10-4744
| A | 1. | DRC request to use city right-of-way on Saturday, March 13, 2010, for a St. Patrick's Day Parade. | Communication | Subject: Communication from the Downtown Racine Corporation requesting permission to use city right-of-way on Saturday, March 13, 2010, for a St. Patrick's Day Parade. (Res.10-1892)
Recommendation of the Public Works and Services Committee on 2-23-10: Permission be granted to the Downtown Racine Corporation to close Main Street from State Street to 8th Street, on Saturday, March 13, 2010, from 12:00 noon to 2:00 p.m., for a St. Patrick's Day Parade, with the following stipulations:
A. A hold harmless agreement be executed;
B. A liability insurance certificate be filed prior to this event;
C. Any overtime costs incurred by any City department be charged to the sponsor;
D. The sponsor shall notify all abutting property owners seventy-two (72) hours in advance of this event.
E. The sponsor shall be responsible for all detour signage during the event.
F. The sponsor shall pay a $700.00 special event fee.
Further recommends that the Commissioner of Public Works/City Engineer and Chief of Police provide limited assistance, in the interest of public safety, to implement this | | |
Not available
|
Not available
|
10-4743
| A | 2. | Request to move the bench in the 500 block of Sixth Street. | Communication | Subject: Communication from business owners on Sixth Street requesting that the bench in the 500 block of Sixth Street be moved.
Recommendation of the Public Works and Services Committee on 3-30-10: That the City of Racine accept the donation of one (1) bench from the Downtown Racine Corporation for use on Sixth Street in accordance with their request.
Fiscal Note: There will be nominal costs to the City for the installation of this bench. | | |
Not available
|
Not available
|
10-4776
| A | 3. | Bid results on Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair. | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting bid results on Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair. (Res.10-1893)
Recommendation of the Public Works and Services Committee on 2-23-10: That Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair, be awarded to Seater Construction Co., Inc., Racine, WI, at their bid price of $84,000.00, plus Alternate Bid #1 at $5,900.00 and Alternate Bid #3 at $2,500.00, for a total contract amount of $92,400.00, they being the lowest responsible bidder.
Further recommends that funding to defray the cost of this public works project be appropriated from Account 990.220.5030, Central Heating Plant - Structural Repairs.
Fiscal Note: Funds are available as herein delineated. | | |
Not available
|
Not available
|
10-4787
| A | 4. | Receipt of $100,000.00 from WE Energies for Phase II of the Solar Photovoltaic project at the City Hall Annex. | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer regarding receipt of $100,000.00 from WE Energies for Phase II of the Solar Photovoltaic project at the City Hall Annex.
Recommendation of the Public Works and Services Committee on 2-23-10: That the communication be received and filed.
Fiscal Note: N/A | | |
Not available
|
Not available
|
10-4785
| A | 5. | Announcement of TIGER Grant recipients. | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer regarding the announcement of TIGER Grant recipients.
Recommendation of the Public Works and Services Committee on 2-23-10: That the communication be received and filed.
Fiscal Note: N/A | | |
Not available
|
Not available
|
10-4728
| A | 6. | Proposal for On-Call As Needed Services for Geographic Information System. | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works submitting a proposal for On-Call As Needed Services for Geographic Information System. (Res.10-1894)
Recommendation of the Public Works and Services Committee on 2-9-10: That the Mayor and City Clerk be authorized and directed to enter into a professional services agreement with AECOM Technical Services, Inc. for 2010 Technical Information Consulting, on a time-and-materials basis, in the not-to-exceed amount of 26,746.00.
Further recommends that funds to defray the cost of these professional services be appropriated from the following accounts:
$ 7,000.00 - Account 104.000.5330, Storm Water Enterprise
$ 7,000.00 - Account 287.740.5310, Sanitary Sewer Maintenance Fund
$ 7,000.00 - Account 990.908.5020, Concrete Paving Replacement
$ 5,746.00 - Account 990.913.5010, Environmental Remediation
$26,746.00 - Total
Fiscal Note: Funds are available as herein delineated. | | |
Not available
|
Not available
|
10-4788
| A | 7. | Proposal from Powers Engineering for expansion of CityWorks to Public Works Facility Management. | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting a proposal from Power Engineers for expansion of CityWorks to Public Works Facility Management. (Res.10-1895)
Recommendation of the Public Works and Services Committee on 2-23-10: That the Mayor and City Clerk be authorized and directed to enter into a professional services agreement with Power Engineers for the expansion of Cityworks to include the Facility Management Division of the Department of Public Works, in the not-to-exceed amount of $20,330.00.
Further recommends that funds to defray the cost of these professional services be appropriated from the following accounts:
$ 4,500.00 - Account 988.100.5010, City Hall Facilities
$15,830.00 - Account 988.220.5030, Central Heating Plant
$20,330.00 - Total
Fiscal Note: Funds are available as herein delineated. | | |
Not available
|
Not available
|
10-4778
| A | 8. | Final payment on Contract 4-07 (K7-004), Professional Services - Analysis of Railroad Overpasses, HNTB, consultant. | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 4-07 (K7-004), Professional Services - Analysis of Railroad Overpasses, HNTB, consultant. (Res.10-1896)
Recommendation of the Public Works and Services Committee on 2-23-10: That the professional services provided by HNTB, under Contract 4-07 (K7-004), Professional Services - Analysis of Railroad Overpasses, be accepted and final payment authorized for a total contract amount of $18,996.17.
