cross safely. For a driver, the HAWK signal appears differently than other traffic lights. At rest, HAWKs remain dark. Once triggered, it will then go through a series of yellow and red light sequences requiring motorists to slow down and stop. After the pedestrian or bicyclist crosses, the HAWK will go dark again allowing motorists to continue through the intersection. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 23 HAWK signals provide safer crossing alternatives for pedestrians and cyclist than traditional crosswalks, especially in mid-block locations where there is heavy demand. Because the devices are only activated when pedestrians or bicyclist are present, drivers experience minimal delays. HAWK signals can also be installed at the intersection of an arterial road with a smaller side street, which would not otherwise warrant a traffic light signalized crossing. These alternative provide safer crossings on busy streets for both pedestrian and cyclist. Data also suggests that HAWK signals create safer crossings, reduce crashes and increase driver compliance with crosswalk laws. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 24 Figure 28: Examples of countdown signals and pedestrian signal push button and signage Countdown Pedestrian signals provide information on the amount of time remaining in the pedestrian change interval which can assist pedestrians to make safe crossing judgments. Guidance on the use of these devices is now included in the North Carolina MUTCD. Countdown Pedestrian signals should be considered at existing intersections with trail crossings, specifically at the Greenbriar Road crossing. Automated Pedestrian Detection devices can determine when a pedestrian enters a detection zone, such as the approach to a crosswalk, and automatically sends a signal to the Pedestrian Signal Head to initiate a walk phase. Some devices also determine when a pedestrian may need additional crossing time. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 25 Figure 29: Providing a High-Visibility Crosswalk. A crosswalk marked with diagonal or longitudinal lines parallel to traffic flow such a ladder, continental, or bar pair marking pattern. 6. Directional Signage and Site Furnishings Figure 30: Example of Carolina Thread Trail signage and bridge lighting, banners, and decorative railing. The directional signing should impart a unique theme, so trail users know which trail they are following and the direction of the trail. The theme can be conveyed in a variety of ways: engraved stone, medallions, bollards, and mile markers. Signage may include city/county name, logo, and trail name. Signage helps users find their way and acknowledge the rules of the trail. At major crossroads and access points, signage is useful for interpretive education about local culture and history. Trail signs should be placed every 1⁄4 mile and at all trail-roadway intersections on the Fourth Creek Trail. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 26 Trail signs should measure 12 x 18 inches and be printed on standard .080 engineering-grade aluminium. Trail signage would be located to maintain minimum clearance heights and setbacks. Signage would conform to MUTCD and AASHTOO Guide for Development of Bicycle Facilities. Figure 31: Example of trail signage. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 27 Figure 32: Typical signage requirements for multi-use trail / sidepath crossing Greenbriar Road. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 28 Figure 33: Typical signage setback for signage along trail. