Loading...
92-0422 Walker Parking Consultants RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WALKER PARKING CONSULTANTS/ENGINEERS, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that George VanDeVoorde, Mayr, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Walker Parking Consultants/Engineers, Inc. to prepare plans and specifications for the Riverside Drive deck demolition, restoration and repair, a copy of which is attached hereto and made a part hereof by reference. s/ Gedrge VanDeVoorde Georgei VanDeVoorde, Mayor Presented: April 22, 1992 Adopted: April 22, 1992 Omnibus Vote: Yeas 7 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT This AGREEMENT made and entered into this 22nd day of April 1992, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY"), and WALKER Parking Consultants/Engineers, Inc., of 505 Davis Road, Elgin, Illinois 60123. WHEREAS, the CITY desires to engage the ENGINEER to fu ish certain professional services in connection with the preparation of plans and specificati ns for the RIVERSIDE DRIVE DECK DEMOLITION, RESTORATION AND REPAIR AS ESCRIBED IN EXHIBIT B and the subsequent observations during construction and restorati n (hereinafter referred to as the "PROJECT"). AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals to corporate practic- for rendering such services and has the necessary expertise and experience to furnish such sery ces upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between th- CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for . d represent it in all engineering matters involved in the PROJECT, subject to the following ter s and conditions and stipulations, to-wit: I. SCOPE OF SERVICES - See Exhibit B for the spec'fic Scope of Services and Exhibit C for the tentative schedule for each phase of service A. All work hereunder shall be performed unde the direction of the Director of Public Works of the CITY, hereinafter referr to as the "DIRECTOR". B. The engineering services to be provided shall consist of Design Phase, including preparation of plans, specifications and bidding documents, Bid Phase, and Construction Phase for the PROJECT. C. Design Phase 1. All work hereunder shall be coordinat-ir with the City Engineer who shall examine the plans, specifications, estimste and other documents submitted by the ENGINEER prior to their corn uletion in order that his comments can be incorporated into the final docu ents; 2. Prepare plans, specifications, probabi e estimate of cost and bidding documents for the selected alternative. 3. Periodic conferences with City staff throughout the design phase and preparation of the plans and specifications. D. Bid Phase 1. Provide the CITY with 20 sets of pans, specifications and bidding documents; and �,i 2. Provide assistance to the CITY to ob in competitive bids and answer questions contractors may have during bi ding concerning the construction of the PROJECT. Review the bids an provide a recommendation for awarding the Contract. E. Construction Phase 1. Interpret the technical aspects of the pl s and specifications; 2. Review shop and working drawings furnished by contractors and suppliers; 3. Periodic observation of the work; 4. Prepare supplementary drawings and c ange orders as required; 5. Review estimates prepared by the ontractor for partial payment, computation of final payment and qu tities, and preparation of final payment certificates; 6. The presence of a PROJECT represen tive on the job site on a periodic basis, or at least during the perform ce of any work which when completed might contain hidden defects and as called upon by the CITY ENGINEER. 7. Make a final inspection of the PROJE T with the CITY for preparation of a "punch list" and deliver "record" ylar drawings, as prepared by the contractor, to the CITY for permanent ecord. II. That the ENGINEER shall complete work upon th- PROJECT as set forth herein according to the following schedule: A. Phase I, Predesign - By May 22, 1992, the E GINEER shall submit plans and specifications for the CITY's review. Phase II, Construction Documents - By July 10, 1992, the ENGINEER shall submit plans and specifications for the CITY' review. B. Bidding Phase - Three weeks after app oval of design drawings and specifications. C. Construction Phase - When the PROJECT h.s been completed. See attached Project Schedule for the estimated constructio i schedule. III. WORK PRODUCTS All work items prepared by