Fiscal Note: Contract was authorized under Resolution No. 06-7357, dated December 19, 2006. | | |
Not available
|
Not available
|
10-4777
| A | 9. | Final payment on Contract 51-09 (K9-052), 2009 Sidewalk Replacement, Phase I | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 51-09 (K9-052), 2009 Sidewalk Replacement, Phase II, AZAR, LLC, contractor. (Res.10-1897)
Recommendation of the Public Works and Services Committee on 1-12-10: That the work done by AZAR, LLC under Contract 51-09 (K9-052), 2009 Sidewalk Replacement, Phase II, be accepted and final payment authorized for a total contract amount of $387,645.08.
Fiscal Note: Contract was authorized under Resolution No. 09-1527, dated July 21, 2009. | | |
Not available
|
Not available
|
10-4763
| A | 10. | Final payment on Contract 62-09 (K9-063), Photovoltaic Electric Generating System and Lighting Replacement at City Hall Annex, Johnson Controls, Inc., contractor. | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 62-09 (K9-063), Photovoltaic Electric Generating System and Lighting Replacement at City Hall Annex, Johnson Controls, Inc., contractor. (Res.10-1898)
Recommendation of the Public Works and Services Committee on 2-23-10: That the work done by Johnson Controls, Inc. under Contract 62-09 (K9-063), Photovoltaic Electric Generating System and Lighting Replacement at City Hall Annex, be accepted and final payment authorized for a total contract amount of $374,670.00.
Fiscal Note: Contract was authorized under Resolution No. 09-1576, dated September 1, 2009. | | |
Not available
|
Not available
|
10-4794
| A | 11. | Change Order No. 1 on Contract 11-09 (K(-011), 2009 Asphalt Resurfacing, C.D.B.G | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 1 on Contract 11-09 (K(-011), 2009 Asphalt Resurfacing, C.D.B.G., A.W. Oakes & Son, contractor. (Res.10-1899)
Recommendation of the Public Works and Services Committee on 2-23-10: That Change Order No. 1 on Contract 11-09 (K9-011), 2009 Asphalt Resurfacing, CDBG, A.W. Oakes & Son, Inc., contractor, be approved in the amount of $42,031.02.
Further recommends that funding to defray the cost of this change order be appropriated from the following accounts:
$ 1,113.43 - Account 989.908.5530, Crosswalk Ramps
$ 4,367.88 - Account 989.908.5210, Asphalt Street Paving
$36,549.71 - Account 989.908.5220, Asphalt Resurfacing
$42,031.02 - Total
Fiscal Note: Funds are available as herein delineated. | | |
Not available
|
Not available
|
10-4781
| A | 12. | Change Order No. 1 on Contract 21-09 (K9-022), 2009 City Resurfacing | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 1 on Contract 21-09 (K9-022), 2009 City Resurfacing, Payne & Dolan, Inc., contractor. (Res.10-1900)
Recommendation of the Public Works and Services Committee on 2-23-10: That Change Order No. 1 on Contract 21-09, (K9-022), 2009 City Resurfacing, Payne & Dolan, Inc., contractor, as submitted, be approved in the deduct amount of $28,565.25.
Further recommends that the funding accounts be adjusted by the following amounts:
($25,195.54) - Account 906.000.4820, Special Assessment Fund
$28,374.07 - Account 989.908.5220, Asphalt Resurfacing
($15,340.00) - Account 287.988.5310, Sanitary Sewer, Var. Loc.
($13,776.78) - Account 989.590.5010, Replace City Circuits
($ 2,600.00) - Racine Water Utility
($28,565.25) - Total
Fiscal Note: Change Order No. 1 will result in a decrease in contract price. | | |
Not available
|
Not available
|
10-4782
| A | 13. | Amendment No. 1 on Contract 17-09 (K9-017), PS - Design Osborne Ravine Sanitary Sewer Abatement and Structural Repair | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Engineering submitting Amendment No. 1 on Contract 17-09 (K9-017), PS - Design Osborne Ravine Sanitary Sewer Abatement and Structural Repair, AECOM, consultant. (Res.10-1901)
Recommendation of the Public Works and Services Committee on 2-23-10: That Amendment No. 1 to Contract 17-09 (K9-017), Professional Services - Design Osborne Ravine Sanitary Sewer Abatement and Structural Repair, AECOM Technical Services, Inc., consultant, as submitted, be approved in the amount of $6,230.42.
Further recommends that funding to defray the cost of these professional services be appropriated from the following accounts:
$4,610.51 - Account 104.990.5420, Storm Sewers, Misc. Loc.
$1,619.91 - Account 287.990.5310, Sanitary Sewer, Misc. Loc.
$6,230.42 - Total
Fiscal Note: Funds are available as herein delineated. | | |
Not available
|
Not available
|
|