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 29 6.1. Site Furnishings Site Furnishings shall be used help encourage pedestrian use along the trail. There is a wide variety of site furnishings available to choose from in terms of style and materials. Material selection should be based on desired theme, location that it is used, cost and durability. At Bigleaf Slopes Park additional seating areas with benches and trash receptacles, picnic tables, bike racks with repair station, and an informational kiosk. The informational kiosk could be provided to inform users about the trail, trail rules, location map, navigational information, mileage, events, and educational / cultural purposes. Figure 34: Examples of benches, trash receptacles and picnic table. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 30 7. Conceptual Cost Estimate Planning level cost estimates were prepared for all alternatives considered based on previous projects. There are several constraints that exist including utility conflicts, topography challenges, R/W acquisition, NCDOT coordination, and environmental permitting. While all these issues cannot be quantified during the planning level study. It should be noted that costs of acquiring property and relocating utilities were not included in these estimates. Table 1 through 3 provides a summary of estimated costs for each section of trail and material type. Table 1 – Base Bid - Planning Level Cost Estimates for Aggregate Trail Trail Alignment Section Key components Estimated Costs ($) Section 1: Bigleaf Slopes Park to Fourth Creek (Figure 4A) Aggregate Greenway Trail (3,775 lf) Culvert crossings (2) $806,316.50 * Section 2: Fourth Creek to Greenbriar Road (Figure 4A) Aggregate Greenway Trail (6,950 lf) Culvert crossings (4) Concrete Bridge and/or Boardwalk (+/- 565 lf) $2,692,966.38 * Section 3: East and west side Greenbriar Road Crossing at Bridge (Figure 4A) Concrete Greenway Trail (1,500 lf) Culvert crossings (0) $1,033,989.00 * Total Cost ($): 4,533,271,88 * Estimated cost includes 10% engineer design fee and 25% contingency. Engineer Fee and Contingency may vary depending upon funding source. Table 2 – Base Bid + Alternate No. 1 - Planning Level Cost Estimates for Asphalt Trail Trail Alignment Section Key components Estimated Costs ($) Section 1: Bigleaf Slopes Park to Fourth Creek (Figure 4A) Asphalt Greenway Trail (3,775 lf) Culvert crossings (2) $880,566.50 * Section 2: Fourth Creek to Greenbriar Road (Figure 4A) Asphalt Greenway Trail (6,950 lf) Culvert crossings (4) Concrete Bridge and/or Boardwalk (+/- 565 lf) $2,816,716.38 * Section 3: East and west side Greenbriar Road Crossing at Bridge (Figure 4A) Concrete Greenway Trail (1,500 lf) Culvert crossings (0) $1,033,989.00 * Total Cost ($): 4,731,271.88 * Estimated cost includes 10% engineer design fee and 25% contingency. Engineer Fee and Contingency may vary depending upon funding source. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 31 Table 3 – Base Bid + Alternate No. 2 - Planning Level Cost Estimates for Concrete Trail Trail Alignment Section Key components Estimated Costs ($) Section 1: Bigleaf Slopes Park to Fourth Creek (Figure 4A) Concrete Greenway Trail (3,775 lf) Culvert crossings (2) $1,239,441.50 * Section 2: Fourth Creek to Greenbriar Road (Figure 4A) Concrete Greenway Trail (6,950 lf) Culvert crossings (4) Concrete Bridge and/or Boardwalk (+/- 565 lf) $3,438,044.50 * Section 3: East and west side Greenbriar Road Crossing at Bridge (Figure 4A) Concrete Greenway Trail (1,500 lf) Culvert crossings (0) $1,033,989.00 * Total Cost ($): 5,711,475.00 * Estimated cost includes 10% engineer design fee and 25% contingency. Engineer Fee and Contingency may vary depending upon funding source. 8. Permitting Requirements Irrespective of the chosen alternative, the greenway project will require permitting from several regulatory agencies. The expected permitting required is listed below. 8.1. Environmental Permitting Fourth Creek is listed as an impaired stream and classified as a 303(d) stream. Any impacts to jurisdictional stream and wetland boundaries will be subject to both Section 404 and 401 of the Clean Water Act, which is regulated by U.S. Army Corps of Engineers (USACE) and the North Carolina Department of Environmental Quality- Division of Water Resources (NCDEQ-DWR). To facilitate the permit reviews, an agency approved determination of jurisdictional limits and wetland boundaries will be required. 