Ricine Banner
Meeting Name: Public Works and Services Committee Agenda status: Revised
Meeting date/time: 10/31/2006 5:30 PM Minutes status: Final  
Meeting location: City Hall, Room 301
Published agenda: Agenda Agenda Published minutes: Minutes Minutes  
Meeting video:  
Attachments:
File #Ver.Agenda #NameTypeTitleActionResultAction DetailsVideo
06-2598 A1.Request for honorary street sign adjacent to the Ace Stamping Property on the Durand Avenue north frontage road (formally Advance Mechanical property).CommunicationSubject: Communication from Ronald A. Haarsma requesting an honorary street sign be placed along the roadway adjacent to the Ace Stamping property on the Durand Avenue north frontage road (formally Advance Mechanical property). Recommendation: That an honorary street sign that reads "HAARSMA'S WAY", be placed along the roadway adjacent to the Ace Stamping property on the Durand Avenue north frontage road with the stipulation that the requester pay for all costs including installation and maintenance associated with this sign. Fiscal Note: It shall be the responsibility of the requester to pay for all costs associated with fabrication, installation and maintenance of this honorary street sign.Recommended For Approval  Action details Not available
06-2635 A2.Request to use city right-of-way on December 9, 2006 for Jingle Bell Run.CommunicationSubject: Communication from the Co-Race Director of the Jingle Bell Run for Arthritis Racine 2006 requesting permission to use City right-of-way on Saturday, December 9, 2006. Recommendation: Jingle Bell Run for Arthritis be granted permission to close Horlick Drive from Rupert Boulevard to Rickman Court and Domanik Drive from Prospect Street to the Lincoln Park parking lot entrance for the Jingle Bell Run/Walk for Arthritis, to be held on Saturday, December 9, 2006, from 9:00 a.m. to 10:30 a.m., 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 pay a special event fee of $300.00. 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 event. Fiscal NoRecommended For Approval  Action details Not available
06-2663 A3.Request for street lighting on Valley Drive, 13th Street and Bluefields Drive.CommunicationSubject: Communication from the Principal of Washington Park High School and Aldermen of the 1st and 3rd Districts requesting street lighting on Valley Drive, 13th Street and Bluefields Drive. Recommendation: In accordance with Section 2-94 of the Municipal Code of the general ordinances of the City of Racine, the following street lighting changes be approved: Install five (5) 200-watt high-pressure sodium street lights on Valley Drive and Thirteenth Street as recommended by the Assistant Commissioner of Public Works/Engineering. Fiscal Note: The estimated installation cost of this lighting is $1,000.00 for installation and the annual operating cost is $650.00.Deferred  Action details Not available
06-2412 A4.Request to install street light in 2500 block of Rupert BoulevardCommunicationSubject: Communication from Nathan Kroes, 2512 Rupert Boulevard, requesting a street light be installed in the 2500 block of Rupert Boulevard. Recommendation: In accordance with Section 2-94 of the Municipal Code of the general ordinances of the City of Racine, the following street lighting changes be approved: Install one (1) 100-watt high-pressure sodium street light in the 2500 block of Rupert Boulevard. Fiscal Note: The estimated installation cost of this lighting is $200.00 and the annual operating cost is $130.00.Recommended For Approval  Action details Not available
06-2413 A5.Request to install street lights in Georgetown.CommunicationSubject: Communication from the Alderman of the 11th District requesting the installation of street lights in Georgetown. Recommendation: In accordance with Section 2-94 of the Municipal Code of the general ordinances of the City of Racine, the following street lighting changes be approved: Install 100-watt high-pressure sodium street lights: One (1) on Sovereign Drive, One (1) on Biscayne Avenue and Two (2) on Duchess Drive. Fiscal Note: The estimated installation cost of this lighting is $4,000.00 for installation and the annual operating cost is $130.00 per fixture.Recommended For Approval  Action details Not available
