ELECTRONIC PACKET FEBRUARY 12, 2018 OPERATIONS COMMITTEE MEETING. RELEASED: Monday, February 5, 2018

Size: px
Start display at page:

Download "ELECTRONIC PACKET FEBRUARY 12, 2018 OPERATIONS COMMITTEE MEETING. RELEASED: Monday, February 5, 2018"

Transcription

1 ELECTRONIC PACKET FEBRUARY 12, 2018 OPERATIONS COMMITTEE MEETING RELEASED: Monday, February 5, 2018

2

3

4

5

6

7 Item 1 COMMISSION FILE NO: DATE INTRODUCED: February 12, 2018 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Contract J04060D01, Engineering Services Jones Island Water Reclamation Facility Sludge Cake Transport and Feed Belt Conveyors Replacement SUMMARY: The Commission is requested to authorize the Executive Director to execute on behalf of the District Contract J04060D01, Engineering Services Jones Island Water Reclamation Facility (JIWRF) Sludge Cake Transport and Feed Belt Conveyors Replacement, with Black & Veatch Corporation in an amount not to exceed $569,850. Black & Veatch Corporation was the highest scoring proposer, based on a qualifications-based selection method, among five proposals received. Milorganite is produced within the Dewatering and Drying (D&D) Building at JIWRF. Dewatering is a mechanical process used to remove water from blended sludge prior to heat drying. The dewatering equipment, all located within the D&D Building, consists of 24 dewatering belt filter presses and a sludge cake conveyance system. The sludge cake conveyance system is the focus of this project. The sludge cake conveyance system transfers dewatered sludge cake away from the belt filter presses and to the dryers. Typically, sludge cake is conveyed by the sludge cake transport belts to the sludge cake feed belts and then to the dryers. The sludge cake conveyance system began operation in The reliability of the system has decreased as reflected in an increasing number of corrective maintenance work orders. The system has ongoing issues with corrosion and worn belt scrapers, belts, rollers, bearings, and pulleys. Performance of the sludge cake conveyance system affects dryer reliability, efficiency, and safety and Milorganite quality. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_Award_J04060_Eng_Serv_Sludge_Belt_Repl_legislative_file.docx COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

8 SUMMARY (Cont d) Contract J04060D01, Engineering Services Jones Island Water Reclamation Facility Sludge Cake Transport and Feed Belt Conveyors Replacement The system that divides the sludge cake proportionally between each set of dryers relies on the accurate and consistent measurement of the sludge cake feed rate to each dryer. The existing weigh scales, used to measure feed rate, require frequent calibration and maintenance to maintain accurate measurements. Accurate and consistent sludge feed measurement ensures production of quality heat dried biosolids. The heat drying process is automatically controlled through use of a product discharge temperature measurement system outside the dryers. Based on how the control system operates, occasionally Milorganite quality will suffer, as the system maintains heat drying permit requirements. Staff believes that a modified control system can improve Milorganite production quality while maintaining all permit requirements. The purpose of this project is to improve the reliability and performance of the sludge cake conveying, sludge cake measurement, and dryer product temperature control systems. The goal is to increase the overall D&D system s ability and reliability to produce quality heat dried biosolids. Under Contract J04060D01, the consultant will: Provide engineering services to generally replace the sludge cake transfer and feed belt conveyance systems and belt wash water pump and piping systems. Design a replacement sludge cake feed rate measurement system. Provide engineering services to investigate and design an improved Milorganite product temperature control structure. Prepare plans and specifications that the District can use to publicly bid the construction of the work. Provide engineering services during construction. The duration for this contract is approximately 40 months. 2

9 RESOLUTION Contract J04060D01, Engineering Services Jones Island Water Reclamation Facility Sludge Cake Transport and Feed Belt Conveyors Replacement RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute Contract J04060D01, Engineering Services Jones Island Water Reclamation Facility Sludge Cake Transport and Feed Belt Conveyors Replacement, with Black & Veatch Corporation in an amount not to exceed $569,850. 3

10 Capital Budget Fiscal Note Total Project Cost RELATING TO: Contract J04060D01, Engineering Services - Jones Island Water Reclamation Facility Sludge Cake Transport and Feed Belt Conveyors Replacement Capital Project Number(s) J04060-Sludge Cake Transport & Feed Conveyors Replacement Impact of Requested Action on Total Project Cost: Increase Decrease New Project X No Change Total Project Cost Analysis Project Costs Adopted 2018 Total Project Cost $4,395,251 Previously Approved Changes $0 Approved Total Project Cost $4,395,251 Requested Total Project Cost n/a Requested (Increase)/Decrease $0 Action to be taken to Long-Range Financing Plan to address Total Project Cost change Transfer from Allowance for Cost and Schedule Changes Transfer from another project (specify in comments) Delay Project(s) (specify in comments) Delete Project(s) (specify in comments) Other Transfer to Allowance for Cost and Schedule Changes Comments The requested expenditures for this contract are NTE $569,850. Budget Review by: Date: Theresa Zwieg 1/12/2018

11 Contract J04060D01, Engineering Services - Jones Island Water Reclamation Facility Sludge Cake Transport and Feed Belt Conveyors Replacement Procurement & S/W/MBE Summary Information Contract # J04060D01 Cost Center: Engineering Services - Jones Island Water Reclamation Facility Sludge Cake Transport and Feed Belt Conveyors Replacement ENG PROPOSAL SUMMARY Proposal Receipt Date: 12/1/2017 Total # of Proposals 5 # of Acceptable Proposals 5 SWMBE Local Proposals (listed by rank) Black & Veatch Milwaukee, WI Symbiont Milwaukee, WI Applied Technologies, Inc. Brookfield, WI Arcadis Milwaukee, WI Fusion Integrated Solutions, LLC Fox Point, WI (MBE) Negotiated Price Submitted Price Acceptable? % Sub % SWMBE $569, Acceptable 39.9% 39.9% $569, Acceptable 43.7% 43.7% $620, Conditionally 30.0% 30.0% Acceptable - - Conditionally 36.0% 36.0% Acceptable - - Conditionally 0.0% 100.0% Acceptable - Compensation packages for proposals rated "Conditionally Acceptable" and "Unacceptable" are not opened. 1/29/ J04060D01

