Loading...
HomeMy WebLinkAboutAgenda_PAREB_01.09.2014Notice of Meeting for the Parks and Recreation Advisory Board Parks and Recreation Administration Office of the City of Georgetown January 9, 2014 at 6:00 PM at 1101 N College, Georgetown, TX 78626 The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require assistance in participating at a public meeting due to a disability, as defined under the ADA, reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the City at least four (4) days prior to the scheduled meeting date, at (512) 930-3652 or City Hall at 113 East 8th Street for additional information; TTY users route through Relay Texas at 711. Regular Session (This Regular Session may, at any time, be recessed to convene an Executive Session for any purpose authorized by the Open Meetings Act, Texas Government Code 551.) A Call to Order B Roll Call C Presentation of the Texas Public Pool Council Agency of the Year Award. D Consideration and possible action to recommend approval of Baker-Aicklen and Associates, Inc.to perform the professional services related to the design of Garey Park in the amount of $1,384,945. E Consideration and possible action for the approval of a Task Order with Kasberg, Patrick & Associates, LP for services related to the San Gabriel River Bank Stabilization Project in the amount of $74,685. F Consideration and possible action for the approval of a Task Order with LUCK Design Team, LLC for professional services related to Master Planning and Design of VFW Park in the amount of $132,700. G Consideration and possible action for the approval of a Task Order with LUCK Design Team, LLC for professional services related to Master Planning of Westside Park in the amount of $19,600. H Consideration and possible action to recommend approval of the land conversion for the realignment of FM 971. I Consideration and possible action for the approval of a Job Order Contract with T.F. Harper and Associates, LP for Renovations to River Ridge Pool in the amount of $297,985. J Update from Friends of Georgetown Parks and Recreation K Approve Minutes from the December 12, 2013 meeting L Adjourn CERTIFICATE OF POSTING I, Jessica Brettle, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the ______ day of __________________, 2013, at __________, and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. ____________________________________ Jessica Brettle, City Secretary City of Georgetown, Texas SUBJECT: Presentation of the Texas Public Pool Council Agency of the Year Award. ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: Kimberly Garrett, Parks and Recreation Director City of Georgetown, Texas SUBJECT: Consideration and possible action to recommend approval of Baker-Aicklen and Associates, Inc.to perform the professional services related to the design of Garey Park in the amount of $1,384,945. ITEM SUMMARY: A selection committee comprised of Council Member Patty Eason, Council Member Jerry Hammerlun, Parks Board members Bob Johnson and Keith Fruge, Kimberly Garrett, Eric Nuner, and Mr. Jack Garey reviewed and scored 8 proposals for the design of Garey Park. The selection committee then interviewed the top four firms. After the interviews, the selection committee recommended Baker-Aicklen, and Associates. Staff has been working with the firm to negotiate a price for the services of designing the park. Baker- Aicklen and Associates is proposing a fee of $ 1,384,945. Staff is recommending approval of the proposal. . FINANCIAL IMPACT: Funds for the design of Garey Park were budgeted in acct 120-9-0280-90-046. SUBMITTED BY: Kimberly Garrett, Parks and Recreation Director ATTACHMENTS: Description Type fee proposal Backup Material City of Georgetown: Vickie Graff Contract Coordinator Proposed Scope of Professional Services for Garey Park Georgetown, Texas   Tim A. Bargainer, ASLA, CLARB Director of Planning and Landscape Architecture  Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 January 6, 2014 Vickie Graff Contract Coordinator Purchasing Department City of Georgetown, Texas 300-1 Industrial Ave. Georgetown, TX 78626 Re: Proposed scope and fee for professional services for the Garey Park in Georgetown, Texas. Dear Vickie: We are excited to be a part of your professional services team to assist you with development of the Garey Park in Georgetown, Texas. We are pleased to submit this proposed scope and fee for professional services so to assist in the development of this project. This proposal is based upon meetings and conversations, a visit to the site, a review of the area and the general objectives as we understand them to be. ATTACHMENT A: SCOPE OF WORK The purpose of the services proposed herein is to provide professional consulting services necessary for the development of the Garey Park Project. It is assumed this project will seek funding assistance from the Texas Parks and Wildlife Department (TPWD) Grants division, and will subsequently be administered by the city. The Consultant intends to work in effective cooperation with the City, TPWD, Texas Commission On Environmental Quality (TCEQ) and other regulatory entities to achieve an efficient and acceptable implementation of the project. Program Consultant shall provide services, as later described for the following general program elements. • Park Entrance • Equestrian Facility and Equestrian Trails • Playscape • Splash Pad • Dog Park • Camping, including primitive camping, group camping and retreat cabins • Development of the Meadow Area • Event Area to include an amphitheater • Garey House renovation into a special event venue and caretaker residence • Hike and bike trails • Large picnic pavilion and memorial • Maintenance Facility • Parking and traffic operations • Grading,drainage and water quality • Infrastructure Development Budget Goal A proposed development budget goal for all park program items indicated and professional services is generally established at $15 million dollars by the City. Consultant does not guarantee that proposals, bids, or actual Project construction costs may not vary from its opinion of probable construction costs (OPCC). Given the above stated general project information Consultant will provide the following scope of basic services per task listed once the City has issued an executed agreement. Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 BASIC SERVICES The proposed basic services, which are outlined below, shall include project management|coordination, data collection|site assessment, programming |schematic design, design development, construction documents, regulatory entitlement | permitting, bidding assistance and construction phase services, project design survey, Texas Parks & TPWD Grant Assistance, environmental services, geotechnical services, and operations & maintenance plan. TASK 1: PROJECT MANAGEMENT | COORDINATION (BILLING GROUP 21) This task will include the following activities:  Coordinate a kick-off meeting with the design team and City to identify project goals, schedules and projected milestones from schematic design through construction.  Provide overall project management services including budget control, schedule control, project coordination, resource allocation, subconsultant management and coordination and preparation & processing of invoices.  Ensure timely delivery of all deliverables including electronic files, and hard copies of all pertinent information, all in American Standard System of Measure format.  Perform Quality Control | Quality Assurance reviews.  Attend team site visit/meetings, parks board presentation(2 meetings), City Council presentation(2 meetings) and pre-development meeting (1 meeting)  Attend 60% submittals and design review meetings and coordinate comment responses and approvals with design team (1 meeting).  Attend 90% submittals and design review meetings and coordinate comment responses and approvals with design team. (1 meeting).  Attend 100% submittals and design review meetings and coordinate comment responses and approvals with design team. (1 meeting).  Assist City in filing the appropriate plans, documents and reports with jurisdictional and regulatory agencies. Submittal may include but not be limited to: the City Planning Department, TPWD, THC, TCEQ, TDLR, and TxDOT.  Review all modifications and comments requested by jurisdictional and regulatory agencies with the City.  Coordinate and oversee revisions to drawings and assist City in submitting final documents to the appropriate agency(s) for final processing, approvals and permits. *All filing, permit review , application and inspection fees to be paid by the City of Georgetown. *Deliverable quantities for permitting to be determined by City; plans, specification, reports, etc. to be billed as reimbursable expenses. TASK 2: DATA COLLECTION | SITE ASSESSMENT (BILLING GROUP 22) Data Collection Consultant’s team shall define site information required to adequately accomplish the scope of services defined in this agreement. Consultant shall consolidate existing information into an overall base map to be used throughout the design process. Base map information may include, but is not limited to: • Current City and/or State ARC/GIS/AutoCAD data sets available for the entire project area. • Infrared/Aerial photography of entire project. • Current FEMA Flood Plain and TCEQ Aquifer data of entire project area. • Construction and as-built plans (AutoCAD format if available) for existing infrastructure related to or affected by this project. • Existing regional topographic surveys. • Tax map or other resource information to identify affected property owners. Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 Site Assessment Coordination a preliminary site assessment with design team and City that may include but is not limited to: • Walking the proposed park project and creating a digital photographic inventory of each area being developed so to provide as a resource of possible existing conditions, as well as serve as a visual reference. • Identify and address opportunities and constraints. • Identify potential sensitive and protected environmental features. • Initiate cultural resources survey, habitat assessment and geologic assessment based onareas being developed. TASK 3: PROGRAMMING | SCHEMATIC DESIGN (BILLING GROUP 23) Consultant shall prepare schematic design drawings defining the general concept of design and development a budgetary opinion of probable construction costs (OPCC) based upon the concept. The schematic design phase will be based on the approved park master plan and program elements previously identified herein and will be conceptual in nature so to affix the design character and image of the Project. This process shall include: • Review of project goals, objectives, and budget with design team and Client. • Determine project time-line and tentative delivery schedule. • Identify and meet with user groups, representatives and other stakeholders. • Prepare schematic site plan and drawings for park improvements. The drawings will refine the general character, layout and essentials of the project. • Review schematic drawings with Client and stakeholders. • Revise schematic drawings based on review comments and generate a budgetary OPCC including appropriate escalation factors and contingencies.. • Prepare final schematic drawings and OPCC with Client. • Present schematic design and OPCC to Parks and Recreation Board and City Council (two meetings) for approval to proceed with Design Development. • Upon authorization to proceed with Design Development, define limits and initiate tree,topographic and existing conditions survey services to adequately accomplish the design of the Project. TASK 4: DESIGN DEVELOPMENT (BILLING GROUP 24) Upon Client’s authorization to commence with design development, Consultant shall prepare design development drawings and a preliminary opinion of probable construction costs (OPCC). The design development plans will further define the character and essentials of the project concept, including description of materials. This process shall include: • Conduct preliminary meeting(s) and/or research with regulatory entities to determine permit requirements including Pre-development meeting with City Planning Department. • Prepare preliminary design development drawings and updated OPCC including appropriate escalation factors and contingencies. Design will utilize existing conditions survey for defined project limits. • Review preliminary design development drawings with Client. • Prepare final design development drawings and updated OPCC including appropriate escalation factors and contingencies. • Review final design development drawings and OPCC with Client. • Present design development drawings and OPCC to Parks and Recreation Board and City Council (two meetings) for approval to proceed with Construction Documentation. Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 • Initiate geotechnical testing and reporting as required for roadways, parking and structural slab designs. TASK 5: CONSTRUCTION DOCUMENTS (BILLING GROUP 25) Upon City’s approval of the Design Development drawings and OPCC, the Consultant will develop working/construction drawings and technical specifications necessary to construct the work. Construction drawings may include, but not be limited to the following information: general construction and project specific notes, utilities, grading, drainage, dimension control/layout, erosion/sedimentation/tree protection, site construction details, architectural, structural and mechanical, electrical, plumbing, irrigation plans, and details. Consultant shall compliment drawings with Contract Documents and Technical Specifications including quantity take-offs, which describe materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the work. Consultant shall coordinate any utility needs and adjustment with the City and utility service provider(s). • Initiate and attend Predevelopment meeting with City Planning and Development Department.if time has lapsed from initial meeting conducted with Design Development. • Prepare sixty percent (60%) construction drawings and OPCC including appropriate escalation factors and contingencies. • Prepare ninety percent (90%) construction drawings, specifications/project manual and OPCC including appropriate escalation factors and contingencies. • Review 90% construction drawings, specifications/project manual and OPCC with City. • Prepare one hundred percent (100%) construction drawings, specifications, reports, permit applications and other documents required for permitting and construction; update OPCC including appropriate escalation factors and contingencies. *Deliverable quantities to be determined by City, billed as reimbursable expenses. TASK 6: REGULATORY ENTITLEMENT | PERMITTING (BILLING GROUP 26) 6.1 Texas Commission on Environmental Quality: Water Pollution Abatement Plan (WPAP) Consulting shall provide the following services: • Prepare a WPAP to reflect the proposed improvements for the park. • Review and incorporate Geological Assessment / Karst Survey within application. • Meet with TCEQ to review application and address any comments required for approval/permitting. *All required permitting, review and/or inspection fees are the responsibility of the City of Georgetown. 6.2 Texas Department of Transportation: Driveway Permit Consulting shall provide the following services: • Prepare exhibits for proposed entrance from FM 2243 and proposed modifications to existing entrance. • Review and preliminary design meeting with TxDOT representative from District Office.** • Prepare and submit permit application. • Meet with TxDOT to review application and address any comments required for approval/permitting. * All required permitting, review and/or inspection fees are the responsibility of the City of Georgetown. ** TxDOT District Office may require a Traffic Impact Analysis (TIA) as a result of preliminary design meeting. Refer TASK 10. 6.3 Williamson County Health District: O.S.S.F Permit Consulting shall provide services necessary to obtain an On-Site Septic Field permit with the Williamson County Health District. All required permitting, review or inspection fees are the responsibility of the City of Georgetown. • Prepare exhibit(s) for proposed septic system(s). Total of 6 proposed systems on site. Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 • Prepare plans and submit application(s). • Meet with WCHD to review application and address any comments required for approval/ permitting. *All required permitting, review and/or inspection fees are the responsibility of the City of Georgetown. 6.4 Texas Department of Licensing and Regulations: Texas Accessibility Standards (TAS) Compliance Consulting shall register the project with the TDLR, submit plans and address any comments as required for conditional plan approval to secure compliance with the Texas Accessibility Standards and American with Disabilities Act. TDLR inspection for compliance with TAS will be required upon completion of project construction. *All required permitting, review and/or inspection fees are the responsibility of the City of Georgetown. 6.5 City of Georgetown: Site Development Permit and Building Permit Consulting shall follow all required development permit processes within the City of Georgetown, Texas. Consultant shall establish a pre-development meeting and provide all documents necessary to secure approvals and permitting. Consultant shall provide the following services: • Establish and attend required meetings with the City of Georgetown’s planning and engineering departments, as required. • Prepare necessary plans and application (s) for proposed park project improvements. • Review and address any comments required for approval and permitting. *It is assumed all required fees for review and processing will be waived. However, any fees that may be associated with permitting and/or inspections will be the responsibility of the City of Georgetown. TASK 7: BIDDING ASSISTANCE (BILLING GROUP 27) Consultant shall assist City during the bidding process. This task will include the following services: • Coordinate the schedule for bid advertising, pre-bid conference, and bid opening. • Prepare and organize bid solicitation and proposal forms consistent with the City’s requirements. • Arrange for printing and distribution of the bid documents. • Conduct pre-bid conference. • Address contractor RFI’s, prepare and issue addenda as required. • Attend the bid opening, review/evaluate bids including alternates and formulate bid tabulation. • Provide written recommendation to City. • Once approved by City Staff, attend City Council meeting for award of construction contract. • Assist with issuance of the Notice of Award and construction contract documents/agreement. TASK 8: CONSTRUCTION PHASE SERVICES (BILLING GROUP 28) Consultant shall assist City during the construction process. Consultant shall endeavor to secure compliance by the contractor to the plans and specifications. Consultant shall not be responsible for construction means, methods, techniques, sequences or procedures in connection with the work and Consultant shall not be responsible for the contractor’s errors or omissions or failure to carry out the work in accordance with the contact documents. City will provide and pay for construction inspection and materials testing services. Consultant shall assist City/Contractor in filing the TCEQ – TPDES/Notice of Intent (NOI). The construction phase process shall include: • Assist City with Issuing the Notice to Proceed and assisting with acquiring executed contracts, bonds and insurance from the contractor. • Conduct and oversee a pre-construction meeting. • Constructions observation – preparation and processing of Requests for Information, Change Proposals, Change Orders, Change Directives, review/approval of shop drawing, submittals, samples and mock-ups (as required). Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 • Conduct and oversee bi-monthly progress meetings. Estimate construction time 12 months. • Review and approve contractor’s monthly Application and Certification for Payment. • Coordinate final inspection(s) and walk-thru for substantial completion; issue punch list and letter of substantial completion for incomplete items including time for completion. • Coordinate and attend final inspection, including . TAS inspections. • Conduct final inspection for acceptance of project and issue letter of concurrence. • Acquire final close-out documents, warranties, accurate as-built drawings and other documents from contractor required to close-out project. • Review and approve contractor’s final Application(s) for Payment including retainage. *Field changes, change directives, change orders or any other changes during construction of the Project initiated by the City, without prior written consent of the Consultant, shall indemnify and hold harmless Consultant and its subconsultants from all claims, any damage, liability or cost, including reasonable attorneys’ fees and costs of defense, arising from such changes. TASK 9: PROJECT DESIGN SURVEY (BILLING GROUP 29) Consultant will include the following services: • Conduct preliminary survey meeting with design team and City staff to defined limits of survey work Conduct horizontal and vertical control survey on State Plane Grid and North American Vertical Datum of 1988, NAVD88 • Conduct topographic survey and existing surface conditions survey within areas defined. Anticipated development area general established at 130 acres. Lidar topographic information to be utilized and meshed with onground survey for us in trail layout and design. Locate all visible structures, ground features, utility features and overhead obstructions. Trees of 6” or