12-8029
| A | 1. | Bid results for the complete installation of the Pre-Wet Application Systems for Ten (10) Dump Trucks. (Res No. 12-3270) | Communication | Subject: (Direct Referral) Communication from the Purchasing Agent submitting bid results for the complete installation of the Pre-Wet Application Systems for Ten (10) Dump Trucks. (Res No. 12-3270)
Recommendation of the Public Works and Services Committee on 8-14-12: That the contract for the complete installation of the Pre-Wet Application Systems for Ten (10) Dump Trucks be awarded to Monroe Truck Equipment, at their bid price of $73,814.00, they being the lowest responsible bidder.
Fiscal Note: Funding to defray the cost of these services be appropriated from Account 991.540.5010, Salt Brine System. | Recommended For Award of Bid | |
Action details
|
Not available
|
12-8026
| A | 2. | Bid results on Contract 37-12 (K2-042), Central Heating Plant Tunnel Repairs. (Res No. 12-3271) | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works submitting bid results on Contract 37-12 (K2-042), Central Heating Plant Tunnel Repairs. (Res No. 12-3271)
Recommendation of the Public Works and Services Committee on 8-14-12: That Contract 37-12 (K2-042), Central Heating Plant Tunnel Repair, be awarded to Allied Waterproofing, Inc., Milwaukee, WI, at their bid price of $44,967.00, they being the lowest responsible bidder.
Fiscal Note: Funding to defray the cost of this public works project be appropriated from Account 992.220.5010, CHP-Tunnel Repairs. | Recommended For Award of Bid | |
Action details
|
Not available
|
12-8027
| A | 3. | Bid results on Contract 51-12 (K2-062), Construct Home-1216 Geneva Street. (Res No. 12-3272) | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works submitting bid results on Contract 51-12 (K2-062), Construct Home-1216 Geneva Street. (Res No. 12-3272)
Recommendation of the Public Works and Services Committee on 8-14-12: That Contract 51-12 (K2-062), Construct Home - 1216 Geneva Street, be awarded to Double D Construction, Inc., Kenosha, WI, at their bid price of $173,570.00, they being the only responsible bidder.
Fiscal Note: Funding to defray the cost of this public works project be appropriated from Account 808.001.5770, 1216 Geneva Street. | Recommended For Award of Bid | |
Action details
|
Not available
|
12-8028
| A | 4. | Bid results on Contract 52-12 (K2-063), 2012 Bridge Repairs. (RES. No. 12-3305) | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works submitting bid results on Contract 52-12 (K2-063), 2012 Bridge Repairs. (RES. No. 12-3305)
Recommendation of the Public Works and Services Committee on 8-14-12: Defer
Recommendation of the Public Works and Services Committee on 8-28-12: That Contract 52-12 (K2-063), 2012 Bridge Repairs, be awarded to Vista Design & Construction, Inc., Milwaukee, WI, at their bid price of $180,380.00, they being the only responsible bidder.
Fiscal Note: Funding to defray the cost of this public works project be appropriated from the following accounts:
$ 91,361.95 - Account 992.908.5020, Concrete Paving-Misc.
$ 65,380.00 - Account 992.908.5220, Asphalt Resurfacing
$ 3,000.00 - Account 991.908.5510, Sidewalks-New
$ 10,000.00 - Account 991.908.5520, Sidewalks-Replacement
$ 985.11 - Account 991.908.5020, Concrete Pavement Repl.
$ 9,652.94 - Account 991.908.5010, Concrete Street Paving-Misc.
$ 180,380.00 - Total | Deferred | |
Action details
|
Not available
|
12-8032
| A | 5. | Close out the 2008 agreement with The Telephone Company, Inc., for the provision of telephone auditing services. (Res No. 12-3273) | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works submitting a request to close out the 2008 agreement with The Telephone Company, Inc., for the provision of telephone auditing services. (Res No. 12-3273)
Recommendation of the Public Works and Services Committee on 8-14-12: That the services provided by The Telephone Company for telephone auditing services be terminated as there have not been any services provided since the middle of 2010.