12 SUBCONSULTANT INFORMATION Type Subconsultant Name Type of Work % Amount MBE MBE SBE Eclipse Controls Milwaukee, WI Oneida Total Integrated Enterprises Milwaukee, WI AES Engineering, Inc. Rubicon, WI Control system engineering Structural engineering & CADD support Startup, training, and O&M manual updates 26.2% $149, % $34, % $21, SBE D&D Silo Specialist Oak Creek, WI Design and engineering services 0.8% $4, SBE L&R Engineering Services Brown Deer, WI Design and engineering services 0.9% $5, WBE Zoe Engineering Milwaukee, WI Electrical engineering 2.2% $12, ECONOMIC DEVELOPMENT ELEMENTS Local Office Preference? Y Mentor Protégé? N OUTREACH INFORMATION The Procurement team performed the following outreach: advertised in the Daily Reporter, sent an notification to all registered firms in the Architectural & Engineering and Professional Services categories, sent targeted s to 61 SWMBE engineering firms, and notified the various local chambers of commerce. The proposal opportunity is also publicly accessible from the MMSD website and Bonfire, the portal used to post RFPs. Bonfire also performs outreach to its users when an RFP is posted. S/W/MBE Document Takers: Applied Science, Inc.; Bay Ridge Consulting; Eclipse Controls Inc.; Fusion Integrated Solutions, LLC; Globetrotters Engineering Corporation; Kapur and Assoc.; L&R Engineering Services, LLC; MxGrp, Inc.; OTIE; Platt Construction, Inc. If no or low S/W/MBE participation, explain why: n/a Additional Comments: n/a AWARDEE INFORMATION Company: Contact Person: Phone Number: Address: Black & Veatch Corporation Paul Boersma (414) boersmapm@bv.com 1/29/ J04060D01

13 EEO DATA Local or National Office? National Total # of Employees 5409 Total % Total % Minorities % Females 1, % African American % African American % Asian % Asian % Hispanic % Hispanic % Native American % Native American 5 0.1% Labor Market Availability - Minorities 20.0% Labor Market Availability - Females 48.0% PRIME PERFORMANCE HISTORY - S/W/MBE COMPLIANCE Contract Title J06061D03 - JI WRF Milorganite Dryer Burner Upgrade J06066P01 - JI Power Supply Risk Analysis K01012D02 - Prep of FCC, NEPA, FAA and other Fed Docs Required to Locate Antenna Towers M03074P01 - Force Main Pipes Condition Assessment Master Plan S04031D01 - Engineering Service-SS WTR Reclamation Digester Gas Treatment System Start Date Percent Complete Contract Value Payments to Prime Proposed SWMBE $ Proposed SWMBE % SWMBE Actuals $ SWMBE Actuals % 7/1/ % $ 685,505 $ 452,220 $ 248,974 36% $ 130,794 29% 8/1/ % $ 71,500 $ 71,485 $ 14,280 20% $ 7,900 11% 6/15/ % $ 75,500 $ 73,969 $ - 0% $ - 0% 10/8/ % $ 194,652 $ 182,083 $ 40,928 21% $ 19,680 11% 1/1/ % $ 696,914 $ 519,452 $ 210,704 30% $ 120,637 23% 1/29/ J04060D01

14 Item 2 COMMISSION FILE NO: DATE INTRODUCED: February 12, 2018 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 SUMMARY: The Commission is requested to authorize the Executive Director to execute on behalf of the District Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3, with Bloom Companies, LLC, (Bloom) in amounts not to exceed $340,802 for Contract J06069D01 and $213,413 for Contract S06034D01. Bloom was the highest scoring proposer, based on a qualifications-based selection method, among four proposals received. South Shore and Jones Island Water Reclamation Facilities have numerous roofing systems of varying ages and conditions. Veolia Water Milwaukee, LLC, (VWM) is responsible for inspecting and monitoring the condition of the roofing systems and repairing them when necessary. The District is responsible for funding capital roofing system replacements. Through the District s asset management system and VWM s inspection, District staff identified the need for ongoing funding for roof replacements. Thus, staff established capital projects that provide ongoing funding for roof replacements. Thirty-four roofs have been addressed in Phase 1 and Phase 2 roof replacement projects. The District and VWM identified 13 additional roofs that require replacement. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_Award_J06069D01-S06034D01_legislative_file.docx COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

15 SUMMARY (Cont d) Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 Contract J06069D01 will provide design services for nine roofs located at the Jones Island Water Reclamation Facility as follows: Building Number Building Name JI 243 Chemical Unloading Facility JI 245 Disinfection Building JI 247 Effluent Pump Station JI 256 Thickening Facility JI 257 Equalization and Blend Facility JI 261 Inline Solids Handling Facility JI 263 Inline Pump Station Group JI 268 East Plant Gallery, Section 23, 24, 25 JI 289 Power House Contract S06034D01 will provide design services for four roofs located at the South Shore Water Reclamation Facility as follows: Building Number SS 358 SS 360 SS 380 SS 381 Building Name Sludge Thickening Building Dewatering Building Phase II Maintenance Building A Maintenance Building B 2