the ENGINEER pursuant Hereto, including, but not limited to, reports, designs, calculations, work drawings, st6dies, photographs, models and recommendations shall be the property of the CITY, and shall be delivered to the CITY upon request of the DIRECTOR, provided, however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. For work done under Paragraphs II A and B on this PROJECT, the ENGINEER shall be paid a lump sum fee of $35,700.00 in accordance with the payment schedule in Paragraph IV, D. Construction phase services will be paid on an hourly basis in accordance with the rate schedule in Exhibit A for personnel employed on this project. B. Additional services to the scope of the work as authorized by the DIRECTOR, will be paid on an hourly basis in accordance With the rate schedule in Exhibit A. C. Additional payments will be at 1.0 times the cost of reimbursable expenses (defined in Exhibit A) incurred by the ENGINEER, upon presentation of documentation. D. The CITY shall make periodic monthly payments to the ENGINEER based upon actual progress, within 30 days after receipt of invoice. Said periodic payments to the ENGINEER shall not exceed the amours shown in the following schedule and full payment for each task shall not be made until the task is completed and accepted by the DIRECTOR. Phase I - Pre-design $ 15,900.00 Phase II - Construction Documents $ 17,800.00 Bid Phase $ 2,000.00 Construction Phase - Estimated at $ 14,000.00 per hourly rate schedule The value of the construction phase task is based on an estimate of man-hour billing rates contained in Exhibit A, attached hereto. E. ENGINEER's Invoices The ENGINEER shall submit invoices in a format approved by the CITY. Invoices may be submitted on completion of the Pre-Design Phase, on completion of the Construction Documents Phase and on completion of the Bid Phase. Monthly invoices may be submitted during the Construction Phase. . . F. Audit and Inspection of Records The ENGINEER shall maintain records showing actual time devoted and cost incurred for the hourly phases. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. V. TERMINATION OF AGREEMENT l Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15)days prior written notice to he ENGINEER. In the event that this Agreement is so terminated, the ENGINEER siall be paid for services actually performed and reimbursable expenses actually incl rred prior to termination, not exceeding the value of work completed determined on the basis of the percentage completed as agreed upon between the CITY and the ENGINEER. VI. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated for cause or pursuant to Article V foregoing, shall expire on the date the DIRECTOR determines that all of the ENGINEER's work (as detailed in Exhibit B) under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach hereof by the ENGINEER. VII. NOTICE OF CLAIM 1 If the ENGINEER wishes to make a claim for addi ional compensation as a result of actions taken by the CITY, the ENGINEER shall giv written notice of his claim within fifteen (15) days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. VIII. BREACH OF CONTRACT If either party violates or breaches any term of this Aveement, such violations or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within thirty (30) days after notice thereof by the other party to c' mply with the conditions of the Agreement, the other party may terminate this Agr ment. IX. INDEMNIFICATION The ENGINEER shall indemnify and save harmless thCity, its officers and employees from and against any and all loss, liability and dama es of whatever nature, including Workmen's Compensation claims, in any way resultin from or arising out of negligent actions or omissions of the ENGINEER in connecti n herewith, including negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of Professional Services. X. NO PERSONAL LIABILITY No official, director, officer, agent, or employee f either party shall be charged personally or held contractually liable by or to the other party under any term or provision of this Agreement or because of its or their xecution, approval, or attempted execution of this Agreement. XI. INSURANCE A. General Liability Insurance 1. Property Damage and Public Liability I surance in the minimum amounts of $300,000.00 and $500,000.00. 