06-2627 A6.Request to place street light on existing pole in alley of 2000 block of Carmel Avenue.CommunicationSubject: Communication from the Alderman of the 6th District requesting that a street light be placed on an existing pole in the alley of the 2000 block of Carmel Avenue. Recommendation: In accordance with Section 2-94 of the Municipal Code of the general ordinances of the City of Racine, the following street lighting changes be approved: Install one (1) 100-watt high-pressure sodium street in the 2000 block of Carmel Avenue. Fiscal Note: The estimated installation cost of this lighting is $200.00 for installation and the annual operating cost is $130.00 per fixtureDeferred  Action details Not available
06-2746 A7.Request for signage variance at 415 Sixth Street.CommunicationSubject: Direct Referral. Communication from Robert Hartmann requesting a building variance for new signage at 415 Sixth Street. Recommendation: The property owner of 415 Sixth Street be granted permission to install a stationary, projecting sign, as requested, with the stipulation that a hold harmless agreement be executed, in accordance with State Statute 66.0425, Privileges in Streets. Further recommends that the property owner be charged a $50.00 fee to cover administrative costs associated with filing this item with the Register of Deeds office. Fiscal Note: There will be no cost to the City of Racine.Recommended For Approval  Action details Not available
06-2680 A8.Granting "right of early entry" for the Walker propertyCommunicationSubject: Granting "right of early entry" for the Walker property to the Key Bridge Group for the Pointe Blue redevelopment project. Recommendation: Key Bridge Group, the developers of the Pointe Blue Project, be granted permission to perform environmental remediation work on the city owned portion of the Walker property up until the time that the property is sold, with the following stipulations: A. The sidewalks be maintained in a safe condition, free of snow. B. The property be maintained in compliance with the City Weed Ordinance. C. A Certificate of Liability Insurance and Hold Harmless Agreement be filed with the City Attorney's office. Fiscal Note: Approval of this item will result in no cost to the City of Racine.Deferred  Action details Not available
06-2601 A9.Oversight that occurred when a portion of Mead Street was renamed South Marquette Street.CommunicationSubject: Communication from the Commissioner of Public Works/City Engineer wishing to discuss an oversight that occurred when a portion of Mead Street was renamed South Marquette Street. Recommendation: The street currently referred to as Mead Street, which extends from the south line of 9th Street to the west line of Washington Avenue, be renamed South Marquette Street. Fiscal Note: Not applicable. Recommendation of City Plan Commission on 01-10-07: That the street currently referred to as Mead Street, which extends from the south line of 9th Street to the west line of Washington Avenue be renamed South Marquette Street. Further, that the renaming is not in conflict with existing city plans and programs. Fiscal Note: N/ARecommended For Approval  Action details Not available
06-2740 A10.Bid results on Contract 43-06 (K6-046), Curtain Wall Replacement at Racine Public Library.CommunicationSubject: Direct Referral. Communication from the Commission of Public Works/City Engineer submitting bid results on Contract 43-06 (K6-046), Curtain Wall Replacement at Racine Public Library. Recommendation: Contract 43-06 (K6-046), Curtain Wall Replacement at Racine Public Library, be awarded to J.F. Cook Co., Inc., at their bid price of $67,754.00, plus Alternate No. 1 in the amount of $14,289.00, for a total contract amount of $82,043.00, they being the lowest responsible bidder. Further recommends that funding to defray the cost of this public works project be appropriated from Account 255.000.5760, Building Improvements. Fiscal Note: Funds are available as herein delineated.Recommended For Award of Bid  Action details Not available
06-2662 A11.Change Order No 1. on Contract 36-06 (K-038) Window Replacement at Fire Station #8, Lueck's Inc., contractor.CommunicationSubject: Communication from the Commissionor of Public Works/City Engineer submitting Change Order No 1. on Contract 36-06 (K-038) Window Replacement at Fire Station #8, Lueck's Inc., contractor. Recommendation: Change Order No. 1 on Contract 36-06 (K6-038), Window Replacement at Fire Station #8, Lueck’s Inc., contractor, as submitted, be approved in the amount of $1,035.00. Further recommends that funding to defray the cost of this change order be appropriated from Account 986.300.5040, Station 1 Female Locker Room. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