16 BACKGROUND Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 Under each contract, the consultant will perform the following services: Inspect and evaluate the 13 roofs. Perform nondestructive testing of roofing systems as necessary. Perform design and bid document development. Provide bid and award services. Provide engineering services during construction. After the design work under both contracts is complete, each construction contract will be publicly bid. The duration for each contract is 28 months. District staff utilized one request for proposal and one selection process to select Bloom. For administrative purposes, staff has split the project into two separate professional services contracts. 3

17 RESOLUTION Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3, with Bloom Companies, LLC, in amounts not to exceed $340,802 for Contract J06069D01 and $213,413 for Contract S06034D01. 4

18 Capital Budget Fiscal Note Total Project Cost RELATING TO: Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 Capital Project Number(s) J06069-JI Building Roof Replacement-Phase 3 Impact of Requested Action on Total Project Cost: Increase Decrease New Project X No Change Total Project Cost Analysis Project Costs Adopted 2018 Total Project Cost $4,540,429 Previously Approved Changes $0 Approved Total Project Cost $4,540,429 Requested Total Project Cost n/a Requested (Increase)/Decrease $0 Action to be taken to Long-Range Financing Plan to address Total Project Cost change Transfer from Allowance for Cost and Schedule Changes Transfer from another project (specify in comments) Delay Project(s) (specify in comments) Delete Project(s) (specify in comments) Other Transfer to Allowance for Cost and Schedule Changes Comments The requested expenditures for this contract for JI roofs is NTE $340,802. Following completion of the roof inspections the results will be analyzed to determine if the future construction work requested should be incorporated into the O&M budget or the capital budget. Budget Review by: Date: Theresa Zwieg 1/12/2018

19 Capital Budget Fiscal Note Total Project Cost RELATING TO: Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 Capital Project Number(s) S SS Building Roof Replacement Phase III Impact of Requested Action on Total Project Cost: Increase Decrease New Project X No Change Total Project Cost Analysis Project Costs Adopted 2018 Total Project Cost $2,461,887 Previously Approved Changes $0 Approved Total Project Cost $2,461,887 Requested Total Project Cost n/a Requested (Increase)/Decrease $0 Action to be taken to Long-Range Financing Plan to address Total Project Cost change Transfer from Allowance for Cost and Schedule Changes Transfer from another project (specify in comments) Delay Project(s) (specify in comments) Delete Project(s) (specify in comments) Other Transfer to Allowance for Cost and Schedule Changes Comments The requested expenditures for this contract for SS roofs is NTE $213,413. Following completion of the roof inspections the results will be analyzed to determine if the future construction work requested should be incorporated into the O&M budget or the capital budget. Budget Review by: Date: Theresa Zwieg 1/12/2018

20 Contracts J06069D01 and S06034D01, Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 Procurement & S/W/MBE Summary Information Contract # J06069D01 and S06034D01 Cost Center: ENG Design Services, Water Reclamation Facilities Roofs Replacement Project, Phase 3 PROPOSAL SUMMARY Proposal Receipt Date: 12/14/2017 Total # of Proposals 4 # of Acceptable Proposals 4 SWMBE Local Proposals (listed by rank) Bloom Companies, LLC Milwaukee, WI (MBE) Negotiated Price Submitted Price $554, $554, Acceptable? % Sub % SWMBE Acceptable 42.0% 100.0% Inspec, Inc. Milwaukee, WI Kapur & Associates Milwaukee, WI (MBE) MxGrp, Inc. Brookfield, WI (SBE) - Conditionally Acceptable - - Conditionally Acceptable - - Conditionally Acceptable % 39.0% 49.0% 59.3% 31.5% 100.0% Compensation packages for proposals rated "Conditionally Acceptable" and "Unacceptable" are not opened. SUBCONSULTANT INFORMATION Type Subconsultant Name Type of Work % Amount SBE ZS, LLC Milwaukee, WI Design services 42.0% $232, ECONOMIC DEVELOPMENT ELEMENTS Local Office Preference? Y Mentor Protégé? N 1/29/ J06069D01 and S06034D01

21 OUTREACH INFORMATION The Procurement team performed the following outreach: advertised in the Daily Reporter and sent an notification to all registered firms in the architectural & engineering and professional services category. The RFP is also publicly accessible from the MMSD website and Bonfire, the portal used to post RFPs. Bonfire also performs outreach to its users when an RFP is posted. S/W/MBE Document Takers: Bay Ridge Consulting; Bloom Companies, LLC; K. Singh & Associates, Inc.; Kapur and Assoc.; M & M E i t l d Ed ti l S i LLC M G I O id T t l I t t d E t i (OTIE) ZS If no or low S/W/MBE participation, explain why: n/a Additional Comments: While there was one consultant selection process, this RFP will result in two separate contracts. The award amount for Contract J06069D01 is $340,802 with a S/W/MBE breakdown of 60.8% MBE and 39.2% SBE. The award amount for Contract S06034D01 is $213,413 with a S/W/MBE breakdown of 53.43% MBE and 46.57% SBE. AWARDEE INFORMATION Company: Contact Person: Phone Number: Address: Bloom Companies, LLC Mathew Tharaniyil (414) mtharaniyil@bloomcos.com EEO DATA Local or National Office? Local Total # of Employees 33 Total % Total % Minorities % Females % African American 2 6.1% African American 1 3.0% Asian % Asian 2 6.1% Hispanic 0 0.0% Hispanic 0 0.0% Native American 0 0.0% Native American 0 0.0% Labor Market Availability - Minorities 20.0% Labor Market Availability - Females 48.0% 1/29/ J06069D01 and S06034D01

