Ricine Banner
Meeting Name: Public Works and Services Committee Agenda status: Revised
Meeting date/time: 2/28/2006 5:30 PM Minutes status: Final  
Meeting location: Room 301
Published agenda: Agenda Agenda Published minutes: Minutes Minutes  
Meeting video:  
Attachments:
File #Ver.Agenda #NameTypeTitleActionResultAction DetailsVideo
06-1529 A1.Request to close alley behind 424 N. Memorial Dr. for special event.CommunicationSubject: Item 16 of February 22, 2006, communication from the Pastor of Wayman A.M.E. Church requesting permission to close the alleys behind 424 N. Memorial Drive for their annual Wayman Fest on July 29, 2006 and July 30, 2006. Recommendation: Wayman African Methodist Episcopal Church be granted permission to close the north-south alley behind 424 N. Memorial Drive, for their annual festival on Saturday and Sunday, July 29 and 30, 2006, in accordance with their request. Further recommends that permission be granted 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 $250.00 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 event. Recommended For Approval  Action details Not available
06-1528 A2.Official Notice #2, One (1) Three Wheel Broom Type Street Sweeper.CommunicationSubject: Item 15 of February 22, 2006, communication from the Purchasing Agent submitting bids received under Official Notice #2, One (1) Three Wheel Broom Type Street Sweeper. Recommendation: The contract for one (1) Elgin Pelican Model P street sweeper be awarded to Bruce Municipal Equipment, at their bid price of $119,811.00, with trade-in, they being the second lowest responsible bidder, that being in the best interest of the City. Further recommends that funds to defray the cost of this purchase be appropriated from Account 104.000.5780, Street Sweeper. Fiscal Note: Funds are available as herein delineated. The second low bid was selected due to lower maintenance costs which will save the city $95,000.00 over the expected 10-year life of this equipment.Recommended to be Awarded  Action details Not available
06-1598 A3.Official Notice No. 7 for janitorial services for City Hall, City Hall Annex and safety Building.CommunicationSubject: Direct Referral. Communication from the Purchasing Agent submitting bids on Official Notice No. 7 for janitorial services for City Hall, City Hall Annex and safety Building. Recommendation: The Mayor and City Clerk be authorized and directed to enter into a contract with CleanCo of Racine, they being the lowest responsible bidder, with a two-year bid price of $199,592.85, which includes Amendment No. 1. Further recommends that funds to defray the cost of these professional services are available in Account 404.000.5610, Building Complex-Professional Services. Fiscal Note: Funds are available as herein delineated.Recommended to be Awarded  Action details Not available
06-1536 A4.WE Energies policy on land use.CommunicationSubject: Item 18 of February 22, 2006, communication annually reaffirming that the policies of We Energies do not permit hunting, use of any motorized recreational vehicles such as snowmobiles, ATV's and motorcycles, or access by non-We energies vehicles on our rights of way and other company property in your community. Recommendation: The communication be received and filed. Fiscal Note: Not applicable.Recommended to be Received and Filed  Action details Not available
06-1519 A5.Schedule for reconstruction of Sixth Street from Main Street to Villa Street.CommunicationSubject: Item 14 of February 22, 2006, communication from the Commissioner of Public Works requesting to discuss the schedule for the reconstruction of Sixth Street from Main Street to Villa Street. Recommendation: The communication be received and filed. Fiscal Note: Not applicable.Recommended to be Received and Filed  Action details Not available
06-1534 A6.Rates for the 2006 weed cutting season.CommunicationSubject: Item 17 of February 22, 2006, communication from the Commissioner of Public Works recommending rates for the 2006 weed cutting season. Recommendation: The cost of weed cutting services as submitted by the Commissioner of Public Works be approved as follows for the 2006 weed cutting season: Machine Cutting $125.00/hour Hand Machine Cutting $ 75.00/hour Hand Cutting $ 65.00/hour Transportation Charge $ 40.00 lump sum Fiscal Note: The increase in the cutting rates are to offset increases in the cost of providing this service, which has not been raised since 2003.Recommended For Approval  Action details Not available