2. Comprehensive Automobile and Gen ral Body Injury Liability with minimum limits of $300,000.00 and $5 0,000.00. B. Professional Liability The ENGINEER shall carry Engineer's Profes ional Liability Insurance covering claims resulting from error, omissions or negl gent acts with a combined single limit of not less than $250,000.00 per occurr nce. A Certificate of Insurance shall be submitted to the DIRECTOR as evid nce of insurance protection. The policy shall not be modified or terminated wit out thirty (30) days prior written notice to the DIRECTOR. C. Certificate of insurance for the above coverag shall be filed with the CITY. XII. NONDISCRIMINATION In all hiring or employment made possible or resultin from this Agreement, there shall be no discrimination against any employee or applica t for employment because of sex, age, race, color, creed, national origin, marital statu , of the presence of any sensory, mental, or physical handicap, unless based upon a bo a fide occupational qualification, and this requirement shall apply to, but not be limit to, the following: employment, advertising, layoff or termination, rates of pay or ther forms of compensation, and selection for training, including apprenticeship. No p rson shall be denied, or subjected to discrimination in receipt of the benefit of any sery ces or activities made possible by or resulting from this Agreement on the grounds of Sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status, or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XIII. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof sh 1 be binding upon the successors and the assigns of the parties hereto; provided, howeever, that no assignment shall be made without the prior written consent of the CITY. XIV. DELEGATIONS AND SUBCONTRACTING Any assignment, delegation or subcontracting shall be ubject to all the terms, conditions and other provisions of this Agreement and the ENG NEER shall remain liable to the CITY with respect to each and every item, condition11.1 d other provision hereof to the same extent that the ENGINEER would have been obli ated if it had done the work itself and no assignment, delegation or subcontract had bee made. XV. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contain is intended or shall be construed to, in any respect, create or establish the relationship f co-partners between the CITY and the ENGINEER, or as constituting the ENGINES as the general representative or general agent of the CITY for any purpose whatsoeve . XVI. SEVERABILITY The parties intend and agree that, if any paragraph, ubparagraph, phrase, clause, or other provision of this Agreement, or any portion th reof, shall be held to be void or otherwise unenforceable, all other portions of this Ag eement shall remain in full force and effect. XVII. HEADINGS The headings of the several paragraphs of the Agreement are inserted only as a matter of convenience and for reference and in no way are :hey intended to define, limit, or describe the scope of intent of any provision of th's Agreement, nor shall they be construed to affect in any manner the terms and prov sions hereof or the interpretation or construction thereof. XVIII.MODIFICATION OR AMENDMENT This Agreement constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged, or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless,expressed in writing herein or in a duly executed amendment hereof, or Change Order .s herein provided. XIX. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. XX. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXI. COOPERATION WITH OTHER CONSULTANTS The engineer shall cooperate with any other Consultants in the CITY's employ or any work associated with the PROJECT. XXII. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by first class mail, postage prepaid, addressed as follows: A. As to CITY: JAMES L. KRISTIANSEN Director of Public Works 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: FRANK M. TRANSUE, P.E., S.E. President WALKER Parking Consultants/Engineers, Inc. 505 Davis Road Elgin, Illinois 60123 XXIII.INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Sectioi 33E-4 of the Illinois Criminal Code. XXIV.WRITTEN COMMUNICATIONS All recommendations and other communications by thel ENGINEER to the DIRECTOR and to other participants, which may affect cost or timof completion, shall be made or confirmed in writing. The DIRECTOR may also req ire other recommendations and communications by the ENGINEER be made or confi med in writing IN WITNESS WHEREOF, the