Ricine Banner
Meeting Name: Public Works and Services Committee Agenda status: Draft
Meeting date/time: 3/25/2014 5:30 PM Minutes status: Final  
Meeting location: City Hall, Room 303
Published agenda: Agenda Agenda Published minutes: Minutes Minutes  
Meeting video:  
Attachments:
File #Ver.Agenda #NameTypeTitleActionResultAction DetailsVideo
14-9902 A1.Communication from Chris Sklba, Art Metals Studio, submitting a request to use Monument Square and to close 5th Street, from Main Street to Wisconsin Avenue, from 5:00 P.M. Friday, May 30, 2014 until 7:00 P.M. Sunday, June 1, 2014, for the Monument SquareCommunicationSubject: Communication from Chris Sklba, Art Metals Studio, submitting a request to use Monument Square and to close 5th Street, from Main Street to Wisconsin Avenue, from 5:00 P.M. Friday, May 30, 2014 until 7:00 P.M. Sunday, June 1, 2014, for the Monument Square Art Fair. (Res. No. 14-0132) Recommendation of the Public Works and Services Committee on 03-25-14: Art Metals Studio be granted permission to close 5th Street for the Monument Square Art Fair, to be held on Saturday, May 30, 2014 and Sunday, June 1, 2014, with the following stipulations: A. A hold harmless agreement be executed and a $75.00 processing fee paid. 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 $250.00. Further recommended that the Commissioner of Public Works, City Engineer and Chief of Police provide limited assistance, in the interest of publicRecommended For Approval  Action details Not available
14-9907 A2.Communication from Peter Henkes, Lighthouse Run Director, requesting to use City right-of-way and Monument Square on June 21, 2014 for the 36th Annual Lighthouse Run. (Res. No. 14-0168)CommunicationSubject: Communication from Peter Henkes, Lighthouse Run Director, requesting to use City right-of-way and Monument Square on June 21, 2014 for the 36th Annual Lighthouse Run. (Res. No. 14-0168) Recommendation of the Public Works and Services Committee on 03-25-14: Permission granted to the sponsor of the Lighthouse Run to use certain city streets for the period of 6:00 A.M. to 10:30 A.M. on Saturday, June 21, 2014, and to close the following streets: Main Street from State Street to Sixth Street Lake Avenue from 8th Street to State Street State Street from Main Street to Lake Avenue Main Street from State Street to 3 Mile Road (west side two traffic lanes will remain open for two-way traffic) Dodge Street from Main Street to Michigan Boulevard Michigan Boulevard from Dodge Street to Wolff Street Wolff Street from Michigan Boulevard to North Main Street Further recommends that the Commissioner of Public Works be authorized and directed to communicate with the U.S. Coast Guard requesting permission to close Main Street Bridge to boat traffic for the period of 7:40 ARecommended For Approval  Action details Not available
14-9949 A3.Bid results on Official Notice No. 3, Two (2) Heavy Duty, Low Entry, Dual Steer Cab Truck Chassis, with 25 Cubic Yard High Compaction Rear Loading Refuse Packer.CommunicationSubject: (Direct Referral) Communication from the Purchasing Agent submitting bid results on Official Notice No. 3, Two (2) Heavy Duty, Low Entry, Dual Steer Cab Truck Chassis, with 25 Cubic Yard High Compaction Rear Loading Refuse Packer. Recommendation of the Public Works and Services Committee on 03-25-14: That bids be rejected and Official Notice No. 3, for Two (2) Heavy Duty, Low Entry, Dual Steer Cab Truck Chassis, with 25 Cubic Yard High Compaction Rear Loading Refuse Packer be rebid. Fiscal Note: N/ARecommended For Denial  Action details Not available
14-9939 A4.Bids on Office Notice No. 4, Two (2) 35,000 GVW 5 Cubic Yard Diesel Dump Trucks with Snowplow, Tailgate Material Spreader and Liquid Dispensing System. (Res. No. 14-0133)CommunicationSubject: (Direct Referral) Communication from the Purchasing Agent submitting bids on Office Notice No. 4, Two (2) 35,000 GVW 5 Cubic Yard Diesel Dump Trucks with Snowplow, Tailgate Material Spreader and Liquid Dispensing System. (Res. No. 14-0133) Recommendation of the Public Works and Services Committee on 03-25-14: That Official Notice #4 for the purchase of Two (2) 35,000 GVW 5 Cubic Yard Diesel Dump Trucks with Snowplow, Tailgate Material Spreader and Liquid Dispensing System, be awarded to Lakeside International Trucks, Milwaukee, WI, at their bid price of $277,620 less the $14,000 offered for the trade vehicles. Lakeside's net bid accepting their offer for our trade vehicles is $263,620. Fiscal Note: Funds for this purchase are available in Account 944.630.5020, Licensed Vehicles.Recommended For Approval  Action details Not available