06-2610 A12.Change Order No.4 on Contract 24-06(K6-025), Concrete Street Reconstruction and Paving, Milwaukee General Construction Company, contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 4 on Contract 24-06 (K6-025), Concrete Street Reconstruction and Paving, Milwaukee General Construction Company, contractor. Recommendation: The communication be received and filed.Recommended to be Received and Filed  Action details Not available
06-2649 A13.Final payment on Contract 05-05(K5-005), PS - Design of Jacobsen-Textron Redevelopment Site, Earth Tech, consultant.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 5-05 (K5-005), Professional Services - Design of Jacobsen-Textron Redevelopment Site, Earth Tech, Inc., consultant. Recommendation: The professional services provided by Earth Tech, Inc. under Contract 5-05 (K5-005), Professional Services - Design of Jacobsen-Textron Redevelopment Site, be accepted and final payment authorized for a total contract amount of $148,407.92, from funds heretofore appropriated. Fiscal Note: This contract was approved by Resolution 6341, dated January 18, 2005.Deferred  Action details Not available
06-2737 A14.Change Order No. 3 on Contract 26-05(K5-033), Concrete Street Reconstruction, LaLonde Contractors, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 3 on Contract 26-05 (K5-033), Concrete Street Reconstruction, LaLonde Contractors, Inc., contractor. Recommendation: Change Order No. 3 on Contract 26-05 (K5-033), Concrete Street Reconstruction, LaLonde Contractors, Inc., contractor, as submitted, be approved in the amount of $3,100.00. Further recommends that funding to defray the cost of this change order be appropriated from Account 986.908.5020, Concrete Street Paving, Miscellaneous Locations. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
06-2735 A15.Final payment on Contract 26-05(K5-033), Concrete Street Reconstruction, LaLonde Contractors, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 26-05(K5-033), Concrete Street Reconstruction, LaLonde Contractors, Inc., contractor. Recommendation: The work done by LaLonde Contractors, Inc., under Contract 26-05 (K5-033), Concrete Street Reconstruction, be accepted and final payment authorized for a total contract amount of $1,553,636.18, from funds heretofore appropriated. Fiscal Note: This contract was approved by Resolution 6514, dated June 7, 2005.Recommended For Approval  Action details Not available
06-2722 A16.Final payment on Contract 58-05(K5-066), 2005 CCTV Services and Manhole Inspections, Green Bay Pipe & TV, contractor.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 58-05 (K5-066), 2005 CCTV Services and Manhole Inspections, Green Bay Pipe & TV, contractor. Recommendation: The work done by Green Bay Pipe & TV, under Contract 58-05 (K5-066), 2005 CCTV Services and Manhole Inspections, be accepted and final payment authorized for a total contract amount of $196,570.46, from funds heretofore appropriated. Fiscal Note: This contract was approved by Resolution 6756, dated November 15, 2005.Recommended For Approval  Action details Not available
06-2719 A17.Final payment on Contract 62-05(K5-071), PS - Sanitary Sewer Lining on Racine Street, Earth Tech, consultant.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 62-05 (K5-071), PS - Sanitary Sewer Lining on Racine Street, Earth Tech, consultant. Recommendation: The professional services provided by Earth Tech, Inc. under Contract 62-05 (K5-071), Professional Services - Sanitary Sewer Lining on Racine Street, be accepted and final payment authorized for a total contract amount of $35,452.50, from funds heretofore appropriated. Fiscal Note: This contract was approved by Resolution 6718, dated October 18, 2005.Recommended For Approval  Action details Not available
06-2721 A18.Final payment on Contract 29-06(K6-030), Pavement Repair, Wayside Construction Company, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 29-06 (K6-030), Pavement Repair, Wayside Construction Company, Inc., contractor. Recommendation: The work done by Wayside Construction Company, Inc., under Contract 29-06 (K6-030), Pavement Repair, be accepted and final payment authorized for a total contract amount of $169,667.77, from funds heretofore appropriated. Fiscal Note: This contract was approved by Resolution 06-7061, dated June 6, 2006.Recommended For Approval  Action details Not available
06-2727 A19.Change Order No. 1 on Contract 31-06(K6-032), Curb and Gutter Repair, D.C. Burbach, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 1 on Contract 31-06 (K6-032), Curb and Gutter Repair, D.C. Burbach, Inc., contractor. Recommendation: Change Order No. 1 on Contract 31-06 (K6-032), Curb and Gutter Repair D.C. Burbach, Inc., contractor, as submitted, be approved in the amount of $10,213.99. Further recommends that funding to defray the cost of this change order be appropriated from the following accounts: $ 5,907.33 - Account 985.908.5220, Curb and Gutter Replacement $ 4,306.66 - Account 986.908.5220, Curb and Gutter Replacement $10,213.99 Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