8.2. Floodplain Compliance Fourth Creek is currently mapped by the FEMA/NCFMP as ‘Zone AE with regulatory floodway’. Since the project will be located in a regulatory floodway, the requirements of the National Flood Insurance Program (NFIP) regulations in the Federal Code of Regulations Title 44 Section 65.7 must be met. These requirements include submitting a copy of a public notice distributed by the community stating the community’s intent to revise the regulatory floodway, or a statement by the community that it has notified all affected property owners and affected adjacent jurisdictions. A flood study will be need to conducted to determine if the project will increase base flood elevations. The hydraulic model will be created to demonstrate a ‘no-rise’ condition. If a no-rise condition can be achieved, project will obtain approval from Iredell County and/or the City of Statesville. The Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 32 County and/or the City may require a floodplain development permit to ensure that proposed development meets the requirements of the National Flood Insurance Program (NFIP). If no-rise conditions cannot be achieved due to the fill in the floodplain and/or size of the stream crossing, a Conditional Letter of Map Revision (CLOMR) will need to be obtained from the FEMA/NCFMP. A CLOMR is pre-construction, and shows project impacts on the FEMA regulatory floodway and floodplain based on proposed conditions. Following greenway construction, a Letter of Map Revision (LOMR) will be required by the FEMA/NCFMP. A LOMR shows project impacts on the FEMA regulatory floodway and floodplain based on as-built conditions. 8.3. Riparian Buffer Rules Since Fourth Creek is located within Yadkin Basin, it is not subjected to the state’s Riparian Buffer Rules. 9. Findings and Summary In summary, the Carolina Thread Trail Greenway Connector Project will provide a key link to the extensive Carolina Thread Trail System and provide opportunities to expand to other parts of Iredell County and to the City of Statesville. Three trail surface alternatives were considered, and an estimated cost was provided. The trail section is recommended to be concrete due to periodic flooding that will occur because of the proximity of the trail to Fourth Creek. An engineering study should be completed to determine if a traffic control signal is justified regarding the pedestrian and bikeway crossing at South Greenbriar Road. Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 33 References  American Association of State Highway Transportation Officials Greenbook (AASHTO), the Americans with Disabilities Act (ADA), www.transportation.org  The Federal Highway Administration (FHWA), the Manual on Uniform Traffic Control Devices, https://mutcd.fhwa.dot.gov  Guide for the development of bicycle facilities, American Association of State Highway and Transportation Officials 2012, Fourth Edition  National Association of City Transportation Officials, Urban Bikeway Design Guide, https://nacto.org/publication/urban-bikeway-design-guide/  North Carolina Bikeway and Pedestrian Division NC Department of Transportation, www.ncdot.gov/bikeped/  North Carolina Pedestrian and Bicycle Infrastructure Network Data Catalog (2015), https://connect.ncdot.gov/projects/BikePed/Documents/  North Carolina Complete Streets Planning and Design Guidelines, https://connect.ncdot.gov/projects/BikePed/Pages/Complete-Streets.aspx  “What is LiDAR” – National Ocean Service, National Oceanic and Atmospheric Administration, 2016 http://oceanservice.noaa.gov/facts/lidar.html  “Agency Coordination” – United States Army