Ricine Banner
Meeting Name: Public Works and Services Committee Agenda status: Final
Meeting date/time: 7/27/2010 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
10-5401 A1.Bid results on Contract 41-10 (K0-050), Festival Hall AC Replacement.CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting bid results on Contract 41-10 (K0-050), Festival Hall AC Replacement. (Res.10-2120) Recommendation of the Public Works and Services Committee on 7-27-10: That Contract 41-10 (K0-050), Festival Hall AC Replacement, be awarded to Grunau Co., Inc., Milwaukee, WI, at their bid price of $58,960.00, they being the lowest responsible bidder. Further recommends that funding to defray the cost of this public works project be appropriated from Account 108.989.5010, Festival Hall Rooftop A/C. Fiscal Note: Funds are available as herein delineated.Recommended For Award of Bid  Action details Not available
10-5402 A2.Bid results on Contract 45-10 (K0-054), Solid Waste Garage Tuckpointing.CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting bid results on Contract 45-10 (K0-054), Solid Waste Garage Tuckpointing. (Res.10-2121) Recommendation of the Public Works and Services Committee on 7-27-10: That Contract 45-10 (K0-054), Solid Waste Garage Tuckpointing, be awarded to AZAR LLC, Racine, WI, at their bid price of $48,070.00, plus Alternate Bid #1 in the amount of $4,180.00, for a total contract amount of $52,250.00, 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: $24,075.72 - Account 989.410.5010, Solid Waste Garage Insulation $28,174.28 - Account 990.410.5010, Solid Wate Garage Tuckpointing $52,250.00 - Total Fiscal Note: Funds are available as herein delineated.Recommended For Award of Bid  Action details Not available
10-5352 A3.Change Order No. 4 to Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair, Seater Construction Co., Inc., contractor.CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Operations submitting Change Order No. 4 to Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair, Seater Construction Co., Inc., contractor. (Res.10-2122) Recommendation of the Public Works and Services Committee on 7-27-10: That Change Order No. 4 on Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair, Seater Construction Co., Inc., contractor, be approved in the amount of $3,136.72. Further recommends that funding to defray the cost of this change order be appropriated from Account 990.220.5030, CHP-Structural Repairs. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
10-5410 A4.Final payment on Contract 10-08 (K8-011), Professional Services - Central Heating Plant Structural Slab and Wall Restoration, Arnold & O'Sheridan, Inc., consultant.CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 10-08 (K8-011), Professional Services - Central Heating Plant Structural Slab and Wall Restoration, Arnold & O'Sheridan, Inc., consultant. (Res.10-2123) Recommendation of the Public Works and Services Committee on 7-27-10: That the professional services provided by Arnold & O'Sheridan, Inc., under Contract 10-08 (K8-011), Professional Services - Central Heating Plant Structural Slab and Wall Restorations, be accepted and final payment authorized for a total contract amount of $51,200.00. Fiscal Note: Contract was authorized under Resolution No. 08-0614, dated February 5, 2008.Recommended For Approval  Action details Not available
10-5353 A5.Final payment on Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair, Seater Construction Co., Inc., contractor.CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting a request for final payment on Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair, Seater Construction Co., Inc., contractor. (Res.10-2124) Recommendation of the Public Works and Services Committee on 7-27-10: That the work done by Seater Construction Co.,, Inc. under Contract 2-10 (K0-002), Incinerator Building Structural Slab Repair, be accepted and final payment authorized for a total contract amount of $118,756.22. Fiscal Note: Contract was authorized under Resolution No. 10-1892, dated March 2, 2010.Recommended For Approval  Action details Not available