undersigned have placed their Inds and seals upon and executed this Agreement in triplicate as though each copy hereof was n original and that there are no other oral agreements that have not been reduced to writing i this statement. Mil' OF ELGIN ' / By d . r iGc /'2%' eorge :n De Voorde, Mayor ATTEST: ecu ii— City Clerk rank M. Tr. .: e, P.E., S.E. President ATTEST: a /4°7 4:---;4 ACt71(5--- a ATitle) C%/ _ _ , wa cer Exhibit A Parking Consultants/Engineers. Inc. .505 Davis Road Elgin. IL 60123 708/697-2640 Fax: 708/697-7439 March 30, 1992 Mr. James Kristiansen, P. E. Public Works Director CITY OF ELGIN City Hall 150 Dexter Court Elgin, Illinois 60120-5555 Re: Riverside Deck Demolition Request for Proposal (RFP) Dear Mr. Kristiansen: This letter is our statement of our "probOle costs" for the scope of services itemized in envelope No. 1 entitled "Manhours and Scope" . We propose to perform the Scope of Services on an . hourly rate basis in accordance with the a� tached schedule to a maximum fee by Phase as follows plus expen es: Phase I - Predesign $15, 600 . 00 Phase II - Construction Documents 1 $19 , 500 . 00 Phase III - Periodic Construction Administration $14 , 000 . 00 . (12-week construction period) Reimbursable expenses shall mean 1. 0 timeslthe actual cost of the following: transportation and subsistence Cf principals and employees when traveling in connection wit the work; postage; toll telephone calls and facsimiles; reproduction of reports, drawings and specifications, and similar Project-related items. Expenses are over and above the stated fees . We are prepared to provide the required engineering services in accordance with the proposed dates, listedlin envelope No. 1, upon receipt of your authorization to proceed. Phase III activities are planned for a 12-week construction period and should be completed by October 30, 1992 . continued Exhibit A Mr. James Kristiansen March 30 , 1992 Page Two We have not included the professional servi4es required to study alternations required by the Americans with Disabilities Act (ADA) in this proposal . WALKER is knowledg:-able on the current interpretations of the ADA requirements and can help you determine a course of action when you are ready to implement ADA accessibility requirements into the lower level Riverside Drive deck and adjacent areas . Trusting the above meets your request, pleae sign and return one copy of this proposal as your acceptance of the proposal and authorization to proceed. Upon receipt of 'the signed proposal we will prepare a standard AIA or NSPE agreemeInt for our mutual execution. We look forward to continuing our service to the City of Elgin. Respectfully submitted, // - Frank M. Trans e, P. E. , S . E. President FMT: jw Attachment: Rate Schedule CITY OF ELGIN, I I TOTS Accepted by: vA-e„-e)'-v-74,0 Title: Date: 7. • wa cer Parking Consultants/Engineers. Inc. Exhibit A BILLING RATES Officers Senior Officer $ 142 . 00 Officer 116 . 00 Director 89 . 00 Project Management/Enqinerinq Project Manager 79 . 00 Project Engineer I 79 . 00 Resident Services Project Representative -Engineer 79 . 00 -Technician 51. 00 Technicians Senior Technician/Analyst 51 . 00 Project Technician/Analyst 42 . 00 CADD 20 . 00 Office/Clerical Secretary 35 . 00 Rates subject to increase January, 1993 E0191.BC waier Parking Conmiltants/Enginecrs. Inc. wa cer Exhibit B Parking Consuirrints/Enginecrs. Inc. .505 Davis Ro.aci Elgin. IL 60123 705/697-2640 Fax: 708/697-7-39 March 30, 1992 Mr. James Kristiansen, P. E. Public Works Director CITY OF ELGIN City Hall 150 Dexter Court Elgin, Illinois 60120-5555 Re: Riverside Drive Deck Demolition Request for Proposal (RFP) Dear Mr. Kristiansen: Thank you for the opportunity to submit our proposal for professional engineering services as required by your RFP. Based on our meeting with Mr. Ralph L. Ridley on March 20 , 1992 ,, and the requirements set forth in the revised PFP dated March 20, 1992 , we are prepared to provide the folloing scope of services in three phases : PEASE I - ?REDESIGN (Manhours @ 218 . 