22 Item 3 COMMISSION FILE NO: DATE INTRODUCED: February 12, 2018 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Approval of Amendments Two and Three to Funding Agreement BR06 under Project M03044, City of Brookfield Private Property Inflow and Infiltration Reduction Project SUMMARY: The Commission is requested to authorize the Executive Director to amend on behalf of the District Funding Agreement BR06 in the amount $226, (Amendment Two) and $64, (Amendment Three), bringing the total Agreement amount to $466, for work outlined in Work Plan BR06 as submitted by the City of Brookfield under project M03044, Private Property Inflow and Infiltration (PPI/I) Program. Including Funding Agreement BR06 as amended, the City of Brookfield has obligated approximately 94% of the available funding through 2018 in the PPI/I Program. In May 2016, Funding Agreement BR06 was approved in the amount of $159,525 through Executive Director authority to provide funding for the City of Brookfield to rehabilitate up to 115 sanitary laterals. Funding Agreement BR06 was amended to add $15,458 (Amendment One) for a total value of $174,983 when additional funds became available from underspending on previous PPI/I projects. The estimated total project cost far exceeded the District Program allocation available to the City at the time of funding agreement approval. In the interest of time, the City proceeded with the full scope of PPI/I work and assumed the risk to potentially bear the full cost of the work that exceeded the value of the funding agreement. Rehabilitation work has been completed, and the City now requests to be reimbursed for the work completed with the accumulation of 2017 and 2018 allocations in addition to the rollover of unutilized funds from previous projects. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_Amendment_Brookfield_BR06_II_Reduction_Project_legislative_file.docx COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

23 BACKGROUND Approval of Amendments Two and Three to Funding Agreement BR06 under Project M03044, City of Brookfield Private Property Inflow and Infiltration Reduction Project Brookfield is under an Environmental Protection Agency consent decree to reduce sanitary sewer overflows in the City. Following the guidelines of the 2014 Sanitary Sewer Assessment Study, the City identified private property deficiencies through flow monitoring, closed caption televising of the collection system, and private property parcel evaluations. The City anticipated rehabilitation of up to 115 sanitary sewer laterals through cured in place pipe lining at a total estimated cost of $1.2 million. The parcels identified for rehabilitation are within an area of the City that straddles the District service area. Costs for the work completed, including the engineering, were segregated, and the District-reimbursed costs only include the parcels rehabilitated within the District service area. The City has established a local private property policy that requires a homeowner cost share to participate. With the City cost share for work outside the service area and the homeowner cost share of the project deducted from the total project cost, reimbursement requests submitted to the District total $466, for the rehabilitation of 88 laterals. Amendment Two, in the amount of $226,548.20, will allow the City to access its entire 2017 PPI/I funding allocation and funding that was previously allocated under Funding Agreement BR05, but not spent. Amendment Three, in the amount of $64,530.05, will allow the City to access most of its 2018 PPI/I funding allocation. Original Agreement $159,525 Amendment One $15, Amendment Two $226, Amendment Three $64, Total $466, Including this Funding Agreement BR06 as amended, the City of Brookfield has obligated approximately 94% of the funding available to the City through 2018 in the PPI/I Program. 2

24 RESOLUTION Approval of Amendments Two and Three to Funding Agreement BR06 under Project M03044, City of Brookfield Private Property Inflow and Infiltration Reduction Project RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized and directed to amend on behalf of the District Funding Agreement BR06 in the amounts of $226, (Amendment Two) and $64, (Amendment Three) for a revised total of $466, for work outlined in Work Plan BR06 as submitted by the City of Brookfield under Project M03044, Private Property Inflow and Infiltration Program. 3

25 Capital Budget Fiscal Note Total Project Cost RELATING TO: Approval of Amendments Two and Three to Funding Agreement BR06 under Project M03044, City of Brookfield Private Property Inflow and Infiltration Reduction Project Capital Project Number(s) Impact of Requested Action on Total Project Cost: M03044 Increase Decrease New Project X No Change Total Project Cost Analysis Project Costs Adopted 2018 Total Project Cost * Previously Approved Changes $0 Approved Total Project Cost * Requested Total Project Cost n/a Requested (Increase)/Decrease $0 Action to be taken to Long-Range Financing Plan to address Total Project Cost change Transfer from Allowance for Cost and Schedule Changes Transfer from another project (specify in comments) Delay Project(s) (specify in comments) Delete Project(s) (specify in comments) Other Transfer to Allowance for Cost and Schedule Changes Comments *The PP I/I program does not have a total project cost because it is a capital reimbursement program. PPI/I funding is availble through reserves accumulated through the 2018 Budget for the current amendment request of $291,078. Project M10003 includes $5 million in 2018 and $30 million in the long-range financing plan for any new workplans. Budget Review by: Date: Christine Durkin 1/15/2018

26 Item 4 COMMISSION FILE NO: DATE INTRODUCED: February 12, 2018 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Amendment Number One, Contract C04010P01, Professional Services, North Shore Metropolitan Interceptor Sewer Evaluation and Preliminary Engineering SUMMARY: The Commission is requested to authorize the Executive Director to execute Amendment Number One to Contract C04010P01, Professional Services, North Shore Metropolitan Interceptor Sewer (MIS) Evaluation and Preliminary Engineering, with Brown and Caldwell in an amount not to exceed $174,000. In December 2016, the Commission approved the award of Contract C04010P01, Professional Services, North Shore MIS Evaluation and Preliminary Engineering, to Brown and Caldwell to perform an evaluation of the North Shore MIS system and recommend improvements to reduce basement backups, sanitary sewer overflows (SSO s), surcharging, and other conveyance issues. The original budget did not anticipate the need for additional geotechnical and additional modeling analyses. The original contract included an estimated amount of geotechnical work. The estimated amount of geotechnical work included taking soil samples (soil borings), performing lab analysis, and applying the results to the design. The evaluation identified additional locations requiring geotechnical analysis to confirm the location of proposed sewers. This amendment also includes additional in-depth modeling analysis to develop the frequency for SSO s caused by sections of the MIS with inadequate capacity. The frequency and risks are necessary to prioritize recommended projects in the North Shore. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_Amendment1_C04010P01_NorthShoreMIS_legislative_file.docx COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