14-9935 A5.Bid results on Contract 10-14 (K4-010), 2014 Sidewalk Replacement Program, Phase 1 (R1). (Res. No. 14-0134 & 14-0169)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting bid results on Contract 10-14 (K4-010), 2014 Sidewalk Replacement Program, Phase 1 (R1). (Res. No. 14-0134 & 14-0169) Recommendation of the Public Works and Services Committee on 03-25-14: That Contract 10-14 (K4-010), 2014 Sidewalk Replacement Program, Phase 1 (R1), be awarded to AZAR, LLC., Racine, WI, at their bid price of $320,234.00. Further recommends that funds to defray the cost of this public works project be appropriated from the following accounts: $ 86,461.52 - Account 906.000.5520, Sidewalk Repl. (2013) $ 171,594.80 - Account 906.000.5520, Sidewalk Repl. (2014) $ 1,997.84 - Account 993.908.5520, Sidewalk Repl. (2013) $ 13,000.00 - Account 994.908.5520, Sidewalk Repl. (2014) $ 9,179.84 - Account 993.908.5320, Repl. Curb & Gutter $ 23,000.00 - Account 994.908.5320, Repl. Curb & Gutter $ 15,000.00 - Account 994.908.5530, Crosswalk Ramps $ 320,234.00 - Total Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
14-9936 A6.Bid results on Contract 11-14 (K4-011), 2014 Concrete Reconstruction (R1). (Res. No. 14-0135)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting bid results on Contract 11-14 (K4-011), 2014 Concrete Reconstruction (R1). (Res. No. 14-0135) Recommendation of the Public Works and Services Committee on 03-25-14: That Contract 11-14 (K4-011), 2014 Concrete Reconstruction (R1), be awarded to Stark Asphalt, a Division of Northwest Asphalt Products at their bid price of $2,454,200.00. Further recommends that funds to defray the cost of this public works project be appropriated from the following accounts: $ 13,500.00 - Account 993.908.5010, Concrete Street Paving-Misc. Loc $ 610,000.00 - Account 993.908.5020, Concrete Pavement Repl.-Misc. $ 340,396.17 - Account 994.908.5020, Concrete Pavement Repl.-Misc. $ 181,050.00 - Account 930.090.5850, Lead Water Service Repl. $ 685,400.00 - Account 287.994.5310, Sanitary Sewer Var. Loc. $ 221,958.45 - Account 287.994.5020, Sanitary Sewer $ 30,000.00 - Account 993.590.5010, Replace City Circuits $ 7,430.00 - Account 994.590.5010, Replace City Circuits $ Recommended For Approval  Action details Not available
14-9937 A7.Bid results on Contract 16-14 (K4-016), Harborside Remediation and Redevelopment. (Res. No. 14-0136)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting bid results on Contract 16-14 (K4-016), Harborside Remediation and Redevelopment. (Res. No. 14-0136) Recommendation of the Public Works and Services Committee on 03-25-14: That Contract 16-14 (K4-016), Harborside Remediation and Redevelopment be awarded to C.W. Purpero, Inc. at their bid price of $468,970 plus Alternate #1 in the amount of $15,000 for a total contract amount of $483,970. Further recommends that funds to defray the cost of these services be appropriated from the following accounts: $110,000.00 - Account 974.000.5580, Tax Incremental District #14 $ 63,552.00 - Account 974.000.5590, Remediation & Restoration $150,000.00 - Account 974.000.5840, USEPA Revolving Loan Fund $ 41,732.00 - Account 974.000.5840, Wisc. Econ. Dev. Corp. Site Assess. Grant $118,686.00 - Account 974.000.5800, USEPA Cleanup Grant $483,970.00 - Total Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
14-9954 A8.Amendment No. 5 to Contract 32-13 (K3-035), PS - Design City Hall Chiller Replacement and CHP Steam Pipe Evaluation. (Res. No. 14-0137)CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations submitting Amendment No. 5 to Contract 32-13 (K3-035), PS - Design City Hall Chiller Replacement and CHP Steam Pipe Evaluation. (Res. No. 14-0137) Recommendation of the Public Works and Services Committee on 03-25-14: That Amendment No. 5 to Contract 32-13 (K3-035), PS - Design City Hall Chiller Replacement and CHP Steam Pipe Evaluation, Angus Young Associates, consultant, as submitted, be approved in the amount of $4,800.00. Further recommends that funding to defray the cost of these professional services be appropriated from Account 994.410.5010, Solid Waste Garage - HVAC. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
14-9952 A9.Professional services agreement from Angus Young for Contract 23-14 (K4-023) PS - City Hall Annex Boiler Upgrade. (Res. No. 14-0138)CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations submitting a professional services agreement from Angus Young for Contract 23-14 (K4-023) PS - City Hall Annex Boiler Upgrade. (Res. No. 14-0138) Recommendation of the Public Works and Services Committee on 03-25-14: That the Mayor and City Clerk be authorized and directed to enter into professional services agreement with Angus Young on Contract 23-14 (K4-023) PS - City Hall Annex Boiler Upgrade, in the not-to-exceed amount of 17,200.00. Further recommends that funding to defray the cost of these professional services are available in Account 993.200.5030, Annex - Boiler Replacement. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