greater to be located and tagged, using City of Georgetown standards. Produce a 1-foot contour topographic map in CAD format including all visible features as defined. TASK 10: TRAFFIC IMPACT ANALYSIS (BILLING GROUP 30) Consultant shall perform a Traffic Impact Analysis (TIA) as required by TxDOT District Office in support of driveway permit application for the proposed improvements at park entrances along FM 2243. Study requirements shall meet TxDOT standards as required. TASK 11: ENVIRONMENTAL SERVICES (BILLING GROUP 31) Consultant shall perform a Cultural Resource Survey, Geologic Assessment, Karst & Salamander Habitat Assessment, and Endangered Bird Species Presence and Absence Survey. The scope of work efforts proposed herein will include assessment of the potential for sensitive and protected environmental features on the park property. Environmental services will include: • Cultural Resources Survey – required for approved TPWD Grant projects. Preparation of Antiquities Permit application through Texas Historical Commission (THC) including pedestrian shovel testing of 525 acre project site with particular focus on high probability areas and produce report of findings. *Service does not include backhoe trenching, additional testing or mitigation efforts. • Geologic Assessment – baseline survey required for TCEQ Water Pollution Abatement Plan. • Karst & Salamander Habitat Assessment – required by TCEQ as result of Geologic Assessment. *Service does not include cost of karst feature excavation, cave mapping, bug surveys, etc. which may be required to be enrolled in the Williamson County RHCP and/or consultation with US Fish and Wildlife Service if features are present. Endangered Species Habitat Assessment – required for approved TPWD Grant projects. Assessment of project site for presence/absence surveys for endangered and threatened bird species. Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 In the event that additional services are determined necessary upon completion of the initial resource assessments and as indicated, such as client-requested meetings, labor-intensive excavation, biological sampling, development of conservation areas, plans for significant features, surveying down-gradient or adjacent properties, or coordination with federal, state, or local regulatory agencies, a separate proposal and estimated cost for the additional work efforts will be provided as additional services. TASK 12: GEOTECHNICAL SERVICES (BILLING GROUP 32) Consultant shall perform geotechnical investigation as necessary for determination of structural foundation and pavement design needs. The scope of work efforts proposed herein will include identification of location(s), investigative drill testing, sampling and assessment and analysis of the potential for subgrade structural needs as necessary to ensure proper design for elements within the park. Based on the general program elements for the park, the following bores will be provide: buildings (13), parking areas (13), and roadways 23. The geotechnical report shall included but not be limited to general site conditions, bore location plan, recommended foundation type for building structures including bearing pressures and elevations, flexible and rigid pavement thickness design recommendations and general pavement and earth work requirements. TASK 13: OPERATIONS AND MAINTENANCE PLAN (BILLING GROUP 33) Consultant shall meet with the City Staff to determine operational and maintenance procedures and guidelines as necessary to prepare an operations and maintenance plan. The plan shall include but not be limited to park operation guidelines, manpower budgeting, revenue generation, maintenance activities and frequencies, assistance with contract specifications and host agreements, equipment determination and annual operational budget. Consultant shall provide the following services: • Meet with City Staff to determine operational and maintenance procedures and guidelines and determine level of service. (Maximum of five meetings) • Prepare draft operations and maintenance plan. • Review and revise plan based comments from City Staff. • Prepare and submit final Operations and Maintenance Plan. *Opinion of Probable Construction Costs (OPCC) Disclaimer Opinion of probable construction costs provided by the Consultant are based on the Consultant’s familiarity with the construction industry and are provided only to assist the City’s budget planning; such opinions shall not be construed to provide a guarantee or warranty of the actual construction costs at the time construction bids are solicited or construction contracts negotiated. Unless expressly agreed in writing and signed by the parties, no fixed limit of construction costs is established as a condition of this Agreement by the furnishing of opinions of probable construction costs. Throughout the design process the Consultant will assist the Client in value engineering the project and making necessary adjustments in an effort to meet the project construction budget. ADDITIONAL SERVICES The following services are not included within the scope of basic services. Should Consultant be required to provide services in obtaining or coordinating compilation of this information, such services shall be performed as Additional Services. Additional Services shall only be provided if previously authorized by the Client. Additional Services may include, but not be limited to, the following: • TxDOT roadway modifications. • Flood Plain Analysis  • CLOMR and/or LOMR Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 • Preparation of Phased bid package(s) with reduced scope of items defined herein, including construction drawings and specifications. • Construction Staking. • Construction Materials Testing. • Bridge Design (other than pre-engineered structures). • Hazardous Site Assessments. • Environmental services beyond those described in scope of services. • Land Acquisition services. • Easement acquisition or vacation including preparation of easement documents unless defined within scope of services. • Legal Lot Determinations unless defined within scope of services. • Preparation of multi-use agreement(s) and exhibits. • Assistance or representation in litigation concerning the property of proposed project. • Conflict Resolution. • Preparation and processing of Waivers, Variances or Exceptions. • Services required after final acceptance of construction work. • Permitting through Army Corp of Engineers (USACE). • Revisions to drawings previously approved by the City and regulatory entities due to changes in: Project scope, budget, schedule, unforeseen subsurface construction conditions or when such revisions are inconsistent with written approvals or instructions previously given; enactment or revision codes, laws, or regulations subsequent to the preparation of such documents. • Preparation of presentation materials for marketing or purposes other than in-progress approvals. • Public or other presentations beyond those described in scope of services. • Provide consultation, drawings, reports and other work products related to permits, approvals and ordinances not described in scope of services. • Providing professional services for the field selection of plant materials. • Gas, Telephone/Communication design. • Design of utility extension(s) to the project site. • Preparation of record documents from contractors as-built drawings • Providing services other than those outlined in scope of services. CLARIFICATIONS The following are clarifications regarding scope of basic services: • All application and processing fees are the responsibility of the City. • City to supply current Title Commitment or Policies (if applicable). Additional research beyond what is included in the title commitment is not included. • Resolution of conflicts not included. • Coordination with the utility companies for the design and construction of electric, telephone and gas service will be provided by City. • Right-of-Way or easement acquisition will be handled by the City. Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 CITY RESPONSIBILITY The City agrees to provide all required information and render decisions expeditiously for the orderly progress of the Consultant’s services. City is to facilitate and acquire right-of-entry on any property not owned by the City should it be determined necessary to complete the scope of work identified within this agreement. City is to be forthcoming regarding any information pertinent to the expeditious execution of the Consultant’s Scope of Work within this agreement. It is the responsibility of the City to facilitate and coordinate with private property owners, if deemed necessary. City is responsible for providing Consultant with any Grid Mapping available upon request. Consultant understands City will handle grant administration responsibilities with Texas Parks and Wildlife Department. This includes processing and permitting of the Threatened or Endangered Species Habitat Assessment and Cultural Resources Survey with TPWD as required in the grant agreement. Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 ATTACHMENT B: FEE SCHEDULE & REIMBURSABLE EXPENSES For the basic services stated previously, the lump sum fee per task shall be as follows. Billing will occur on a monthly cycle, based on a percentage of work performed per task and completed during the previous time period. Task 14: Reimbursable Expense will be performed on a maximum not to exceed manner. TASK | BASE SERVICE (BILLING GROUP) FEES Task 1: Project Management | Coordination (21) $ 31,400 Task 2: Data Collection | Site Assessment (22) $ 20,960 Task 3: Programming | Schematic Design (23) $ 157,850 Task 4: Design Development (24) $ 262,750 Task 5: Construction Documents (25) $ 314,840 Task 6: Regulatory Entitlement | Permitting (26) $ 103,380 Task 7: Bidding Assistance (27) $ 52,640 Task 8: Construction Phase Services (28) $ 209,000 Task 9: Project Design Survey (29) $ 104,000 Task 10: Traffic Impact Analysis (30) $ 10,500 Task 11: Environmental Services (31) $ 45,025 Task 12: Geotechnical Services (32) $ 35,600 Task 13: Operations | Maintenance Plan (33) $ 30,000 TOTAL FOR BASIC SERVICES $ 1,377,945 Task 14: Reimbursable Expenses (99) $ 7,000 TOTAL AMOUNT INCLUDING NTE REIMBURSABLE EXPENSES $ 1,384,945 Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 ATTACHMENT C: PROJECT SCHEDULE See attached exhibit 1234123412341234123412341234123412341234123412341234123412341234 Design Task Design Services 1.0 Project Management | Coordination (on-going throughout design phases) 2.0 Data Collection | Site Assessment (6 wks.) 3.0 Programming | Schematic Design (8 wks.) 9.0 Project Design Survey (8 wks.) 4.0 Design Development (14 wks.) 5.0 Construction Documents (16 wks.) 60% Construction Documents 90% Construction Documents 100% Construction Documents 6.0 Regulatory Entitlement | Permitting (16 wks.) WPAP (TCEQ) (City Hall - July 22, 5-7 p.m.) Driveway Permit (TxDOT) OSSF (Wilco & Cities Health District) TAS (TDLR - Accessibility Compliance) Building | Site Permits (City of Georgetown Planning & Development) 10.0 Traffic Impact Analysis (6 wks.) 11.0 Environmental Services (8 wks.) Cultural Resource Survey - Antiquities Permit (required by TPWD) Geologic Assessment (required by TCEQ) Karst | Salamander Habitat Assessment Letter (required by TCEQ) Endangered Species Habitat Assessment 12.0 Geotechnical Services (4 wks.) 13.0 Operations | Maintenance Plan (16 wks.) 7.0 Bidding Assistance (8 weeks) - Start|Bid Dates to be determined Bid Solicitation, pre-bid meetign, etc.. Bid opening, evaluation, recommendatio, approval, contract execution, etc.. 8.0 Construction Phase Services (Est. 12 months) - Start Date to be determined Milestone 12.09.13 ATTACHMENT C: TENTATIVE PROJECT SCHEDULE for GAREY PARK Month 1Month 2Month 3Month 4Month 5Month 6Month 7Month 8Month 9 Note: This schedule is tentative and takes into account general design and review time. Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Engineers | Surveyors | GIS | Planners | Landscape Architects 507 W. Liberty Avenue • Round Rock, Texas 78664 • Phone: 512/244-9620 • Fax: 512/244-9623 ATTACHMENT D: HOURLY RATES Director or Principal Landscape Architect ...................................................................................................... $175 per hour Project Manager Sr. Landscape Architect ........................................................................................................ $160 per hour Landscape Architect ........................................................................................................................................... $110 per hour Engineer ............................................................................................................................................................... $150 per hour Engineer Designer .............................................................................................................................................. $110 per hour Architect ............................................................................................................................................................... $150 per hour Construction Manager ........................................................................................................................................ $170 per hour GAREY PARK CITY OF GEORGETOWN, TEXAS Hourly Breakdown of Proposed Basic Services: Baker|Aicklen + Associates Team 01/06/14 Total Total Fee Man-hours per Task 1 Project Management | Coordination 110 46 46 202 31,400 2 Data Collection | Site Assessment 16 32 32 20 32 20 152 20,960 3 Programming |Schematic Design 110 190 340 90 120 260 30 1,140 157,850 4 Design Development 90 336 720 200 360 260 32 1,998 262,750 5 Construction Documents 40 330 780 190 480 550 32 2,402 314,840 6 Regulatory Entitlement | Permitting 103,380 WPAP (TCEQ)9,500 9,500 Driveway Permits (TxDOT)10,500 10,500 OSSF (Wilco.& Cities Heatth District)47,500 47,500 TAS (TDLR - Accessibility Compliance)8 24 8 24 32 96 12,560 Bldg. & Site Permits (City Planning & Development)32 40 30 30 40 172 23,320 7 Bidding Assistance 140 60 36 32 80 16 364 52,640 8 Construction Phase Services 420 140 180 120 280 260 1,400 209,000 9 Project Design Survey 104,000 104,000 10 Traffic Impact Analysis (TIA)10,500 10,500 11 Environmental Services 45,025 Cultural Resource Survey - Antiquities Permit (required by TPWD)25,875 25,875 Geologic Assessment (required by TCEQ)7,775 7,775 Karst & Salamander Habitat Assessment Letter (required by TCEQ)2,575 2,575 Endangered Species Habitat Assessment (required by TPWD)8,800 8,800 12 Geotechnical Services 35,600 35,600 13 Operations | Maintenance Plan 30,000 30,000 Subtotal Man-hours 256 1,598 2,136 800 1,198 1,568 370 292,625 7,926 Billing Rate $175 $160 $110 $150 $110 $150 $170 Subtotal Labor Costs $44,800 $255,680 $234,960 $120,000 $131,780 $235,200 $62,900 $292,625 $1,377,945 Total Basic Services $1,377,945 Summary Total Basic Services 1,377,945$ Reimbursable Allowance (0.5%)7,000$ TOTAL SERVICES 1,384,945$ Engineer Designer Architect Const. Mngr. Fixed FeeNO. TASK Director Principal Proj. Mngr. Sen. LA Landscape Architect Engineer Baker|Aicklen + Associates City of Georgetown, Texas SUBJECT: Consideration and possible action for the approval of a Task Order with Kasberg, Patrick & Associates, LP for services related to the San Gabriel River Bank Stabilization Project in the amount of $74,685. ITEM SUMMARY: On July 11, 2013, the Parks and Recreation Advisory Board recommended approval for staff to move forward negotiating with Kasberg, Patrick and Associates for a Task Order for services related to the San Gabriel River Bank Stabilization. The services that KPA will perform include engineering design, surveying and environmental clearances. Once the engineering plans are complete, the project will be competitively bid out and come back to the board for approval. It is estimated that construction could start in September 2014. Staff is recommending approval of this Task Order for $74,685. This amount is below the estimated amount of $76,800 presented in July. This item will forwarded to the City Council for final approval. FINANCIAL IMPACT: This item was budgeted for in account # 120-9-0280-90-037. Funds for this project will be paid for out of the 2008 Park Bonds that were designated for improvements to San Gabriel Park. SUBMITTED BY: Kimberly Garrett, Parks and Recreation Director ATTACHMENTS: Description Type Task Order Backup Material TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 1 of 4 Task Order In accordance with paragraph 1.01 of the Master Services Agreement between Owner and Kasberg, Patrick & Associates, LP (“Engineer”) for Professional Services – Task Order Edition, dated March 23, 2011 ("Agreement"), Owner and Engineer agree as follows: 1. Specific Project Data A. Title: San Gabriel River Bank Stabilization Project. B. Description: Professional Services for performing engineering design, surveying and environmental clearances for the San Gabriel River Bank Stabilization Project located in San Gabriel Park in Georgetown, TX. C. City of Georgetown Project Number: D. City of Georgetown General Ledger Account No.: E. City of Georgetown Purchase Order No. F. Master Services Agreement, Contract Number: 2011-702-MSA 2. Services of Engineer See Exhibit A, Scope of Services, attached 3. Owner's Responsibilities Owner shall have those responsibilities set forth in the Agreement subject to the following: Consultant will require coordination from the City to capture locations of existing City owned utilities within the project limits. 4. Times for Rendering Services Phase Completion Date Final Design March 15, 2014 Bidding April 15, 2014 Construction Administration September 1, 2014 Task Order No.14-002 , consisting of 14 pages. TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 2 of 4 5. Payments to Engineer A. Owner shall pay Engineer for services rendered as follows: Category of Services Compensation Method Lump Sum or Not to Exceed Amount of Compensation for Services Basic Services San Gabriel Park Bank Stabilization Project A. Lump Sum $74,685.00 B. The terms of payment are set forth in Article 4 of the Agreement unless modified in this Task Order. 6. Consultants: Kasberg, Patrick & Associates, LP – Georgetown, Texas Terracon Associates, Inc. – Austin, Texas Inland Geodetics – Round Rock, Texas 7. Other Modifications to Agreement: None 8. Attachments: Exhibit A – Scope of Services Exhibit B – Fee Schedule 9. Documents Incorporated By Reference: The Agreement effective March 23, 2011. TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 3 of 4 Terms and Conditions: Execution of this Task Order by Owner and Engineer shall make it subject to the terms and conditions of the Agreement (as modified above), which Agreement is incorporated by this reference. Engineer is authorized to begin performance upon its receipt of a copy of this Task Order signed by Owner. The Effective Date of this Task Order is , 2014. OWNER: ENGINEER: By: By: Name: George G. Garver Name: R. David Patrick, P.E. Title: Mayor, City of Georgetown Title: Principal Engineer License or Firm’s Certificate No. F-510 State of: Texas Date: Date: ATTEST: ___________________________________ Jessica Brettle, City Secretary APPROVED AS TO FORM ONLY BY CITY ATTORNEY AND BY CITY COUNCIL MARCH 8, 2011, AGENDA ITEM “P” APPROVED AS TO FORM VERIFIED: ________________________________________ Vickie Graff, CPPO, CTPM Contract Coordinator STATE OF TEXAS } CORPORATE COUNTY OF } ACKNOWLEDGEMENT On this _______day of ___________________, 2014, R. David Patrick personally appeared before me and proved to me through satisfactory evidence of identification to be the person who signed this Document in my presence. [SEAL] ____________________________________ Notary Public My Commission Expires:____________________ TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 4 of 4 DESIGNATED REPRESENTATIVE FOR TASK ORDER: DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Eric Nuner Name: Trae Sutton, P.E., CFM Title: Assistant Parks and Recreation Director Title: Senior Project Manager Address: P.O. Box 409 Georgetown, TX 78627 Address: 1008 South Main Street Georgetown, TX 78626 E-Mail Address: eric.nuner@georgetown.org E-Mail Address: TSutton@kpaengineers.com Phone: 512-930-2576 Phone: 512-819-9478 Fax: 512-930-3559 Fax: EXHIBIT A – DETAILED PROJECT SCOPE SERVICES PROVIDED BY ENGINEER KASBERG, PATRICK & ASSOCIATES, LP GEORGETOWN, TEXAS Project Description: This project involves developing construction design plans, bidding and construction administration services for stacked retaining walls and erosion control methods to provide bank stabilization for areas along the San Gabriel River located in San Gabriel Park located in Georgetown, TX. The scope of work will include design surveys, environmental phase I clearances, permitting, geotechnical investigations, engineering design, bidding services and construction administration services. The scope of work does not include environmental phase II services in the event any environmental issues are found. If required, this service can be ordered separately by the City of Georgetown. Scope of Services: The scope of services associated with the San Gabriel Bank Stabilization Project includes: I. Final Design a. Develop Survey Data into Surfaces i. The ENGINEER will develop in the field survey data into surfaces for the project to allow for integrated computer surface design; ii. The ENGINEER will incorporate City of Georgetown imagery into the field surveys and integrate the two as a model. b. Develop Plan and Profiles i. The ENGINEER will utilize the surface model and the finalized alignment to develop