27 BACKGROUND Amendment Number One, Contract C04010P01, Professional Services, North Shore Metropolitan Interceptor Sewer Evaluation and Preliminary Engineering Considering the conveyance issues related to recent SSO s, this project includes an evaluation and preliminary engineering analysis of identified segments in the MIS conveyance system on the northeast side of the District s sewer service area, including the 72-inch MIS. The 72-inch diameter MIS in West Green Tree Road and in West Mill Road has been identified as the main cause of surcharging and SSO s on the northeast side of the District s separated sewer service area. Wastewater from about 30 square miles in the northeast side is routed through this 72-inch diameter MIS during wet weather. The scope of the original contract evaluates the North Shore MIS system, including the following MIS segments identified as areas of concern: 1. 9,300 feet of 72-inch diameter MIS from West Green Tree Road at North River Road to West Mill Road at North Sidney Place 2. Green Tree Road Wet Weather Pump Station (14.5 million gallons per day) 3. 5,300 feet of 42-inch MIS from West Apple Tree Road to East Monteclaire Avenue, including potential conflicts with I-43 expansion 4. 7,800 feet of 42-inch diameter MIS in North Lydell Avenue with an excessive number of private connections 5. 2,900 feet of 10-inch diameter pipe in North Range Line Road 6. 6,300 feet of 39-inch special section MIS west of the Milwaukee River in the Village of River Hills and the City of Glendale feet of 15-inch diameter MIS in East Brown Deer Road in the Village of Bayside feet of 10-inch diameter MIS in North Santa Monica Boulevard CONTRACT CONTRACT COST AND SCHEDULE CHANGES AMOUNT PERCENTAGE INCREASE OVER ORIGINAL AUTHORIZED BY Original $939,677 Commission Amendment No. 1 $174,000 Total Amendments $174, % TOTAL $1,113,677 2

28 RESOLUTION Amendment Number One, Contract C04010P01, Professional Services, North Shore Metropolitan Interceptor Sewer Evaluation and Preliminary Engineering RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute Amendment Number One to Contract C04010P01, Professional Services, North Shore Metropolitan Interceptor Sewer Evaluation and Preliminary Engineering, with Brown and Caldwell in an amount not to exceed $174,000. 3

29 Capital Budget Fiscal Note Total Project Cost RELATING TO: Amendment Number One, Contract C04010P01, Professional Services, North Shore Metropolitan Interceptor Sewer Evaluation and Preliminary Engineering Capital Project Number(s) Impact of Requested Action on Total Project Cost: C04010 Increase Decrease New Project X No Change Total Project Cost Analysis Project Costs Adopted 2018 Total Project Cost $52,302,078 Previously Approved Changes $0 Approved Total Project Cost $52,302,078 Requested Total Project Cost n/a Requested (Increase)/Decrease $0 Action to be taken to Long-Range Financing Plan to address Total Project Cost change Transfer from Allowance for Cost and Schedule Changes Transfer from another project (specify in comments) Delay Project(s) (specify in comments) Delete Project(s) (specify in comments) Other Transfer to Allowance for Cost and Schedule Changes Comments The requested amendment is not to exceed $174,000. Budget Review by: Date: Christine Durkin 1/15/2018

30 OPERATIONS COMMITTEE MEETING February 12, 2018 EXECUTIVE DIRECTOR S REPORT A. Monthly Reports

31 February 2018 Sun Mon Tue Wed Thu Fri Sat Operations Committee-9:00 a.m. PF&P Committee- 9:05 a.m ST. VALENTINE S DAY PRESIDENTS DAY Commission-9:00 a.m

1 Milwaukee Metropolitan Sewerage District Green Solutions Guidelines

1 Milwaukee Metropolitan Sewerage District Green Solutions Guidelines 1 Milwaukee Metropolitan Sewerage District Green Solutions Guidelines District s Project Overview To assist the municipalities served by the Milwaukee Metropolitan Sewerage District (District) with Total

More information

REGIONAL WATER & SEWER DISTRICT FEASIBILITY STUDY, PETITION, AND PLAN OF OPERATION REQUEST FOR PROPOSALS

REGIONAL WATER & SEWER DISTRICT FEASIBILITY STUDY, PETITION, AND PLAN OF OPERATION REQUEST FOR PROPOSALS REGIONAL WATER & SEWER DISTRICT FEASIBILITY STUDY, PETITION, AND PLAN OF OPERATION REQUEST FOR PROPOSALS This Request for Proposal (RFP) is for professional legal services required to prepare and furnish

More information

MASSACHUSETTS WATER RESOURCES AUTHORITY

MASSACHUSETTS WATER RESOURCES AUTHORITY MASSACHUSETTS WATER RESOURCES AUTHORITY REGIONAL INFILTRATION/INFLOW SEPTEMBER 2002 Table of Contents 1. Introduction 1.1. Background...1 1.2. Description of the Regional I/I Problem...1 1.3. MWRA Initial

More information

Figure 1: ALCOSAN ORGANIZATION CHART

Figure 1: ALCOSAN ORGANIZATION CHART Allegheny County Sanitary Authority (ALCOSAN) REQUEST FOR QUALIFICATIONS For Engineering and Architectural Design Services, As Needed Various Small to Mid-Size Capital Projects March 2018 1.0 INTRODUCTION