Corps of Engineers, 2016, http://www.saw.usace.army.mil/Missions/RegulatoryPermitProgram/AgencyCoordination.as px  “No Rise Certification for Floodways” – Federal Emergency Management Agency, 2016, http://www.fema.gov/no-rise-certification-floodways  “Permit for Floodplain development” – Federal Emergency Management Agency, 2016, http://www.fema.gov/permit-floodplain-development  “Conditional Letter of Map Revision” – Federal Emergency Management Agency, 2016, https://www.fema.gov/conditional-letter-map-revision  The Yadkin and Pee Dee Rivers of North Carolina  https://cwfnc.org/documents/A-River-in-Jeopardy.pdf  NC Division of Water Quality, 1998. Yadkin-Pee Dee River Basinwide Water Quality Management Plan. (Raleigh, North Carolina: Division of Water Quality) Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 34  “River Basin and Watershed Riparian Buffer Rules”, North Carolina Forest Service, September 15, 2014, http://www.ncforestservice.gov/water_quality/buffer_rules.htm Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 35 Appendix A. Preferred Trail Alignment Plan Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 36 Appendix B. Preferred Trail Sections Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 37 Appendix C. Typical Sections Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 38 Appendix D. Planning Level Conceptual Cost Estimate – Bigleaf Slopes Park to Fourth Creek Bridge/Boardwalk (3,775 L.F.) Iredell County Carolina Thread Greenway Connector Conceptual Cost Estimate Bigleaf Slopes Park to Fourth Creek Bridge/Boardwalk (3,775 L.F.) 2/28/2022 ATKINS Item Description Quantity Unit Unit Price Cost TRAFFIC CONTROL - PROJECT 100062569 1 LS $5,000.00 $5,000.00 MOBILIZATION 1 LS $15,000.00 $15,000.00 SUBTOTAL $20,000.00 EROSION CONTROL ITEMS TEMPORARY GRASSING 5 AC $800.00 $4,000.00 MULCH 10 TN $130.00 $1,300.00 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP 0 EA $225.00 $0.00 CONSTRUCT AND REMOVE RIP RAP CHECK DAMS 2 EA $385.00 $770.00 TEMPORARY SILT FENCE, TYPE C (DOUBLE ROW) 4000 LF $3.82 $15,280.00 COMPOST FILTER SOCK 100 LF $15.00 $1,500.00 MAINTENANCE OF INLET SEDIMENT TRAP 0 EA $90.00 $0.00 MAINTENANCE OF CHECK DAMS - ALL TYPES 50 LF $8.54 $427.00 MAINTENANCE OF TEMPORARY SILT FENCE, TP C 2000 LF $1.21 $2,420.00 WATER QUALITY MONITORING AND SAMPLING 6 EA $500.00 $3,000.00 WATER QUALITY INSPECTIONS 12 MO $1,350.00 $16,200.00 SUBTOTAL $44,897.00 DEMOLITION AND GRADING ITEMS CLEARING AND GRUBBING 1 LS $50,000.00 $50,000.00 GRADING COMPLETE 1 LS $100,000.00 $100,000.00 FOUND BKFILL MATL, TP II (AS DIRECTED BY ENGINEER) 250 CY $65.00 $16,250.00 SUBTOTAL $166,250.00 AGGREGATE TRAIL ITEMS - BASE BID GRADED AGGR BASE CRS, 6 INCH, INCL MATL (SIDEWALK/TRAIL BASE, 3,775 LF) 4200 SY $15.00 $63,000.00 Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 39 AGGREGATE SURFACE COURSE, 6 INCH (2' SHOULDER EACH SIDE OF TRAIL) 1700 SY $15.00 $25,500.00 REINF CONC APPROACH SLAB 0 SY $100.00 $0.00 CONC SIDEWALK / TRAIL, 6 IN, INCLUDES ADA RAMPS (WITH WWF 6X6 - 10 GAUGE) (1500 LF. ALONG GREENBRIAR BOTH SIDES) 0 SY $75.00 $0.00 CONCRETE CURB & GUTTER, 6 IN X 30 IN, TP 2 0 LF $25.00 $0.00 GEOGRID (HANES GEO COMPONENTS TERRAGRID RX1200) 5900 SY $10.00 $59,000.00 SUBTOTAL $147,500.00 ASPHALT TRAIL ITEMS - ALTERNATE NO. 1 RECYCLED ASPH CONC 9.5MM SUPERPAVE, TYPE II, GP 2 ONLY, INCL BITUM MATL & H LIME (2.5 INCH SURFACE LAYER) 600 TN $90.00 $54,000.00 SUBTOTAL $54,000.00 CONCRETE TRAIL ITEMS - ALTERNATE NO. 2 CONC SIDEWALK / TRAIL, 6 IN, INCLUDES ADA RAMPS (WITH WWF 6X6 - 10 GAUGE) 4200 SY $75.00 $315,000.00 SUBTOTAL $315,000.00 STORM DRAINAGE ITEMS CONCRETE HEADWALLS (8 TOTAL) 11 CY $1,200.00 $13,200.00 STORM DRAIN PIPE, 18 IN, H 1-10 48 LF $55.00 $2,640.00 STORM DRAIN PIPE, 36 IN, H 1-10 48 LF $60.00 $2,880.00 STORM DRAIN PIPE, 72 IN 0 LF $250.00 $0.00 STN DUMPED RIP RAP, TP 3, 24 IN 80 SY $60.00 $4,800.00 PLASTIC FILTER