14-9953 A10.Professional services agreement from Angus Young for Contract 24-14 (K4-024) PS - Solid Waste Building Facility HVAC Assessment. (Res. No. 14-0139)CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations submitting a professional services agreement from Angus Young for Contract 24-14 (K4-024) PS - Solid Waste Building Facility HVAC Assessment. (Res. No. 14-0139) Recommendation of the Public Works and Services Committee on 03-25-14: That the Mayor and City Clerk be authorized and directed to enter into a professional services agreement with Angus Young on Contract 24-14 (K4-024) PS - Solid Waste Building Facility HVAC Assessment for the not-to-exceed amount of $5,900.00. Further recommends that funding to defray the costs of these professional services are available in Account 994.410.5010, Solid Waste Garage - HVAC. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
14-9950 A11.Communication from the Assistant Commissioner of Public Works/Operations requesting to waive formal bidding for the purchase of LED light fixtures. (Res. No. 14-0140)CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations requesting to waive formal bidding for the purchase of LED light fixtures. (Res. No. 14-0140) Recommendation of the Public Works and Services Committee on 03-25-14: That the request of the Purchasing Agent to waive formal bidding procedures be approved in accordance with State Statutes that allow for the waiving of public bids for the purpose of maintaining uniformity of equipment and services. Further recommends that the Mayor and City Clerk be authorized and directed to enter into an agreement with Cree Industries, Racine, WI, for the purchase of all LED lights as needed. Fiscal Note: Funding for the installation of LED lighting is included in the 2014 Street Lighting budget.Recommended For Approval  Action details Not available
14-9872 A12.Final payment on Contract 01-12 (K2-001) - 2012 Parking Ramp Maintenance (R1), Truesdell Corporation of WI, Inc., contractor. (Res No. 14-0259)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting a request for final payment on Contract 01-12 (K2-001) - 2012 Parking Ramp Maintenance (R1), Truesdell Corporation of WI, Inc., contractor. (Res No. 14-0259) Recommendation of the Public Works and Services Committee on 03-11-14: Defer Recommendation of the Public Works and Services Committee on 03-25-14: Defer Recommendation of the Public Works and Services Committee on 05-28-14: Defer Recommendation of the Public Works and Services Committee on 06-10-14: That the construction services provided by Truesdell Corporation of WI, Inc., under Contract 01-12 (K2-001) 2012 Parking Ramp Maintenance (R1), be accepted and final payment authorized for a total contract amount of $260,320.10. Fiscal Note: Contract was authorized under Resolution No. 12-3001, dated March 6, 2012.Deferred  Action details Not available
14-9951 A13.Final payment on Contract 31-13 (K3-034), PS - Design City Hall Annex, Fire Station No. 5, Former Fire Station No. 5 & Tyler-Domer Center Boiler Replacement. (Res. No. 14-0141)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting a request for final payment on Contract 31-13 (K3-034), PS - Design City Hall Annex, Fire Station No. 5, Former Fire Station No. 5 & Tyler-Domer Center Boiler Replacement. (Res. No. 14-0141) Recommendation of the Public Works and Services Committee on 03-25-14: That the work done by GRAEF under Contract 31-13 (K3-034), PS - Design City Hall Annex, Fire Station No. 5, Former Fire Station No. 5 & Tyler-Domer Center Boiler Replacement, be accepted and final payment authorized for a total contract amount of $46,200.00. Fiscal Note: Contract was authorized under Resolution No. 13-0190, dated May 7, 2013.Recommended For Approval  Action details Not available
14-9904 A14.Final payment on Contract 17-13 (K3-017) - PS - Hydrographic Survey of 5th St. Launch Basin, W.F. Baird & Associates, Ltd., consultants. (Res. No. 14-0142)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting a request for final payment on Contract 17-13 (K3-017) - PS - Hydrographic Survey of 5th St. Launch Basin, W.F. Baird & Associates, Ltd., consultants. (Res. No. 14-0142) Recommendation of the Public Works and Services Committee on 03-25-14: That the professional services provided by W.F. Baird & Associates, Ltd. under Contract 17-13 (K3-017), PS - Hydrographic Survey of 5th St. Launch Basin, be accepted and final payment authorized for a total contract amount of $12,235.00. Fiscal Note: Contract was authorized under Resolution 13-0054 of February 5, 2013.Recommended For Approval  Action details Not available