Fiscal Note: These services were approved under Resolution No. 08-0933 dated September 2, 2008. | Recommended For Approval | |
Action details
|
Not available
|
12-8003
| A | 6. | Amendment No. 1 to Contact 18-11 (K1-018), Professional Services - Parking Ramp Repair Design Services, Arnold & O'Sheridan, Inc., consultant. (Res No. 12-3274) | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations submitting Amendment No. 1 to Contact 18-11 (K1-018), Professional Services - Parking Ramp Repair Design Services, Arnold & O'Sheridan, Inc., consultant. (Res No. 12-3274)
Recommendation of the Public Works and Services Committee on 8-14-12: That Amendment No. 1 to Contract 18-11 (K1-018), Professional Services - Parking Ramp Repairs Design Services, Arnold & O’Sheridan, Inc., consultant, as submitted, be approved in the amount of $6,100.00.
Fiscal Note: Funding to defray the cost of these professional services be appropriated from Account 106.991.5760, Ramp Improvements-Engineering. | Recommended For Approval | |
Action details
|
Not available
|
12-8002
| A | 7. | Change Order No. 1 to Contract 1-12 (K2-001), 2012 Parking Ramp Maintenance (R1), Truesdell Corporation of WI, contractor. (RES. No. 12-3310) | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations submitting Change Order No. 1 to Contract 1-12 (K2-001), 2012 Parking Ramp Maintenance (R1), Truesdell Corporation of WI, contractor. (RES. No. 12-3310)
Recommendation of the Public Works and Services Committee on 8-14-12: Defer
Recommendation of the Public Works and Services Committee on 8-28-12: That Change Order No. 1 to Contract 1-12 (K2-001), 2012 Parking Ramp Maintenance (R1), Truesdell Corporation of WI, contractor, as submitted, be approved in the deduct amount of $209,599.70.
Fiscal Note: Change Order No. 1 will result in a decrease in contract price. Funding account to be adjusted is 106.992.5760, Parking - 2012 Building Improvements. | Deferred | |
Action details
|
Not available
|
12-8004
| A | 8. | Change Order No. 1 to Contract 22-12 (K2-023), Safety Building-Replace Ceiling and Lights, Absolute Construction Company, contractor. (Res No. 12-3275) | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations submitting Change Order No. 2 to Contract 22-12 (K2-023), Safety Building-Replace Ceiling and Lights, Absolute Construction Company, contractor. (Res No. 12-3275)
Recommendation of the Public Works and Services Committee on 8-14-12: That Change Order No. 2 to Contract 22-12 (K2-023), Safety Building Ceiling and Lights, Absolute Construction Enterprises, Inc., contractor, as submitted, be approved in the amount of $29,400.00.
Fiscal Note: Funding to defray the cost of these professional services be appropriated from Account 991.210.5040, Safety Building - Building Updates. | Recommended For Approval | |
Action details
|
Not available
|
12-7993
| A | 9. | Change Order No. 1 to Contract 03-12 (K2-003) - 2012 Traffic Signal Replacement-16th and West Blvd., Outdoor Lighting Construction Co., Inc., contractor. (Res No. 12-3276) | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/City Engineer submitting Change Order No. 1 to Contract 03-12 (K2-003) - 2012 Traffic Signal Replacement-16th and West Blvd., Outdoor Lighting Construction Co., Inc., contractor. (Res No. 12-3276)
Recommendation of the Public Works and Services Committee on 8-14-12: That Change Order No. 1 to Contract 3-12 (K2-003), 2012 traffic Signal Replacement-16th and West Blvd., Outdoor Lighting Construction Co., Inc., contractor, as submitted, be approved that will provide a time extension until August 25, 2012 to complete this contract.