More information

FY 2017 Proposed Capital Improvement Program

FY 2017 Proposed Capital Improvement Program FY 2017 Proposed Capital Improvement Program Metropolitan St. Louis Sewer District FY 2017 Capital Improvement Program Proposed Engineering Services Rich Unverferth, P.E. Director of Engineering January

More information

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. 132366 For which proposals are scheduled to open in the Bid & Bond

More information

M/WBE PROGRAM OVERVIEW

M/WBE PROGRAM OVERVIEW M/WBE PROGRAM OVERVIEW Notable Diversity Highlights MINORITY BUSINESS ENTERPRISE EXECUTIVE OFFICES ORLANDO CITY HALL 400 SOUTH ORANGE AVENUE PO BOX 4990 ORLANDO, FL 32802-4990 P 407.246.2623 F 407.246.2878

More information

1. The purpose of this Program is to provide a framework for asset management of separate sanitary sewer systems to meet the following goals:

1. The purpose of this Program is to provide a framework for asset management of separate sanitary sewer systems to meet the following goals: ARTICLE 8. INFILTRATION / INFLOW CONTROL PROGRAM 800. Introduction The separate sanitary sewers within the District s service area are designed and intended to receive and convey only domestic and industrial

More information

REQUEST FOR PROPOSAL NORTH SHERMAN BLVD. RELAY PROJECT CONTRACT C05021D01

REQUEST FOR PROPOSAL NORTH SHERMAN BLVD. RELAY PROJECT CONTRACT C05021D01 REQUEST FOR PROPOSAL NORTH SHERMAN BLVD. RELAY PROJECT CONTRACT C05021D01 The Milwaukee Metropolitan Sewerage District (DISTRICT) is inviting engineering consulting firms (CONSULTANT) who have experience

More information

Vista Ridge Project Technical Advisor

Vista Ridge Project Technical Advisor Tim Skoglund, P.E. Senior Director Vista Ridge Maria Franco Contract Administrator SOQ Pre-Submittal Meeting Disclaimer Oral statements or discussion during the SOQ Pre-Submittal Meeting will not be binding,

More information

Port of Portland FY11-13 Disadvantaged Business Enterprise (DBE) Goal

Port of Portland FY11-13 Disadvantaged Business Enterprise (DBE) Goal Port of FY11-13 Disadvantaged Business Enterprise (DBE) Goal During Federal Fiscal Years FY11, FY12, FY13, October 1, 2010 September 30, 2013, the Port of plans to solicit bids/proposals for the following

More information

3-Party Consent Decree Status Report: Quarter No

3-Party Consent Decree Status Report: Quarter No DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY Serving the Public Protecting the Environment 3-Party Consent Decree Status Report: Quarter No. 1-2018 Civil Action No. 1:00CV00183TFH Civil Action No. 02-2511

More information

REQUEST FOR PROPOSAL. Operations, Maintenance and Data Collection Easterly, Westerly and Southerly Pilot and Demonstration Plants WBS NO.

REQUEST FOR PROPOSAL. Operations, Maintenance and Data Collection Easterly, Westerly and Southerly Pilot and Demonstration Plants WBS NO. REQUEST FOR PROPOSAL Operations, Maintenance and Data Collection Easterly, Westerly and Southerly Pilot and Demonstration Plants WBS NO. 1319 November, 2012 This Request for Proposal (RFP) is being sent

More information

City of Los Angeles Department of Public Works Bureau of Sanitation (LASAN) On-call Consultant Services Contract

City of Los Angeles Department of Public Works Bureau of Sanitation (LASAN) On-call Consultant Services Contract City of Los Angeles Department of Public Works Bureau of Sanitation (LASAN) On-call Consultant Services Contract Task Order Solicitation (TOS) SN-93 for Concept Report Revisions for Three Downtown and

More information

Wastewater Master Plan Request for Proposals May 20, 2014

Wastewater Master Plan Request for Proposals May 20, 2014 Wastewater Master Plan Request for Proposals May 20, 2014 City of Oak Grove 1300 S. Broadway Street Oak Grove, MO 64075 (816) 690-3773 cityofoakgrove.com 1.0 INTRODUCTION The City of Oak Grove, Missouri

More information

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan REQUEST FOR PROPOSALS The Madison Metropolitan Sewerage District requests proposals for WAM v2 Upgrade: Readiness Assessment & Pre-Implementation Plan PROPOSAL The Madison Metropolitan Sewerage District

More information

RFP #WS NEWSMI IMPROVEMENTS

RFP #WS NEWSMI IMPROVEMENTS RFP #WS-100411-NEWSMI ADVERTISEMENT for NORTHEAST WATER/SEWER MAIN IMPROVEMENTS The City of College Park is accepting Sealed Bids from qualified vendors for Northeast Water / Sewer Main Improvements. Sealed

More information

City of Jacksonville Office of Economic Development. Equal Business Opportunity (EBO) and Contract Compliance Office. 3rd Quarter Report for FY 12

City of Jacksonville Office of Economic Development. Equal Business Opportunity (EBO) and Contract Compliance Office. 3rd Quarter Report for FY 12 City of Jacksonville Office of Economic Development Equal Business Opportunity (EBO) and Contract Compliance Office 3rd Quarter Report for FY 12 Table of Contents 1. RFP / Bid Opportunities Reviewed.....2