06-1601 A7.Bid results on Contract 2-06 (K6-002), Racine Street Sanitary Sewer Lining Construction.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works submitting bid results on Contract 2-06 (K6-002), Racine Street Sanitary Sewer Lining Construction. Recommendation: Contract 2-06 (K6-002), Racine Street Sanitary Sewer Lining Construction, be awarded to Visu-Sewer Clean & Seal, Inc., Pewaukee, WI, at their bid price of $239,715.00, they being the lowest responsible bidder. Further recommends that funding to defray the cost of this public works project be appropriated from the following accounts: $7,279.08 - Account 985.907.5330, Racine Street Sanitary Sewer $27,513.68 - Account 985.907.5310, Sanitary Sewer-Various Locations $906.19 - Account 985.907.5320, Sanitary Manhole Reconstruction $8,616.89 - Account 984.907.5320, Sanitary Manhole Reconstruction $15,400.00 - Account 986.907.5320, Sanitary Manhole Reconstruction $179,999.16 - Account 986.907.5310, Sanitary Sewer-Various Locations $239,715.00 - Total Fiscal Note: Funds are available as herein delineated.Recommended to be Awarded  Action details Not available
06-1602 A8.Bid results on Contract 7-06 (K6-007), 2006 CCTV Services and Manhole Inspection.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works submitting bid results on Contract 7-06 (K6-007), 2006 CCTV Services and Manhole Inspection Recommendation: Contract 7-06 (K6-007), 2006 CCTV Services and Manhole Inspection, be awarded to Green Bay Pipe & TV, LLC, Green Bay, WI, at their bid price of $304,938.88, they being the lowest responsible bidder. Further recommends that funding to defray the cost of this public works project be appropriated from the following accounts: $127,908.75 - Account 986.907.5310, Sanitary Sewer-Various Locations $ 6,470.00 - Account 986.907.5320, Sanitary Manhole Reconstruction $170,560.13 - Account 104.985.5420, Storm Sewer-Misc. Locations $304,938.88 - Total Fiscal Note: Funds are available as herein delineated.Recommended to be Awarded  Action details Not available
06-1603 A9.Bid results on Contract 44-05 (K5-051), Laurel Clark Memorial Fountain.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works submitting bid results on Contract 44-05 (K5-051), Laurel Clark Memorial Fountain. Recommendation: Contract 44-05 (K5-051), Laurel Clark Memorial Fountain, be awarded to Bane-Nelson, Inc., Kenosha, WI, at their base bid price of $122,113.00, plus alternate bid items A3, A4, A5, A6, A7, and A8, for a total contract amount of $137,203.00, they being the lowest responsible bidder. Further recommends that funding to defray the cost of this public works project be appropriated from Account 969.000.5870, TIF District No. 9. Fiscal Note: Funds are available as herein delineated.Recommended to be Awarded  Action details Not available
06-1599 A10.Final payment on Contract 43-04 (K4-056), Professional Services for Structural Analysis of Main Street Bridge, Stork Technimet, Inc., consultant.CommunicationSubject: Communication from the Commissioner of Public Works submitting a request for final payment on Contract 43-04 (K4-056), Professional Services for Structural Analysis of Main Street Bridge, Stork Technimet, Inc., consultant. Recommendation: The professional services provided by Stork Technimet, Inc., under Contract 43-04 (K4-056), Professional Services for Structural Analysis of Main Street Bridge, be accepted and final payment authorized for a total contract amount of $17,506.00, from funds heretofore appropriated. Fiscal Note: Contract authorized under Resolution No. 6175, dated October 5, 2004.Recommended For Approval  Action details Not available
06-1583 A11.Final payment on Contract 9-05 (K5-014), Ventilation Improvements at City Hall and Safety Building, Southport Consulting, consultant.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works submitting a request for final payment on Contract 9-05 (K5-014), Ventilation Improvements at City Hall and Safety Building, Southport Consulting, consultant. Recommendation: The professional services provided by Southport Consulting, under Contract 9-05 (K5-014), Ventilation Improvements at City Hall and Safety Building, be accepted and final payment authorized for a total contract amount of $1,600.00, from funds heretofore appropriated. Fiscal Note: Contract was authorized under Resolution No. 6421, dated March 15, 2005.Recommended For Approval  Action details Not available