plan and profile sheets for the San Gabriel Wall. The ENGINEER will illustrate all proposed slopes, elevations and locations for the proposed wall improvements; ii. The ENGINEER will utilize the surface model and the finalized alignment to develop plan sheets for the designed erosion control method to be installed behind the walls; iii. The ENGINEER will incorporate any Corps of Engineer Permitting requirements into the plans and details. c. Develop Project Details i. The ENGINEER will develop details for the project to include: 1. Wall Connection Details to the Bank; 2. Wall Anchor Details to the Bed Rock; 3. Concrete Valley Gutter Details; 4. Erosion Control Details behind the Wall; 5. Drainage Flume Details; 6. French Drain Details; 7. Miscellaneous Details; d. Develop Technical Specifications for the Project i. Develop Technical Specifications for the type of wall materials ii. Develop Technical Specifications for the type of anchoring materials to be utilized in the wall placement; iii. Develop Technical Specifications for the type of erosions control material to be utilized behind the wall. e. Review Plans with City Staff, Incorporate Comments i. The ENGINEER will schedule a meeting with City Staff to review the plans; ii. The ENGINEER will receive all City Staff comments and incorporate into the plans. Once comments have been incorporated the ENGINEER will schedule a second meeting with City Staff to review the revised plans; iii. The ENGINEER will submit the final plans to City Staff. II. Bidding a. The ENGINEER will develop the invitation to bid and deliver to City Staff for advertising the project for public bidding. The ENGINEER will also solicit bids from past contractors to acquire as competitive a bidding process as possible; b. The ENGINEER will manage and distribute bidding documents; c. The ENGINEER will prepare for the Pre-Bid Conference, develop an agenda and sign in sheet, conduct the Pre-Bid Conference, take notes at the conference, prepare minutes and incorporate into the addenda; d. The ENGINEER will receive all questions from bidders, log the questions and answer in the form of an addenda; e. The ENGINEER will conduct the bid letting, receive all bids, tabulate the bids and certify them; f. The ENGINEER will research the low bidder(s) qualifications and recommend award to the City of Georgetown. III. Construction Administration a. The ENGINEER will prepare contract documents; forward those to the contractor awarded the project by the Georgetown City Council. Once the contractor has executed the contract documents, they will be checked for proper documentation and forwarded to the City of Georgetown for execution; b. The ENGINEER will schedule and conduct the Pre-Construction Conference. Minutes from the conference will be taken and distributed; c. The ENGINEER will receive and review all submittals and material samples for the project. Documentation for the submittals will be generated and distributed to the City of Georgetown and the contractor; d. The ENGINEER will hold regularly scheduled construction progress meetings. These meetings will include meeting agendas covering project specifics and schedules. Notes will be taken by the ENGINEER at the meetings. Minutes will then be developed and distributed to the City of Georgetown Staff and the contractor; e. The ENGINEER will make periodic visits the project site. These site visits are utilized to perform a general overview of the project and answer any questions the contractor may have. The City of Georgetown will provide daily on-site representation for the project; f. The ENGINEER will develop pay estimate forms for the project. These will be distributed to City Staff and the contractor. The ENGINEER will review the pay requests with City Staff; g. The ENGINEER will conduct a final walk through of the project. Punch list items will be generated during this review. A letter addressed to City Staff will be generated discussing the findings of the walk through. The contractor will be copied on this letter as well; h. The ENGINEER will develop final record drawings for the City of Georgetown Staff. The record drawings will be presented in the form of a DVD with pdf of each plan sheet and a full 11x17 hard copy. EXHIBIT B FEE SCHEDULE KPA Project Name: San Gabriel River Bank Stabilization Project Kasberg, Patrick & Associates, Georgetown, Texas Task Clerical CADD Tech Graduate Engineer Project Engineer Project Manager Principal Total Hours Final Design Develop survey into surfaces 24 4 4 2 34 Develop Plan/Profile for Wall - San Gabriel Park 60 12 4 2 1 79 Develop Plan Sheets for Erosion Control Behind Proposed Walls 18 8 4 2 1 33 Develop Wall Details 24 8 8 4 2 46 Develop Miscellaneous Project Details 20 6 2 2 30 Incorporate Permitting Requirements into Plans/Details 8 6 2 1 17 Prepare Technical Specifications 6 18 10 8 4 46 Review Plans with City Staff 4 4 2 1 11 Incorporate Comments and Prepare for bidding 16 8 4 2 1 31 Total Hours for Final Design 6 170 74 42 25 10 327 Hourly Rate 55.00$ 75.00$ 105.00$ 135.00$ 160.00$ 200.00$ Final Design Total Cost 330.00$ 12,750.00$ 7,770.00$ 5,670.00$ 4,000.00$ 2,000.00$ 32,520.00$ Task Clerical CADD Tech Graduate Engineer Project Engineer Project Manager Principal Total Hours Bidding Advertise / Solicit Bidders 2 2 1 1 6 Distribute plans and specifications 6 4 10 Pre-Bid Conference 1 4 2 2 1 10 Answer Questions and Prepare Addenda 4 8 4 2 1 19 Receive & Tabulate Bids 2 4 2 2 10 Recommend Award 2 2 2 1 1 8 Total Hours for Bidding 13 4 24 11 8 3 63 Hourly Rate 55.00$ 75.00$ 105.00$ 135.00$ 160.00$ 200.00$ Bidding Total Cost 715.00$ 300.00$ 2,520.00$ 1,485.00$ 1,280.00$ 600.00$ 6,900.00$ EXHIBIT B FEE SCHEDULE KPA Project Name: San Gabriel River Bank Stabilization Project Task Clerical CADD Tech Graduate Engineer Project Engineer Project Manager Principal Total Hours Construction Administration Prepare Contract Documents & distribute to Contractor 4 2 2 2 1 11 Review Submittals 16 4 4 24 Construction Meetings/minutes/etc.8 12 12 6 2 40 Site Review 18 10 8 4 40 Final Walkthrough 2 4 2 2 1 11 Record Drawings 2 8 2 2 1 15 Total Hours for Construction Administration 16 10 54 32 22 7 141 Hourly Rate 55.00$ 75.00$ 105.00$ 135.00$ 160.00$ 200.00$ Construction Administration Total Cost 880.00$ 750.00$ 5,670.00$ 4,320.00$ 3,520.00$ 1,400.00$ 16,540.00$ Subconsultants: Surveying - Inland Geodetics 3,750.00$ Geotechnical - Terracon 4,250.00$ Environmental (ESA Phase I)/Permit Clearances - Terracon 10,725.00$ Subconsultant Total 18,725.00$ Project Total 74,685.00$ City of Georgetown, Texas SUBJECT: Consideration and possible action for the approval of a Task Order with LUCK Design Team, LLC for professional services related to Master Planning and Design of VFW Park in the amount of $132,700. ITEM SUMMARY: During the CIP process VFW park was identified as a park that needed major capital improvements. Being over 30 years old, this park has only had minor renovations over the years. By redesigning this park, there is a great potential to have a tournament style girls softball complex in Georgetown. Renovations include lighting, restroom/concession, parking, field layout and a playground. LUCK Design will work with staff, citizens and the board to determine the best use and layout of the park. LUCK Design has recently completed design of a softball complex in San Marcos. Staff is recommending LUCK Design, LLC to provide professional services related to VFW Park in the amount of $132,700.. FINANCIAL IMPACT: Funds for this project were budgeted in acct# 120-9-0280-90-035. SUBMITTED BY: Kimberly Garrett, Parks and Recreation Director ATTACHMENTS: Description Type VFW proposal Backup Material TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 1 of 4 Task Order In accordance with paragraph 1.01 of the Master Services Agreement between Owner and LUCK Design Team, LLC (“Landscape Architect”) for Professional Services – Task Order Edition, dated February 28, 2013, ("Agreement"), Owner and Landscape Architect agree as follows: 1. Specific Project Data A. Title: Master Planning and Construction Document Preparation for VFW Park B. Description: Pre-Design, Master Planning and Construction Document Preparation Design Services for the renovation of VFW Park, a 19.07-acre tract located at the intersection of E. 2nd Street and N. College Street, Georgetown, Williamson County, Texas. C. City of Georgetown Project Number: __________________________________ D. City of Georgetown General Ledger Account No.: _______________________ E. City of Georgetown Purchase Order No.: _______________________________ F. Master Services Agreement, Contract Number: 2013-501-MSA____________ 2. Services of Landscape Architect A. Pre-Design Services 1. Standard Land Survey The consultant will prepare a TSPS Category 1A Condition II land Title Survey of the approximately 19- acre City of Georgetown VFW Park project site to include surveyor's certification, including a metes and bounds description. The City of Georgetown will provide a copy of the current title report for this property to the consultant. 2. Topographic Survey: The consultant will prepare a general topographic map for the Georgetown site, approximately 19- acres. The topographic map will present a one-foot contour interval based upon fields survey utilizing a 50 foot grid. The location of trees and visible improvements will be included on the map. The general location of public underground utilities will be shown based upon available maps and records and results of "utility" locates. This work include meeting with City of Georgetown personnel to obtain/review future plans for infrastructure that may impact the project site. In addition, soil boring locations and surface elevation will be established by field survey. Task Order No. LDT-14-001-LA, consisting of _____ pages. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 2 of 4 3. Geotechnical Engineering Report: The consultant will provide the City of Georgetown with a geotechnical report for the Phase I improvements at VFW Park. The report shall include four (4) - 15’ deep boring locations at the site. Design recommendations for foundation, sports field lighting and structural recommendations will be provided. 