10-5355 A6.Relocation order for 3215 Douglas Avenue for the Douglas "STH32" Goold Street to 3 Mile Road project, WISDOT ID: 2350-13-70.CommunicationSubject: Communication from the Assistant Commissioner of Public Works/Engineering requesting a relocation order for 3215 Douglas Avenue for the Douglas "STH32" Goold Street to 3 Mile Road project, WISDOT ID: 2350-13-70. (Res.10-2125) Recommendation of the Public Works and Services Committee on 7-27-10: That the City Attorney be authorized and directed to file a relocation order for 3215 Douglas Avenue and to proceed with acquisition of the property needed for the State Highway 32 Reconstruction Project. Further recommends that funding for this acquisition is available in Account 989.908.5110, Douglas-Goold to 3 Mile. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
10-5368 A7.Professional services agreement from Nielsen, Madsen and Barber for survey work for Three Mile Road, Douglas to N. Main.CommunicationSubject: (Direct Referral) Communication from the Assistant Commissioner of Public Works/Engineering submitting a professional services agreement from Nielsen, Madsen and Barber for survey work for Three Mile Road, Douglas to N. Main. (Res.10-2126) Recommendation of the Public Works and Services Committee on 7-27-10: That the Mayor and City Clerk be authorized and directed to enter into an agreement with the Village of Caledonia for survey work necessary for the Three Mile Road reconstruction project from Douglas to N. Main in the not-to-exceed amount of $18,180.00. Further recommends that the Mayor and City Clerk be authorized and directed to enter into an agreement with Nielsen, Madsen & Barber to perform survey work for the Three Mile Road reconstruction project from Douglas to N. Main in the not-to-exceed amount of $18,180.00. Further recommends that funding to defray the cost of these professional services is available through the Intergovernmental Revenue Sharing Agreement. Fiscal Note: Funds are available as herein delineated. The City of Racine's share of the cosRecommended For Acceptance as a Professional Services Agreement  Action details Not available
10-5354 A8.Amendment No. 3 for Contract 38-07 (K7-044) PS - Stormwater Utility, AECOM.CommunicationSubject: (Direct Referral) Communication from the Commissioner of Public Works/City Engineer submitting Amendment No. 4 for Contract 38-07 (K7-044) PS - Stormwater Utility, AECOM Technical Services, Inc., consultant. (Res.10-2127) Recommendation of the Public Works and Services Committee on 7-27-10: That Amendment No. 4 to Contract 38-07 (K7-044), Stormwater Utility Professional Services, AECOM Technical Services, Inc., consultant, as submitted, be approved in the time-and-material amount not-to-exceed $25,000.00. Further recommends that funding to defray the cost of these professional services be appropriated from Account 104.000.5610, Professional Services. Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available
10-5373 A9.Change Order No. 1 on Contract 10-10 (K0-010), 2010 Republic Avenue Reconstruction CDBG, A.W. Oakes and Son, contractor.CommunicationSubject: Communication from the Assistant Commissioner of Public Works/Engineering submitting Change Order No. 1 on Contract 10-10 (K0-010), 2010 Republic Avenue Reconstruction CDBG, A.W. Oakes and Son, contractor. (Res.10-2128) Recommendation of the Public Works and Services Committee on 1-12-10: That Change Order No. 1 on Contract 10-10 (K0-010), 2010 Republic Avenue Reconstruction CDBG, A.W. Oakes & Son, contractor, be approved in the amount of $122,080.78. Further recommends that funding to defray the cost of this change order be appropriated from the following accounts: $ 19,762.30 - Account 890.030.5540, 2010 Street Resurfacing $ 13,993.00 - Account 890.030.5510, 2010 Curb & Gutter Replacement $ 38,570.00 - Account 890.030.5690, 2010 Crosswalk Ramps $ 25,000.10 - Account 990.908.5010, Concrete Str. Paving, Misc. Loc. $ 13,755.48 - Account 990.908.5020, Concrete Pvmt. Repl. - Misc. $ 11,000.00 - Account 990.908.5520, Sidewalk Replacement $ 122,080.88 - Total Fiscal Note: Funds are available as herein delineated.Recommended For Approval  Action details Not available