06-2728 A20.Final payment on Contract 31-06(K6-032), Curb and Gutter Repair, D.C. Burbach, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 31-06 (K6-032), Curb and Gutter Repair, D.C. Burbach, Inc., contractor. Recommendation: The work done by D.C. Burbach, Inc., under Contract 31-06 (K6-032), Curb and Gutter Repair, be accepted and final payment authorized for a total contract amount of $102,317.84, from funds heretofore appropriated. Fiscal Note: This contract was approved by Resolution 06-7059, dated June 6, 2006.Recommended For Approval  Action details Not available
06-2738 A21.Change Order No. 3 on Contract 49-05(K5056), Lake Michigan Pathway, Phase II, Bane-Nelson, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 3 on Contract 49-05(K5-056), Lake Michigan Pathway, Phase II, Bane-Nelson, Inc., contractor. Recommendation: Change Order No. 3 on Contract 49-05 (K5-056), Lake Michigan Pathway, Phase II, Bane-Nelson, Inc., contractor, as submitted, be approved in the amount of $85,731.96. Further recommends that funding to defray the cost of this change order be appropriated from the following accounts: $25,000.00 - Account 104.986.5420, Storm Sewers, Various Locations $15,632.14 - Account 985.913.5090, Goold @ Michigan Slope Stabilization $ 6,417.06 - Account 985.913.5010, Environmental Remediation $30,848.42 - Account 985.908.5130, Asphalt Resurfacing $ 7,834.34 - Account 930.021.5810, CMAQ - Lake Michigan Pathway, Phase II $85,731.96 Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
06-2731 A22.Change Order No. 2 on Contract 02-06(K6-002), Racine Street Sanitary Sewer Lining, Visu-Sewer Clean and Seal, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 2 on Contract 02-06 (K6-002), Racine Street Sanitary Sewer Lining, Visu-Sewer Clean and Seal, Inc., contractor. Recommendation: Change Order No. 2 on Contract 2-06 (K6-002), Racine Street Sanitary Sewer Lining, Visu-Sewer Clean & Seal, contractor, as submitted, be approved to provide a time extension until November 30, 2006, 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
06-2730 A23.Change Order No. 3 on Contract 07-06(K6-007), 2006 CCTV Services and Manhole Inspections, Green Bay Pipe & TV, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 3 on Contract 07-06 (K6-007), 2006 CCTV Services and Manhole Inspections, Green Bay Pipe & TV, Inc., contractor. Recommendation: Change Order No. 3 on Contract 7-06 (K6-007), 2006 CCTV Services and Manhole Inspection, Green Bay Pipe & TV, contractor, as submitted, be approved in the amount of $52,174.14. Further recommends that funding to defray the cost of this change order be appropriated from the following accounts: $24,727.30 - Account 986.907.5310, Sanitary Sewer, Various Locations $27,446.84 - Account 104.986.5420, Storm Sewers, Various Locations $52,174.14 Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
06-2736 A24.Change Order No. 2 on Contract 25-06(K6-026), City Parking Lot, Cicchini Asphalt Contractors, contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 2 on Contract 25-06 (K6-026), City Parking Lots, Cicchini Asphalt Contractors, contractor. Recommendation: Change Order No. 2 on Contract 25-06 (K6-026), City Parking Lots, Cicchini Asphalt Contractors, Inc., contractor, as submitted, be approved in the credit amount of $8,909.50. Fiscal Note: This change order will result in a decrease in the contract price.Recommended For Approval  Action details Not available
06-2742 A25.Amendment No. 2 on Contract 40-06 (K6-042), Professional Services - Marino Park and State Street Storm Sewer, Earth Tech, Inc., consultant.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting Amendment No. 2 on Contract 40-06 (K6-042), Professional Services - Marino Park and State Street Storm Sewer, Earth Tech, Inc., consultant. Recommendation: Amendment No. 2 on Contract 40-06 (K6-042), Professional Services - Marino Park/State Street Storm Sewer, Earth Tech, Inc., consultant, as submitted, be approved in the not-to-exceed amount of $4,580.00. Further recommends that funding to defray the cost of these professional services be appropriated from Account 104.986.5420, Stormwater Sewers - Various Locations. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available