More information

2017 MUNICIAL STATE BOND FUND INFLOW & INFILTRATION (I&I) GRANT PROGRAM

2017 MUNICIAL STATE BOND FUND INFLOW & INFILTRATION (I&I) GRANT PROGRAM 2017 MUNICIAL STATE BOND FUND INFLOW & INFILTRATION (I&I) GRANT PROGRAM Informational Meeting - July 2017 Agenda I. Welcome & Introductions II. III. Inflow & Infiltration Trends Grant Guidelines & Policies:

More information

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority

More information

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS REQUEST FOR QUALIFICATIONS: RFQ 2018-100-1 PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS The City of Cedar Hill, Texas is soliciting statements of

More information

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: PMWEB, INC. WEB-BASED CONSTRUCTION PROJECT MANAGEMENT SYSTEM

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: PMWEB, INC. WEB-BASED CONSTRUCTION PROJECT MANAGEMENT SYSTEM THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: AUGUST 2, 2017 FROM: CONSTRUCTION SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: PMWEB, INC. SUMMARY:

More information

REQUEST FOR PROPOSAL SOUTHERLY WASTEWATER TREATMENT CENTER PRELIMINARY TREATMENT FACILITY IMPROVEMENTS (SFPI 1) WBS NO. CIP.TP.S.1005.

REQUEST FOR PROPOSAL SOUTHERLY WASTEWATER TREATMENT CENTER PRELIMINARY TREATMENT FACILITY IMPROVEMENTS (SFPI 1) WBS NO. CIP.TP.S.1005. REQUEST FOR PROPOSAL SOUTHERLY WASTEWATER TREATMENT CENTER PRELIMINARY TREATMENT FACILITY IMPROVEMENTS (SFPI 1) WBS NO. CIP.TP.S.1005 November 2009 This Request for Proposal (RFP) is being sent to interested

More information

HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS

HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS Please take notice that a special meeting of the Board of Supervisors will be held on Tuesday, December 8, 2015, at 4:15 p.m. in the County

More information

VARIOUS CITY OF BUFFALO PARKS AND BUFFALO PUBLIC SCHOOLS FACILITIES SURVEY AND DESIGN DEVELOPMENT

VARIOUS CITY OF BUFFALO PARKS AND BUFFALO PUBLIC SCHOOLS FACILITIES SURVEY AND DESIGN DEVELOPMENT Request for Proposals Professional Architectural & Engineering Services VARIOUS CITY OF BUFFALO PARKS AND BUFFALO PUBLIC SCHOOLS FACILITIES SURVEY AND DESIGN DEVELOPMENT INTRODUCTION & BACKGROUND The Community

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Architectural & Engineering Services for HUTTON ELEMENTARY SCHOOL Modernization and Additions Project Submittal Deadline: August 24, 2012, 4:00 P.M. Spokane Public Schools 2815

More information

REQUEST FOR QUALIFICATIONS WASTEWATER FACILITY PLAN

REQUEST FOR QUALIFICATIONS WASTEWATER FACILITY PLAN REQUEST FOR QUALIFICATIONS WASTEWATER FACILITY PLAN Proposals due: Thursday, September 17 th, 2015 No later than 10:00 a.m. Deliver to: James Roach, City Administrator 101 Court St. Jackson, Missouri 63755

More information

LEGAL NOTICE Request for Proposal for Services

LEGAL NOTICE Request for Proposal for Services LEGAL NOTICE Request for Proposal for Services The Town of South Windsor, Connecticut, is seeking proposals for consultation services for the survey of historic buildings in Town. The project is funded

More information

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design

More information

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment The North Texas Municipal Water District is soliciting proposals from firms qualified and experienced in providing Emergency

More information

Request for Qualifications/Request for Proposals For General and Specialized Consulting Engineering Services for Wastewater Facilities

Request for Qualifications/Request for Proposals For General and Specialized Consulting Engineering Services for Wastewater Facilities Request for Qualifications/Request for Proposals For General and Specialized Consulting Engineering Services for Wastewater Facilities Notice is given that the Sussex County Municipal Utilities Authority

More information

REQUEST FOR PROPOSAL EASTERLY WASTEWATER TREATMENT PLANT CHEMICAL STORAGE AND FEED FACILITY (EFPI-3) WBS NO. CIP.TP.E.9006.

REQUEST FOR PROPOSAL EASTERLY WASTEWATER TREATMENT PLANT CHEMICAL STORAGE AND FEED FACILITY (EFPI-3) WBS NO. CIP.TP.E.9006. REQUEST FOR PROPOSAL EASTERLY WASTEWATER TREATMENT PLANT CHEMICAL STORAGE AND FEED FACILITY (EFPI-3) WBS NO. CIP.TP.E.9006 November 2009 This Request for Proposal (RFP) is being sent to interested engineering

More information

Request for Proposal Engineering Consultant for City of Ingleside

Request for Proposal Engineering Consultant for City of Ingleside Request for Proposal Engineering Consultant for Public Works and Building Services Departments Melissa Byrne Vossmer City Manager August 21, 2017 MAYOR AND CITY COUNCIL Luis Lamas, Mayor Oscar Adame, Mayor

More information

East Side Union High School District

East Side Union High School District East Side Union High School District RFP-02-15-16 for DSA Project Inspection Services July 16, 2015 East Side Union High School District is requesting a proposal for the below mentioned project from the

More information

Request for Qualifications (RFQ) Environmental and Permitting Services

Request for Qualifications (RFQ) Environmental and Permitting Services Request for Qualifications (RFQ) Environmental and Permitting Services Responses Due: City of Banning Public Works Department 99 E. Ramsey Street Banning, CA 92220 (951) 922-3130 May, 2015 05/19/15 i TABLE