FABRIC 80 SY $4.00 $320.00 DROP INLET, GP 1 0 EA $3,500.00 $0.00 STORM SEWER MANHOLE, TP 1 0 EA $3,500.00 $0.00 SUBTOTAL $23,840.00 PAVEMENT MARKING ITEMS SOLID TRAF STRIPE, 12 IN, WHITE (CROSSWALK) 0 LF $8.00 $0.00 SOLID TRAF STRIPE, 24 IN, WHITE 0 LF $10.00 $0.00 SUBTOTAL $0.00 LANDSCAPE ITEMS Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 40 PERMANENT GRASSING - HYDROSEED BERMUDA GRASS 1 AC $2,500.00 $2,500.00 PERMANENT GRASSING - HYDROSEED NATIVE GRASS ROADSIDE SEED MIX 1 AC $2,500.00 $2,500.00 PERMANENT GRASSING - HYDROSEED NATIVE GRASS ROADSIDE SLOPE SEED MIX 0 AC $2,500.00 $0.00 PERMANENT GRASSING - HYDROSEED ANNUAL/PERENNIAL WILDFLOWER SEED MIX 1 AC $2,500.00 $2,500.00 PERMANENT GRASSING - HYDROSEED RIPARIAN SEED MIX 0.5 AC $2,500.00 $1,250.00 AGRICULTURAL LIME 4 TN $175.00 $700.00 FERTILIZER MIXED GRADE 2 TN $750.00 $1,500.00 FERTILIZER NITROGEN CONTENT 400 LB $7.00 $2,800.00 SHADE TREE - 3 CAL. 15 EA $1,000.00 $15,000.00 FLOWERING TREE - 8' -10' HT. 11 EA $600.00 $6,600.00 EVERGREEN TREE - 8'-10' HT. 11 EA $700.00 $7,700.00 LARGE SHRUB - 3 GAL. 25 EA $75.00 $1,875.00 SMALL SHRUB - 3 GAL. 50 EA $40.00 $2,000.00 PERENNIALS / GROUNDCOVERS - 4 INCH POT 250 EA $10.00 $2,500.00 BARE ROOT SEEDLING (REFORESTED TREE MIX) 150 EA $30.00 $4,500.00 LANDSCAPE MULCH 500 SY $5.00 $2,500.00 PLANT TOPSOIL 150 CY $40.00 $6,000.00 SUBTOTAL $62,425.00 MISCELLANEOUS ITEMS HAWK PEDESTRIAN CROSSING SIGNAL COMPLETE 0 LS $100,000.00 $0.00 PEDESTRIAN CROSSING SIGN (INCL. ALL MATL AND INSTALLATION) 0 EA $1,000.00 $0.00 STOP / STREET SIGN (INCL. ALL MATL AND INSTALLATION) 0 EA $1,000.00 $0.00 MISC. SIGNAGE 1 LS $15,000.00 $15,000.00 BENCH, 8 FT, (INCL CONC. FOOTING) 4 EA $1,000.00 $4,000.00 WASTE RECEPTACLE UNIT, (INCL CONC. FOOTING) 1 EA $500.00 $500.00 BICYCLE RACK, (INCL CONC. FOOTING) 2 EA $1,000.00 $2,000.00 BICYCLE REPAIR STATION, (INCL CONC. FOOTING) 1 EA $2,500.00 $2,500.00 GUARDRAIL 0 LF $50.00 $0.00 BOLLARD 2 EA $2,000.00 $4,000.00 8' HT. SECURITY ENCLOSURE FENCE AND GATE (AT METHANE MONITORING STATION) 40 LF $200.00 $8,000.00 Carolina Thread Trail Connector Atkins Carolina Thread Trail Connector Planning Study | Version 1.0 | March 23, 2022 41 ORANGE SAFETY FENCE 4000 LF $2.00 $8,000.00 FENCE SPECIAL DESIGN - 48" HT. WOOD RAILING FENCE 500 LF $75.00 $37,500.00 INFORMATIONAL KIOSK 1 EA $10,000.00 $10,000.00 MATERIAL TESTING 1 LS $15,000.00 $15,000.00 GEOTECHNICAL TESTING 1 LS $15,000.00 $15,000.00 SUBTOTAL $121,500.00 BRIDGE ITEMS PREMANUFACTURED BRIDGE (INCLUDES CONCRETE ABUTMENTS AND CONC. DECK) 0 ESTIMATE $650,000.00 $0.00 BOARDWALK - CONC. DECKING (+/- 165' LF TOTAL FOR EACH SIDE OF BRIDGE AT 8%) 0 SF $120.00 $0.00 GEOTECHNICAL REPORT BRIDGE FOUNDATION INVESTIGATION (BFI) (INCLUDES BORING LOCATIONS AT EACH BENT LOCATION, BEGINNNING AND END OF THE BRIDGE TOTAL OF 4) 0 LS $20,000.00 $0.00 SUBTOTAL $0.00 TOTAL - CONSTRUCTION COST - BASE BID $586,412.00 ENGINEER DESIGN FEE (10%)* $58,641.20 ENGINEERS CONTINGENCY (25%)* $161,263.30 TOTAL $806,316.50 TOTAL - CONSTRUCTION COST - BASE BID+ALTERNATE NO. 1 $640,412.00 ENGINEER DESIGN FEE (10%)* $64,041.20 ENGINEERS CONTINGENCY (25%)* $176,113.30 TOTAL $880,566.50 TOTAL - CONSTRUCTION COST - BASE BID + ALTERNATE NO. 2 $901,412.00 ENGINEER DESIGN FEE (10%)* $90,141.20 ENGINEERS CONTINGENCY (25%)* $247,888.30 TOTAL $1,239,441.50 * Estimated cost includes 10% engineer design fee and 25% contingency. Engineer Fee and Contingency may vary depending upon funding source.

200 South Center Street,Statesville, NC 28677Location

Address: 200 South Center Street,Statesville, NC 28677

Country : United StatesState : North Carolina

You may also like

Request for Qualifications- Colburn Park Design Phase 2

Due: 02 May, 2024 (in 2 days)Agency: Fife City

Civil - Mission Creek at Oak Park Restoration Project

Due: 09 May, 2024 (in 9 days)Agency: Public Works

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.