4. Asbestos Survey The consultant will provide the City of Georgetown with an Asbestos Survey of the existing building that resides on the soccer complex at VFW Park. The survey will include a letter report and laboratory results that are required per State of Texas statutes. B. Design Services 1. Master Plan and Concept Design Development The consultant will work with the client to prepare the overall design for the City of Georgetown VFW Park by determining user requirements and design objectives, project budget, and operations and maintenance standards. The consultant will prepare one (1) black and white concept master plan to illustrate the concept and character of the project at a scale deemed appropriate in conjunction with the topographic base map prepared under Item A2 of this scope of services. The consultant will present this design concept to the client at one (1) meeting. We will make necessary revisions to the design based on client review to coordinate the completion of the project’s goals and objectives. The consultant will attend and facilitate a public meeting with key stakeholders in the community as organized by City staff to review and discuss future park improvements and to seek their input on which preferred way they would like to see VFW park redeveloped. The consultant will then prepare one (1) rendered final concept master plan for City use and an opinion of probable construction costs for the preferred concept master plan for City review and comment. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 3 of 4 The consultant will attend a pre-development meeting as organized by City staff to review development issues and project procedures. The consultant will attend a City of Georgetown Parks and Recreation Board Meeting and present the staff approved VFW Park Master plan for review and comment. 2. Design Development (60% Construction Document Completion) The consultant will prepare schematic plans (60% completion of construction document preparation) for the VFW Park site improvement renovations illustrating general locations, sizes and relationships of improvements, materials and forms of construction, and proposed equipment for use in development of the park facilities. Material cut-sheets as necessary to illustrate design characteristics of selected equipment, finishes and materials will be included. The design development plans will be prepared for City of Georgetown review and comment. The design team will finalize locations and configurations of site and recreational facility improvements and illustrate in digital form. Design development site plans will identify types and size requirements of site elements including site recreational amenities, access and circulation routes, electrical utilities, pedestrian circulation routes, and landscape and irrigation improvements. Design development plans will also coordinate site grading, wet utilities improvements, water quality improvements and architectural improvements. Project phasing will be indicated on these plans, if applicable. Material cut-sheets as needed to illustrate the final designs proposed at the park will be provided. A revised opinion of probable construction costs for park improvements will also be prepared. The consultant will attend a maximum of three (3) meetings with the City of Georgetown for project review and coordination. 3. Construction Documents Preparation The consultant will prepare construction documents and specifications to allow bidding and construction of the proposed VFW Park site improvements (estimated at $1,000,000.00 for construction only) as outlined in a meeting with the City of Georgetown Staff dated November 18, 2013. Site layout plans with dimensional control information necessary to construct site improvements, including general building locations, site grading and drainage, utility, site lighting for the ball fields and general pedestrian walkway improvements will be provided. Building plans, as needed, to construct the new concession building within the park will be provided. These plans may include floor plans, elevations, wall sections, interior finish plans and elevations and construction details needed for construction of improvements. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 4 of 4 The consultant will design grading plans with vertical information necessary for construction. Site drainage and storm sewer plans with information necessary for construction will be provided with site details indicating specific information and data necessary for construction site improvements. Landscape and irrigation plans and details necessary for construction of the park improvements will be provided as well. It is assumed that the water source for the irrigation will be from a metered potable water line. On March 5, 2003 the National Pollution Discharge Elimination System (NPDES) permitting authority was transferred over to the Texas Commission on Environmental Quality (TCEQ). TCEQ’s general permit (TPDES construction General Permit TXR 150000) combines large construction activity (5 or more acres) and small construction activity (1 to less than 5 –acres) requirements for all projects in the state of Texas. The construction activity for the park is anticipated to be over five acres; therefore, this project falls under large construction activity requirements. 1. We will prepare the Storm Water Pollution Prevention Plan and furnish to the City of Georgetown. We must have the contractor display the plan at the job site and update the plan accordingly to the requirements listed in the SWP3. The contractor must follow the plan and the local MS4 operator must be notified 48 hours prior to the start of the construction. 2. A Notice of Intent (NOI) form and an application fee is required under large construction activity guidelines. A Construction Site Notice is required to be posted which will be provided within the SW3P under this scope of services. By law, this is a separate plan from the erosion and sedimentation control plan contained in the construction drawings. This is a compliance document which both the City and the contractor are required by federal law to follow We will prepare the Engineer’s summary letter / drainage report addressing requirements of the City of Georgetown with respect to site drainage. We will prepare a water service plan to the park improvements based on the City of Georgetown design criteria. The water service plan will include the proposed water line from the existing nearby water source to the new concession building. The consultant will provide the City with a final opinion of probable construction costs for site improvements at the 100% plan completion stage. Specifications and bidder instructions in CSI format and will be provided to assist staff in the preparation of bid packets and bid form formatting. The consultant will deliver to the Owner one (1) original Issue For Bid set of construction documents and specifications and PDF documents of the same for bidding purposes. Bidding contractors will be responsible for purchasing all bid sets at cost. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 5 of 4 The consultant will attend a maximum of three (3) meetings with the City of Georgetown for project review and coordination 4. Regulatory Services The consultant will prepare documents and drawings as reasonably required by the following governmental authorities to comply with permitting requirements that are in effect on the date of this agreement: · The City of Georgetown site plan/storm water/building and sign permits · Asbestos survey submittal to the City of Georgetown · Texas Department of Licensing and Registration - Texas Accessibility Review (The consultant will register the project for accessibility with TDLR or the appropriate authorized agent as required prior to construction and make design modifications specifically identified by TDLR or the appropriate authorized agent as part of their pre-construction review.) · Texas Commission for Environmental Quality (TCEQ) - Storm water Prevention Plan (SWPPP). The VFW Park is located within the Edwards Aquifer Recharge Zone. The consultant will complete and submit all required applications for the WPAP (Water Pollution Abatement Plan) to TCEQ for review. The consultant will also perform any coordination necessary with TCEQ for comment resolution and approval. The consultant assumes the Geologic Assessment Form will be provided independently by the City or another consultant for insertion into the WPAP. All permitting/application/review fees will be paid for directly by the City of Georgetown. As is reasonably necessary, the consultant will evaluate, confer and respond to government staff and review comments regarding proposed improvements at the park site, including attending public hearings to address permitting issues if applicable. The consultant will make design modifications as requested by the applicable governmental authorities and approved by City Staff as they apply to the park components. 5. Bidding Services The design team will provide assistance during the bidding phase by answering technical questions from contractors and conducting a pre-bid meeting with the City and potential contractors. Bid packets consisting of project specifications and plans and bid form formatting, utilizing front-end documents preferred by the City of Georgetown will be prepared and issued. The design team will tabulate contractor bids in a spreadsheet format for City review. 6. Construction Phase Services TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 6 of 4 The design team will participate in a preconstruction conference prior to commencement of Work at the Site and provide assistance during the construction phase by reviewing contractor shop drawings when appropriate, visiting the project site at appropriate intervals to observe the progress and quality of the Work completed by the Contractor. Such visits and observations are not intended to be an exhaustive check or a detailed inspection of the Contractor’s work. Observations are to allow LUCK Design Team or its assigns, as experienced professionals, to become generally familiar with the Work in progress and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. We anticipate that an average of one site visit every two weeks (for two hours each visit) will be made during the construction phase of the project, which is projected to last eight months. A total of sixteen construction site visits is included in this scope of services. LUCK Design Team shall not be responsible for any acts or omissions of the Contractor, subcontractor, any entity performing any portions of the Work, or any agents or employees of any of them. LUCK Design Team does not guarantee the performance of the Contractor and shall not be responsible for the Contractor’s failure to perform its Work in accordance with the Contract Documents or any applicable laws, codes, rules or regulations. The design team will recommend to the Owner that Contractor's work be disapproved and rejected while it is in progress if, on the basis of such observations, LUCK Design Team believes that such work will not produce a completed Project that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. The design team will issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of Contractor's work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. LUCK Design Team may issue Field Orders authorizing minor variations from the requirements of the Contract Documents. We will recommend Change Orders and Work Change Directives to the Owner, as appropriate, and prepare Change Orders and Work Change Directives as required and determine the appropriate pay amounts due Contractor, based on observations by LUCK Design Team or its assigns, as experienced and qualified design professionals and on review of Applications for Payment and accompanying supporting documentation. A final walk-through of the construction site with the Owner's representative and the Contractor prior to the preparation of a final punch list will also be conducted. 