0) 1. Review existing construction documents and other documents available for reference. a) Complete a structural evaluation of the upper level deck, including three pedestrian walkways and two vehicular ramps, and its supporting structure for demolition purposes. b) Designate existing components for salvage or disposal . c) Recommend an upper level deck demolition sequence and timetable. d) Recommend alternative uses for upper level deck support piles and pile caps if a decision is made to keep them. e) Complete a structural evaluation of the lower level deck including its supporting structure. f) Complete a building ordinance conformance review of the lower level deck area. g) Complete study and recommend requirements to minimize the impact of dust, vibration and noise for the construction period. continued Exhibit B Mr . James Kristiansen March 30 , 1992 Page Two 2 . Locate and quantify existing lower level deck deterioration on the supported drives and parking areas . a) Prepare field survey documents to be used for documenting the locations of exis ing structural framing elements deterioration. b) Provide experienced engineers and technicians to document and quantify each type o observed lower level deck deterioration. c) Prepare an estimate of probable cost for repair of observed lower level deck deterio ation. d) Recommend alternatives for underw.:ter investigation of • the existing lower level supporti g structure, and the adjacent steel piles and concrete pile caps . 3 . Prepare a letter report addressing the following items: a) Complete a su ,rary of our finding- in Items No. 1 and No. 2 , noted above. b) Prepare an estimated cost for demolition of the upper level deck and its associated acc-ss elements . c) List repair alternatives and estimated costs for repairs required to provide a lower level deck service life of three to five years. d) Prepare a schedule for demolitio , including estimate, of working days, and repair acti ities for implementation in 1992 . 4 . Review the report with the City of El.in representatives, and finalize the scope of demolition -nd repair work to be included in construction documents foo 1992 construction activities. PHASE II - CONSTRUCTION DOCUMENTS (Manhour @ 294 . 0) 1. Prepare drawings and specifications f r the demolition of the upper level deck and restoration/ epair work to be Performed on the lower level deck. a) Prepare a traffic flow plan with options that will permit traffic to temporarily ut lize deck and drive areas during the demolition and epair aspects of the project. b) Prepare a temporary lighting pla , utilizing existing poles, light fixtures and electr cal service, that will serve the Riverside Deck area du ing the demolition/repair period. continued wa (er Parking Consultants/Engineers. Inc. Exhibit B Mr . James Kristiansen March 30 , 1992 Page Three c) Meet with the City of Elgin repre-entatives , at appropriate intervals, to review progress tcwards completion of the construction do•»ments and resolve concerns that may arise during document preparation. d) Prepare a revised estimated cost ior demolition/repair activities. 2 . Direct an on-site prebid meeting and, =f required, issue addenda with. clarification or interpretations of the contract documents. 3 . Assist the City of Elgin representativ s in evaluating the bids received for the specified restor tion/repair work. 4 . Assist in the preparation of a City of Elgin/Contractor agreement for signature as set forth i the construction documents. PHASE III - CONSTRUCTION ADMINISTRATION (Manhours @ 252 . 0) The following additional professional ergi eering services are normally provided by WALKER on an hourly p us expenses basis in accordance with the agreed upon rate sched le during the construction phase. The services itemized below are provided for both periodic or full-time on-site observa•ion. For the purposes of this project we have assumed 12-weeks o - periodic on-site observation until further defined by the C ' ty of Elgin. 1. Direct a preconstruction conference al the construction site to review each work item, quality control and scheduling of the repair work to be done. 2 . Prepare change orders and assist the ity of Elgin in negotiation of a reasonable price for changes in the project scope of services to be performed by he contractor. 3 . Moderate weekly on-site progress meet ngs between the City of Elgin representatives and general ontractor representatives. 4 . Review shop drawings and material sub ittal for conformance with the construction documents prepa ed by WAT. ER. 5 . Review pay requests submitted by the ontractor for work completed to date of pay request . 