06-1584 A12.Change Order No. 1 on Contract 55-05 (K5-062), Ventilation System for Fire Station No. 1, Hastings Air Energy Control, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Operations submitting Change Order No. 1 on Contract 55-05 (K5-062), Ventilation System for Fire Station No. 1, Hastings Air Energy Control, Inc., contractor. Recommendation: Change Order No. 1 on Contract 55-05 (K5-062), Ventilation System for Fire Station No. 1, Hastings Air Energy Control, Inc., contractor, as submitted, be approved in the amount of $3,581.00. Further recommends that funding to defray the cost of this change order be appropriated from Account 985.300.5010, Fire Station No. 1 - Vehicle Exhaust System. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
06-1600 A13.Final payment on Contract 55-05 (K5-062), Ventilation System for Fire Station No. 1, Hastings Air-Energy Control, Inc., contractor.CommunicationSubject: Direct Referral. Communication from the Commissioner of Public Works submitting a request for final payment on Contract 55-05 (K5-062), Ventilation System for Fire Station No. 1, Hastings Air-Energy Control, Inc., contractor. Recommendation: The work of Hastings Air-Energy Control, Inc., under Contract 55-05 (K5-062), Ventilation System for Fire Station No. 1, be accepted and final payment authorized for a total contract amount of $68,231.00, from funds heretofore appropriated. Fiscal Note: Contract was authorized under Resolution 6671, dated September 20, 2005.Deferred  Action details Not available
05-1090 A14.Change Order No. 2 on Contract 26-05 (K5-033), Concrete Street Reconstruction, LaLonde Contractors, contractor.CommunicationSubject: Direct Referral. Communication from the City Engineer submitting Change Order No. 2 on Contract 26-05 (K5-033), Concrete Street Reconstruction, LaLonde Contractors, Inc., contractor. Recommendation: Change Order No. 2 on Contract 26-05 (K5-033), Concrete Street Reconstruction, LaLonde Contractors, Inc., contractor, as submitted, be approved in the amount of $142,376.67. Further recommends that funding to defray the cost of this change order be appropriated from the following accounts: $113,560.77 - Account 986.908.5020, Concrete Street Paving, Misc. Locations $ 20,839.67 - Account 986.907.5310, San. Sewer Const., Misc. Locations $ 3,919.98 - Account 104.986.5420, Storm Sewers, Misc. Locations $ 4,056.25 - Water Department $142,376.67 - Total Fiscal Note: Funds are available as herein delineated.Deferred  Action details Not available
05-1091 A15.Change Order No. 2 on Contract 30-05 (K5-037), Street Paving, LaLonde Contractors, contractor.CommunicationSubject: Direct Referral. Communication from the City Engineer submitting Change Order No. 2 on Contract 30-05 (K5-037), Street Paving, LaLonde Contractors, Inc., contractor. Recommendation: Change Order No. 2 on Contract 30-05 (K5-037), Street Paving, LaLonde Contractors, Inc., contractor, as submitted, be approved in the amount of $10,531.38. Further recommends that funding to defray the cost of this change order be appropriated from the following accounts: $ 3,893.98 - Account 986.908.5020, Concrete St. Paving, Misc. Locations. $ 6,637.40 - Water Department $10,531.38 - Total Fiscal Note: Funds are available as herein delineated.Deferred  Action details Not available
06-1482 A16.Proposal from Earth Tech for the design of the Sixth Street Sanitary Sewer. (direct referral)CommunicationSubject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering submitting a proposal from Earth Tech, Inc. for the design of the Sixth Street Sanitary Sewer. Recommendation: Mayor and City Clerk be authorized and directed to enter into an agreement with Earth Tech, Inc., Milwaukee, WI, for Sanitary Sewer Lining in Sixth Street, at a cost not-to-exceed $42,696.00 Further recommends that funding to defray the cost of these professional services be appropriated from the following accounts: $40,546.00 - Account 986.907.5310, Sanitary Sewer, Various Locations $ 2,150.00 - Water Utility $42,696.00 - Total Fiscal Note: Funds are available as herein delineated.Deferred  Action details Not available
06-1624 A17.Reduce retainage on Contract 22-05 (K5-029), Racine Street Utility Construction, A.W. Oakes & Son, Inc., contractor.CommunicationSubject: Subject: Direct Referral. Communication from the Assistant Commissioner of Public Works/Engineering recommending a reduction in retainage on Contract 22-05 (K5-029), Racine Street Utility Construction, A.W. Oakes & Son, Inc., contractor. Recommendation: The retainage on Contract 22-05 (K5-029), Racine Street Utility Construction, A.W. Oakes & Son, Inc., contractor, be reduced to the amount of $6,000.00. Fiscal Note: The amount of retainage is sufficient to cover the value of the remainder of the work on this project.Recommended For Approval  Action details Not available