3. Owner's Responsibilities TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 7 of 4 The parkland is approximately 19 acres is located off N. College Street in Georgetown, Texas. No construction phase surveying services are included in this scope of services. Park elements included for design under the scope of services include: · Restroom Concession Building (1,600 sf) which includes the concrete foundation system, restroom, concessions, mechanical, electrical and plumbing systems. (No crow's nest or 2nd story observation area is included in this scope of services.) · (3) 200' outfield fence baseball fields · Parking · Field lighting · Site utilities - water and wastewater · Grading drainage · Landscaping and irrigation · Signage The floodplain note will be based on the current flood insurance rate maps prepared by F.E.M.A. or City approved drainage study only. The fee does not include preparation of a floodplain study or research to determine if one is necessary or has been performed, or detailed drainage studies to analyze conveyance of off-site runoff involving HEC-1, HEC-2 or other similar hydrologic or hydraulic analyses including survey cross sections, field notes and easements. The fee does not include CLOMR or LOMR preparation or communication with F.E.M.A. We understand that the project will not develop within the ‘High Water Mark” of the floodway; therefore, coordination with the U.S. Army Corps of Engineers is not required nor part of this scope of services. Per conversations with City of Georgetown staff, we understand that the project does not have any Planned Development District (PDD) restrictions for parks. All on-site utility will be private systems and will not require construction inspection fees, plan and profile design, or construction cut sheets. It is assumed that the proposed water service line to the Phase 1 restroom facility will NOT provide fire protection. The following services are excluded unless specifically included in the proposal. · Environmental assessments, wetlands, endangered species, and KARST feature investigations. · Archeological studies. Since the proposed fields are designed on existing ball fields and since possible floodplain encroachment will prevent the fields from being lowered from their existing elevation, no archeological studies are anticipated or included in this scope of work. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 8 of 4 · Design of detention and water quality facilities is not included in this proposal. The project will be bid as a single bid contract but may include bid alternates as determined by the Client and the Consultant. Preparing documents for separate or sequential bids and providing out-of sequence services requested by the Owner are specifically not included in this scope of services. Providing services for furniture, fixtures and equipment (FF&E) and professional Interior Design Services are specifically not included in this scope of services. 4. Times for Rendering Services Phase Completion Date Pre-Design Services One Month Master Plan and Concept Design Development Six Weeks Design Development (60% Construction Six Weeks Document Completion) Construction Documents Preparation Six Weeks Permitting TBD 5. Payments to Landscape Architect A. Owner shall pay Landscape Architect for services rendered as follows: Category of Services Compensation Method Lump Sum or Not to Exceed Amount of Compensation for Services Item Description Fee Basis Fee Pre-Design Services A1 Standard Land Survey Lump Sum $4,500 A2 Topographic Survey Lump Sum $5,200 A3 Geotechnical Engineering Study Lump Sum $5,100 A4 Asbestos Survey Lump Sum $2,500 Sub-Total Pre-Design Services $17,300 Design Services B1 Master Plan and Concept Design Lump Sum $11,700 TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 9 of 4 B. The terms of payment are set forth in Article 4 of the Agreement unless modified in this Task Order. 6. Subcontractors: 7. Other Modifications to Agreement: ` Development B2 Design Development (60% Construction Document Completion) Lump Sum $30,600 B3 Construction Documents Preparation Lump Sum $42,800 B4 Regulatory Services Lump Sum $12,100 B5 Bidding Services Lump Sum $3,200 B6 Construction Phase Services Lump Sum $11,000 B7 Reimbursable Expenses Estimated Lump Sum $4,000 Sub-Total Design Services $115,400 Total Fee: $132,700 TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 10 of 4 [Supplement or modify Agreement and Exhibits, if appropriate.] 8. Attachments: 9. Documents Incorporated By Reference: The Agreement effective February 28, 2013. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 11 of 4 Terms and Conditions: Execution of this Task Order by Owner and Landscape Architect shall make it subject to the terms and conditions of the Agreement (as modified above), which Agreement is incorporated by this reference. Landscape Architect is authorized to begin performance upon its receipt of a copy of this Task Order signed by Owner. The Effective Date of this Task Order is __ _ , 2013. OWNER: LANDSCAPE ARCHITECT : By: By: Name: George G. Garver Name: Brent Luck Title: Mayor, City of Georgetown Title: Owner Landscape Architect License or Firm’s Certificate No. 1896 State of: Texas Date: Date: ATTEST: ____________________________________ Jessica Brettle, City Secretary APPROVED AS TO FORM ONLY BY CITY ATTORNEY AND BY CITY COUNCIL SEPTEMBER 25, 2012, AGENDA ITEM “M” APPROVED AS TO FORM VERIFIED: _________________________________________ Vickie Graff, CPPO, CTPM Contract Coordinator STATE OF TEXAS } CORPORATE COUNTY OF WILLIAMSON } ACKNOWLEDGEMENT On this _____day of ________________, 2013, Brent Luck personally appeared before me and proved to me through satisfactory evidence of identification to be the person who signed this document in my presence. [SEAL] ________________________________________ Notary Public My Commission Expires:____________________ TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 12 of 4 DESIGNATED REPRESENTATIVE FOR TASK ORDER: DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Eric Nuner Name: Brent Luck Assistant Parks & Recreation Title: Director Title: Owner Address: 300-1 Industrial Ave. Georgetown, TX 78626 Address: 9600 Escarpment Boulevard, Suite 745-4 Austin, TX 78749 E-Mail Address: eric.nuner@georgetown.org E-Mail Address: bluck@luckdesignteam.com Phone: 512-9303525 Phone: 512-810-0684 Fax: 512-930-3566 Fax: City of Georgetown, Texas SUBJECT: Consideration and possible action for the approval of a Task Order with LUCK Design Team, LLC for professional services related to Master Planning of Westside Park in the amount of $19,600. ITEM SUMMARY: In 2013, the City purchased 90 acres off of Shell Road for a westside park. This park was one of the projects approved in the 2008 Parks Bonds. As part of the design process, the City will contract with a landscape architect to help facilitate public meetings, provide conceptual drawings and an estimate of probable costs. LUCK Design was selected from the master list of approved landscape architects to prepare a master plan for the park. Staff selected LUCK Design based on past performance of similar projects. Staff is recommending approval of LUCK Design, LLC for the master plan of Westside Park in the amount of $19,600. FINANCIAL IMPACT: Funds for this project were budget in account 120-9-0280-90-021 SUBMITTED BY: Kimberly Garrett, Parks and Recreation Director ATTACHMENTS: Description Type westide park proposal Backup Material TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 1 of 4 Task Order In accordance with paragraph 1.01 of the Master Services Agreement between Owner and LUCK Design Team, LLC (“Landscape Architect”) for Professional Services – Task Order Edition, dated February 28, 2013, ("Agreement"), Owner and Landscape Architect agree as follows: 1. Specific Project Data A. Title: Master Planning and Public Input for Westside Park B. Description: Master Planning and Public Involvement Facilitation for the future Westside Park, a 93-acre tract located 1 mile west of the intersection of Shell Road Trail and Shell Road, Georgetown, Williamson County, Texas. C. City of Georgetown Project Number: __________________________________ D. City of Georgetown General Ledger Account No.: _______________________ E. City of Georgetown Purchase Order No.: _______________________________ F. Master Services Agreement, Contract Number: 2013-501-MSA____________ 2. Services of Landscape Architect A. Date Collection and Site Analysis The consultant will gather existing data associated with the future park site to provide a complete base map upon which to design the site improvements. The data will include any topographic and boundary information that can be located, as well as any other documented and recorded information that can be recovered for the site. The consultant will review existing conditions at the project site to verify base map information and identify opportunities and constraints regarding the development of Westside Park. The consultant will call in for utility locations on the property during phases of the project master planning to identify potential conflicts. B. Public Involvement Facilitation The consultant will facilitate the management of a dedicated website on Mind Mixer to communicate and receive feedback from the community and students on the programming and master planning of Westside Park. The consultant will use Mind Mixer to document the master planning process and proactively engage the Georgetown community on the development of the Westside Park Master Plan C. Public Meeting #1 with Community Residents Task Order No. LDT-14-002-LA, consisting of _____ pages. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 2 of 4 After complete context of the project site is understood and initial programming meetings with City Staff has occurred, the consultant will facilitate a public meeting with area residents. The purpose of this first meeting will be to hear concerns and expectations for the Westside Park improvements, discuss the context of the project site and to provide them with a timeline for the development of the master plan. D. Concept Plan Development After review of the existing conditions at the project site and the first public meeting, the consultant will provide a preliminary master plan for the City of Georgetown Westside Park Improvements. The main purpose of this concept development phase will be to take key stakeholder and City Staff comments regarding the improvements at the park and capture these comments in plan form. Elevations and cost estimates will be conducted during this phase and reviewed and approved by City Staff. The consultant will also model the concept in digital 3D format. The consultant will comply with current City building codes during the development of the master plan. The consultant will provide a detailed schedule for the preliminary master planning phase and a preliminary estimate of probable construction for the site development of the master plan. E. Public Meeting #2 with Community Residents Once the preliminary plan has had City Staff review, the plan and digital 3D model will be presented to the area residents. The goal of this meeting will be to present the area residents with concept options for the park and to seek their input on which preferred way they would like to see the park developed. F. Finalize Park Master Plan The consultant will take the input received from public meeting #2 with the key stakeholders and distill the comments and information into a preferred park master plan. The plan will be prepared for City review and comment and finalize the locations and configurations of the site and recreational facility improvements. The preferred park master plan will identify types and size requirements of site elements including site grading, access and circulation routes, parking areas, utilities, pedestrian circulation routes, and landscape and irrigation improvements. Project phasing will be indicated on these plans, if applicable and a preliminary estimate of costs will be developed. G. Public Meeting #3 with the Georgetown Parks and Recreation Board As a final step, the consultant will present the preferred Westside Park master plan to the public at a meeting with the Georgetown Parks and Recreation Board. The preferred park master plan will be presented with a possible phasing plan, and a schedule with the next steps for the development project will be discussed. The purpose of this meeting is to TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 3 of 4 ensure that neighborhood consensus is reached regarding the preferred Westside Park master plan. The consultant will also review the Mind Mixer outreach provided to the community throughout the development of the master plan design. H. Presentation to City Council. The consultant will then present the preferred Westside Park master plan to the Georgetown City Council for their review and consideration for approval. This presentation will document the public involvement outreach, design process and also review the Mind Mixer outreach provided to the community throughout the development of the master plan design. The consultant will deliver ten (10) 11 x 17 bound master plan copies of the preliminary master plan for Westside Park produced during the Scope of Services as outlined above. 3. Owner's Responsibilities Owner shall have those responsibilities set forth in the Agreement subject to the following: Westside Park is a 93-acre tract located 1 mile west of the intersection of Shell Road Trail and Shell Road, Georgetown, Williamson County, Texas The Owner will provide the Landscape Architect with any boundary, aerial or topographic information it might have related to the property. The following services are excluded unless specifically included in the proposal. · Environmental assessments, wetlands, endangered species, and KARST feature investigations. · Archeological studies. · Construction document development 4. Times for Rendering Services Phase Completion Date Date Collection and Site Analysis Two Weeks Public Meeting #1 with Community Residents Two Weeks Concept Plan Development Four Weeks Public Meeting #2 with Community Residents Two Weeks Finalize Park Master Plan Three Weeks Public Meeting #3 Parks and Recreation Board Two Weeks Presentation to City Council. One Week TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 4 of 4 5. Payments to Landscape Architect A. Owner shall pay Landscape Architect for services rendered as follows: Categories of Service Compensation Method B. The terms of payment are set forth in Article 4 of the Agreement unless modified in this Task Order. 6. Subcontractors: 7. Other Modifications to Agreement: ` [Supplement or modify Agreement and Exhibits, if appropriate.] 8. Attachments: Item Description Fee Basis Fee A Date Collection and Site Analysis Lump Sum $600 B Public Involvement Facilitation Lump Sum $3,200 C Public Meeting #1 with Community Residents Lump Sum $1,600 D Concept Plan Development Lump Sum $5,600 E Public Meeting #2 with Community Residents Lump Sum $1,600 F Finalize Park Master Plan Lump Sum $3,400 G Public Meeting #3 with the Georgetown Parks and Recreation Board Lump Sum $1,600 H Presentation to City Council Lump Sum $600 I Reimbursable Expenses Estimated Lump Sum $1,400 Total Design Fee: $19,600 TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 5 of 4 9. Documents Incorporated By Reference: The Agreement effective February 28, 2013. TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 6 of 4 Terms and Conditions: Execution of this Task Order by Owner and Landscape Architect shall make it subject to the terms and conditions of the Agreement (as modified above), which Agreement is incorporated by this reference. Landscape Architect is authorized to begin performance upon its receipt of a copy of this Task Order signed by Owner. The Effective Date of this Task Order is __ _ , 2013. OWNER: LANDSCAPE ARCHITECT : By: By: Name: Kimberly Garrett Name: Brent Luck Title: Director, Parks and Recreation Dept. Title: Owner Landscape Architect License or Firm’s Certificate No. 1896 State of: Texas Date: Date: APPROVED AS TO FORM ONLY BY CITY ATTORNEY AND BY CITY COUNCIL SEPTEMBER 25, 2012, AGENDA ITEM “M” APPROVED AS TO FORM VERIFIED: _________________________________________ Vickie Graff, CPPO, CTPM Contract Coordinator STATE OF TEXAS } CORPORATE COUNTY OF WILLIAMSON } ACKNOWLEDGEMENT On this _____day of ________________, 2013, Brent Luck personally appeared before me and proved to me through satisfactory evidence of identification to be the person who signed this document in my presence. [SEAL] ________________________________________ Notary Public My Commission Expires:____________________ TASK ORDER Task Order—Landscape Architects. Dated September 2012 Page 7 of 4 DESIGNATED REPRESENTATIVE FOR TASK ORDER: DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Eric Nuner Name: Brent Luck Assistant Parks & Recreation Title: Director Title: Owner Address: 300-1 Industrial Ave. Georgetown, TX 78626 Address: 9600 Escarpment Boulevard, Suite 745-4 Austin, TX 78749 E-Mail Address: eric.nuner@georgetown.org E-Mail Address: bluck@luckdesignteam.com Phone: 512-9303525 Phone: 512-810-0684 Fax: 512-930-3566 Fax: City of Georgetown, Texas SUBJECT: Consideration and possible action to recommend approval of the land conversion for the realignment of FM 971. ITEM SUMMARY: On May 9, 2013, the Parks and Recreation Board recommended moving forward with the Texas Parks and Wildlife land conversion process for the realignment of FM 971. A request was made on July 30, 2013 to the Texas Parks and Wildlife Department (TPWD) requesting approval to convert 3.75 acres of land at the corner of Austin Avenue and FM 971 in San Gabriel Park for 57 acres of land recently purchased as the westside park. Texas Parks and Wildlife approved the conversion on December 17, 2013. This item will be forwarded to City Council authorizing the City Manager to sign for final approval. FINANCIAL IMPACT: There is no expense to the Parks and Recreation Department regarding this item. SUBMITTED BY: Kimberly Garrett, Parks and Recreation Director City of Georgetown, Texas SUBJECT: Consideration and possible action for the approval of a Job Order Contract with T.F. Harper and Associates, LP for Renovations to River Ridge Pool in the amount of $297,985. ITEM SUMMARY: The Aquatic Master Plan approved by the Parks Board and presented to City Council in September 2013 identified River Ridge as a top priority in terms of aquatic facilities in Georgetown. Since the pool was built in 1985, minor renovations have been done. These include a new fence, replacement of the wood deck, and reinforcing the pool structure. The new renovations include modifications to the deck, entrance and restrooms to meet accessibility standards. In addition to the ADA accessibility, modifications to the existing location of the pumps, filters and chemicals will be made. These modifications were recommended by TML, the City's insurance provider. Staff is recommending using TF Harper and Associates through The Cooperative Purchasing Network ( TCPN). The estimated time for the renovation is two to three months. By using a Job Order Contract through TCPN, the pool should be able to be open by the end of May 2014. FINANCIAL IMPACT: $297,985 to be paid out of accts# 120-9-0280-91-001, 100-5-0211-52-500, and 100-5-0214-51-507 SUBMITTED BY: Kimberly Garrett, Parks and Recreation Director ATTACHMENTS: Description Type TF Harper Proposal Backup Material PROPOSAL 103 Red Bird Lane Austin, Texas 78745-3122 TO: Attn: Proposal #: 010314-101-tfh Address:DATE: 1/3/2014 Phone: TCPN R5096 Cell: Email: QTY Water Management 1 Build new deck are for pool equipment & new privacy fence $275,985.00 1 Relocate Pool Equipment to deck level 1 Re-do concrete deck area around pool 1 Remove wading pool and regare area around this area adding new retaining wall 1 Install new fill line into side of pool 1 Sawcut pool floor and install new drains & lines, repair floor & replaster diving area 1 Install correct signage & labeling around pool 1 New ADA Walk from the parking area 1 Renovate exisitng restrooms to meet ADA and misc other renovations Reccommended Allowance $22,000.00 TOTAL PROPOSAL $297,985.00 Accepted by: Date:P.O. # (if applicable): City of Georgetown Eric Nuner 1101 North College 512-930-3595 Georgetown, Texas 78626 DESCRIPTION OF EQUIPMENT eric.nuner@georgetown.org River Ridge Pool Renovations Estimated Contract Time: 8 to 12 weeks after receipt of order. THIS PROPOSAL IS VALID FOR 30 DAYS FROM DATE LISTED ABOVE. NOT INCLUDED: Sales Tax, Permits/Bonds/Fees (if required), Sealed-Engineered Drawings/Calculations, Site Work in Excess of Normal Installation (example: french drains, excess rock removal) Payment Terms: 25% due with signed proposal $74,496.00 and the balnce due upon completion and approval (monthly draws will be required) Tommy Harper PLEASE ISSUE PURCHASE ORDER IN VENDOR NAME OF T.F. HARPER & ASSOCIATES, LP Thank you for giving us the opportunity to provide this budget. City of Georgetown 01.03.2014.xls Commercial Play and Recreational Equipment www.tfharper.com - - 800.976-0107 - - local: 512.440.0707 - - fax: 512.440.0736