6 . Provide an experienced field technician for periodic or full-time on-site observation of repair work while work is in progress . continued wa ser Parking Consultants/Enginccrs. Inc. Exhibit B Mr. James Kristiansen March 30, 1992 Page Four 7 . Furnish progress reports to the City of Elgin when the resident observer is on-site indicati g the status or work completed that day. 8 . Maintain a punch list that will be updated periodically and furnish a final punch list upon compl:-tion of the work. 9 . Assemble all warranties required by tie construction documents. 10. Visit the project eleven months after final acceptance of the completed work to review performa ce of warrantee work items prior to expiration of the warrantee period. SCHEDULE - PROFESSIONAL ENGINEERLN SERVICES April 22 , 1992 - Award to Engineer April 29 , 1992 - Begin Phase I - Predesign May 20, 1992 - Begin Phase II - Construction Documents May 20, 1992 - Deliver Phase I Report to City of Elgin May 22, 1992 - Review Phase I Report ith City of Elgin representatives June 3 , 1992 - Review Preliminary Co struction Documents June 15, 1992 - Review 75% complete C.nstruction Documents June 29 , 1992 - Review 100% complete construction Documents. July 6, 1992 - Construction Document released for bids July 24 , 1992 - Bids due for review July 29 , 1992 - Contractor selection uthorized July 30, 1992 - Begin Phase III - Con-truction Administration August 3 , 1992 - Contractor mobilizati.n (5-days) August 10, 1992 - Demolition to begin The total manhours estimated for all phas=s of this project is 764 . 0. Trusting that you concur with the above w remain available to respond to any inquiries that you may hav Respe - * ly submit - • , Frank M. Transue, P. E. , S. E. President FMT: jw wa ser Parking Consultants/Engineers. Inc. Elmini ,,oF r r4c,.. Agenda Iten1 No. PI A pw, , 14,.. ..,..7,,,„..i, '944rov April 2, 1992 TO: Mayor and Members of the Citir Council FROM: Larry L. Rice, City Manager SUBJECT: Riverside Drive Deck Demolition Structural Engineering ServiCes PURPOSE: This memorandum will provide the Mayor and Council with information to consider selecting 4 qualified engineer to perform the subject services BACKGROUND: The Center City Plan includes the removal of the upper deck of Riverside Drive to open the river front in the downtown area. The 1992 Capital Budget also includes this work. rThe staff solicited proposals from qualified structural engineering firms and received four proposals. The proposals were received from Walker, Inc. , Elgin, H.W.1Lochner, Chicago, Alfred Benesch, Chicago and Collins & Rice, Springfield. All of the firms were chosen by the staff because of their expertise with structures. Several members of the staff reviewed the proposals for the work: James Kristiansen, Public Works Director Mel Dahl, City Engineer Gary Miller Assistant Public Works Director Mike Turner, Center City Development Coordinator Ralph Ridley, Engineering Supervisor Staff reviewed the proposals and compared such items as the actual individuals to be assigned to the project, proposed scope of services, past experience with this type of work and proposed time schedule for the preparation of plops and specifications for the removal of the upper portion of the Riverside Drive parking structure. FINANCIAL IMPACT: The estimated cost of engineering services for the preparation of plans and specifications to demolish the Riverside Deck ranged from a high of $53,000 to a low of (PP $35, 100 . Following a meeting with Walker, Inc. , the staff has Mayor and Members of the City Council April 2, 1992 Page 2 411 negotiated a contract in the amount of $35,700 . This increase in the cost of the work is based on an increased scope of work over the one proposed by Walker, Inc. There are sufficient funds in the 1992 General Obligation Bond Fund ( 392-982-9943) to pay for these services. RECOMMENDATION: It is recommended that the City Council authorize the Mayor and City Clerk to execute a contract with Walker, Inc. , for the preparation of Plans and Specifications for the demolition of the Riverside Drive parking deck for the lump sum contract price of $35,700 . 400( L. - City Manager. 47) • n OFF Agenda Item No. 11-64 '� FC F _ Q pq�t fl FFB April 7, 1992 TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: Agreement With Walker Parking Consultants Attached for your reference is the agreement with Walker Parking Consultants for professional services . This appears as item M on - - - Committee of the Whole agenda. 411 AIIIIP 11111111° Larry"7 Rice, ity Manager LLR:amp Attachment r