Fiscal Note: There will be no change in contract price as a result of this change order. | Recommended For Approval | |
Action details
|
Not available
|
12-7991
| A | 10. | Change Order No. 4 on Contract 15-11 (K1-015), 2011 City Resurfacing (R1), A.W. Oakes & Sons, Inc., contractor. (Res No. 12-3277) | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/City Engineer submitting Change Order No. 4 on Contract 15-11 (K1-015), 2011 City Resurfacing (R1), A.W. Oakes & Son, Inc., contractor. (Res No. 12-3277)
Recommendation of the Public Works and Services Committee on 8-14-12: That Change Order No. 4 to Contract 15-11 (K1-015), City Resurfacing (R1), A.W. Oakes & Son, Inc., contractor, as submitted, be approved in the amount of $7,203.92.
Fiscal Note: Funding to defray the cost of these professional services be appropriated from Account 991.913.5040, Railroad Depot West Platform Repairs. | Recommended For Approval | |
Action details
|
Not available
|
12-8031
| A | 11. | Final payment on Contract 15-11 (K1-015), 2011 City Resurfacing (R1), A.W. Oakes & Sons, Inc., contractor. (Res No. 12-3278) | Communication | Subject: (Direct Referral) Communication from the Commissioner of Public Works submitting final payment on Contract 15-11 (K1-015), 2011 City Resurfacing (R1), A.W. Oakes & Son, Inc., contractor. (Res No. 12-3278)
Recommendation of the Public Works and Services Committee on 8-14-12: That the work done by A.W. Oakes & Son, Inc. under Contract 15-11 (K1-015), City Resurfacing (R1), be accepted and final payment authorized for a total contract amount of $991,968.08.
Fiscal Note: Contract was authorized under Resolution No. 11-2475, dated April 6, 2011. | Recommended For Approval | |
Action details
|
Not available
|
12-8010
| A | 12. | Three-Party Agreement with WisDOT, the City of Racine, and Clark Dietz, Inc. for professional services for the design of WisDOT Project ID: 2704-00-03/23/73 Ohio Street - 16th Street to Washington Avenue (STH 20). (Res No. 12-3279) | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/City Engineer submitting a Three-Party Agreement with WisDOT, the City of Racine, and Clark Dietz, Inc. for professional services for the design of WisDOT Project ID: 2704-00-03/23/73 Ohio Street - 16th Street to Washington Avenue (STH 20). (Res No. 12-3279)
Recommendation of the Public Works and Services Committee on 8-14-12: That the Mayor and City Clerk be authorized and directed to enter into a 3-party contract with the State of Wisconsin Department of Transportation and Clark-Dietz, Inc. for professional design engineering services for reconstructing Ohio Street from 16th Street to Washington Avenue (STH 20), State Project ID: 2704-00-03/23/73, for the not-to-exceed cost of $207,919.32, which is funded 80% by the State of Wisconsin, or $166,335.46, and 20% by the City of Racine, or $41,583.86.
Fiscal Note: Funds to defray the cost of these professional services are available in the following accounts:
$ 25,000.00 - Account 992.908.5100, 16th St to Washington Ave(STH 20)
$ 16,583 | Recommended For Acceptance as a Professional Services Agreement | |
Action details
|
Not available
|
12-8014
| A | 13. | Amendment No. 1 to State Project ID: 1693-34-07, Lake Michigan Pathway Phase 3. (Res No. 12-3280) | Communication | Subject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/City Engineer submitting Amendment No. 1 to State Project ID: 1693-34-07, Lake Michigan Pathway Phase 3. (Res No. 12-3280)
Recommendation of the Public Works and Services Committee on 8-14-12: That Amendment No. 1 on the two-party contract between the State of Wisconsin and the City of Racine, State Contract ID: 1693-34-07 - Lake Michigan Pathway Phase 3, be approved in the amount of $76.97, with the City's share being $15.39, or 20%.
Fiscal Note: Funding to defray the cost of the City's share of these professional services be appropriated from Account 992.908.5620 - Lake Michigan Pathway Phases 3A and 3B. | Recommended For Approval | |
Action details
|
Not available
|
|