14-9909 A15.Final payment on Contract 35-09 (K9-036), PS - Sanitary Sewer Lateral Fee On-Call, AECOM, consultant. (Res. No. 14-0143)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting a request for final payment on Contract 35-09 (K9-036), PS - Sanitary Sewer Lateral Fee On-Call, AECOM, consultant. (Res. No. 14-0143) Recommendation of the Public Works and Services Committee on 03-25-14: That the professional services provided by AECOM, under Contract 35-09 (K9-036), PS - Sanitary Sewer Lateral Fee On-Call, be accepted and final payment authorized for a total contract amount of $99,486.08. Fiscal Note: Contract was authorized under Resolution No. 09-1296, dated March 17, 2009.Recommended For Approval  Action details Not available
14-9917 A16.Final payment on Contract 42-12 (K2-051), Land Surveying Services, Nielsen Madsen & Barber S.C., consultants. (Res. No. 14-0144)CommunicationSubject: Communication from the Commissioner of Public Works submitting a request for final payment on Contract 42-12 (K2-051), Land Surveying Services, Nielsen Madsen & Barber S.C., Inc., consultants. (Res. No. 14-0144) Recommendation of the Public Works and Services Committee on 03-25-14: That the work done by Nielsen Madsen & Barber S.C., Inc., under Contract 42-12 (K2-051), Land Surveying Services, be accepted and final payment authorized for a total contract amount of $321.25. Fiscal Note: Contract was authorized under Resolution No. 12-3058, dated March 4, 2012.Recommended For Approval  Action details Not available
14-9927 A17.Final payment on Contract 18-13 (K3-018), PS - Recycling Billing Services, AECOM Technical Services, Inc., consultant. (Res. No. 14-0145)CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works submitting a request for final payment on Contract 18-13 (K3-018), PS - Recycling Billing Services, AECOM Technical Services, Inc., consultant. (Res. No. 14-0145) Recommendation of the Public Works and Services Committee on 03-25-14: That the professional services provided by AECOM Technical Services, Inc., under Contract 18-13 (K3-018), PS - Recycling Billing Services, be accepted and final payment authorized for a total contract amount of $4,426.27. Fiscal Note: Contract was authorized under Resolution No. 13-0084, dated February 20, 2013.Recommended For Approval  Action details Not available
14-9903 A18.Communication from the Assistant Commissioner of Public Works/City Engineer submitting a proposal from AECOM Technical Services, Inc. for Contract 20-14 (K4-020), PS - Stormwater Utility Program Support. (Res. No. 14-0146)CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/City Engineer submitting a proposal from AECOM Technical Services, Inc. for Contract 20-14 (K4-020), PS - Stormwater Utility Program Support. (Res. No. 14-0146) Recommendation of the Public Works and Services Committee on 03-25-14: That the Mayor and City Clerk be authorized and directed to enter into a professional services agreement on Contract 20-14 (K4-020), PS - Stormwater Utility Program Support in the not-to-exceed amount of $72,025.00. Further recommends that funds to defray the cost of these professional services are available in the following accounts: $ 22,025.00 - Account 104.994.5450, Graceland Pond $ 40,000.00 - Account 104.000.5610, Professional Services $ 10,000.00 - Account 104.000.5580, Storm Basin Maintenance $ 72,025.00 - Total Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
14-9938 A19.Proposal from AECOM Technical Services, Inc. for Contract 22-14 (K4-022), PS - Pershing Drive/Sam Myers/Parking Lot Project. (Res. No. 14-0147)CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/City Engineer submitting a proposal from AECOM Technical Services, Inc. for Contract 22-14 (K4-022), PS - Pershing Drive/Sam Myers/Parking Lot Project. (Res. No. 14-0147) Recommendation of the Public Works and Services Committee on 03-25-14: That the Mayor and City Clerk be authorized and directed to enter into a professional services agreement with AECOM Technical Services, Inc., for Contract 22-14 (K4-022), PS - Pershing Drive/Sam Myers/Parking Lot Project, for the not-to-exceed amount of $81,090.00. Further recommends that funds to defray the cost of these professional services are available in the following accounts: $ 17,400.00 - Account 994.700.5060, Pershing Park Dr. Repaving $ 16,100.00 - Account 106.994.5750, Surface Lot Repaving $ 34,500.00 - Account 104.994.5460, Pershing/Myers USEPA $ 13,090.00 - Account 756.020.5590, Fund for Lake Michigan Grant $ 81,090.00 - Total Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available