More information

CWSRF Intended Use Plan

CWSRF Intended Use Plan State of Alabama Alabama Department of Environmental Management Clean Water State Revolving Fund (CWSRF) Program SRF Section (334) 271-7796 Permits and Services Division (334) 271-7950 FAX Alabama Department

More information

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF PURPLE LINE EXTENSION PROJECT BY LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY Project No. 16-34 CITY

More information

REQUEST FOR PROPOSAL PROJECT NO. RFP Comprehensive Energy Management and Consulting Services. QUESTIONS AND ANSWERS No. 001

REQUEST FOR PROPOSAL PROJECT NO. RFP Comprehensive Energy Management and Consulting Services. QUESTIONS AND ANSWERS No. 001 REQUEST FOR PROPOSAL PROJECT NO. RFP 18-27 Comprehensive Energy Management and Consulting Services QUESTIONS AND ANSWERS 001 Date: May 22, 2018 To: From: Prospective Respondents Procurement Operations

More information

Tunnel Contractor Pre-SOQ & Networking Meeting February 17, 2015

Tunnel Contractor Pre-SOQ & Networking Meeting February 17, 2015 Ohio Canal Interceptor Tunnel Tunnel Contractor Pre-SOQ & Networking Meeting February 17, 2015 February 17, 2015 Welcome and Program Overview OCIT Tunnel Contractor Pre-SOQ Meeting Page 2 Service Area

More information

FFLM & MMSD Green Infrastructure Funding for Parks, Playgrounds, Schools and Open Space. W96001P10 June 7 th, :30. Pre-Proposal Meeting

FFLM & MMSD Green Infrastructure Funding for Parks, Playgrounds, Schools and Open Space. W96001P10 June 7 th, :30. Pre-Proposal Meeting FFLM & MMSD Green Infrastructure Funding for Parks, Playgrounds, Schools and Open Space W96001P10 June 7 th, 2016 2:30 Pre-Proposal Meeting Vicki Elkin FFLM, Executive Director Karen Nenahlo MMSD, Project

More information

CONTRACTING AND PURCHASING

CONTRACTING AND PURCHASING CONTRACTING AND PURCHASING 2017 Educational Series CONTRACTING AND PURCHASING INTRODUCTION GOODS AND SERVICES Texas Department of Transportation (TxDOT) contracting activities are established and controlled

More information

Solano County Transit (SolTrans) Overall Disadvantaged Business Enterprise (DBE) Goal FFY through FFY

Solano County Transit (SolTrans) Overall Disadvantaged Business Enterprise (DBE) Goal FFY through FFY Solano County Transit (SolTrans) Overall Disadvantaged Business Enterprise (DBE) Goal FFY 2016 17 through FFY 2018 19 Summary In accordance with the requirements of 49 C.F.R. Part 26 (Participation by

More information

FOR PROFESSIONAL DESIGN SERVICES

FOR PROFESSIONAL DESIGN SERVICES SEDA-Council of Governments REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES TOWN OF BLOOMSBURG COLUMBIA COUNTY, PENNSYLVANIA COMMUNITY DEVELOPMENT BLOCK GRANT ACTIVITIES AND CDBG-DISASTER RECOVERY

More information

TOLEDO METROPOLITAN AREA COUNCIL OF GOVERNMENTS

TOLEDO METROPOLITAN AREA COUNCIL OF GOVERNMENTS REGIONAL WATER STUDY TO DETERMINE LEVEL OF SERVICE, COST OF SERVICE AND FINANCIAL FEASIBILITY STUDY FOR TOLEDO CONTRACT COMMUNITIES REQUEST FOR PROPOSALS TOLEDO METROPOLITAN AREA COUNCIL OF GOVERNMENTS

More information

Request for Proposals Architectural Services Re: Fremont High School (RFP No date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014)

Request for Proposals Architectural Services Re: Fremont High School (RFP No date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014) Request for Proposals Architectural Services Re: Fremont High School (RFP No. 13158 date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014) The following changes, additions, modifications and corrections

More information

AGENDA SPARTANBURG SANITARY SEWER DISTRICT COMMISSION REGULAR MEETING. MEETING PLACE: 200 Commerce Street. Tuesday, August 28, 2018, 2:15 p.m.

AGENDA SPARTANBURG SANITARY SEWER DISTRICT COMMISSION REGULAR MEETING. MEETING PLACE: 200 Commerce Street. Tuesday, August 28, 2018, 2:15 p.m. AGENDA SPARTANBURG SANITARY SEWER DISTRICT COMMISSION REGULAR MEETING MEETING PLACE: 200 Commerce Street, 2:15 p.m. This is a regular meeting of the Spartanburg Sanitary Sewer District Commission. Written

More information

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement Request for Qualifications for Page 1 of 8 REQUEST FOR QUALIFICATIONS FOR For the RFQ Submittal Deadline: October 17, 2017 at 3:00 PM 1.1 INTRODUCTION: The is soliciting Statements of Qualifications (SOQ)

More information

MISSISSIPPI SMALL MUNICIPALITIES AND LIMITED POPULATION COUNTIES GRANT PROGRAM

MISSISSIPPI SMALL MUNICIPALITIES AND LIMITED POPULATION COUNTIES GRANT PROGRAM MISSISSIPPI SMALL MUNICIPALITIES AND LIMITED POPULATION COUNTIES GRANT PROGRAM 2018 APPLICATION GUIDELINES & IMPLEMENTATION MANUAL Table of Contents SMALL MUNICIPALITIES AND LIMITED POPULATION COUNTIES

More information

AGENDA. 1603rd MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT

AGENDA. 1603rd MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT AGENDA Pg 1 1603rd MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT March 8, 2018 4:45 P.M. PENSION MEETING IN MKT 110 5:00 P.M. ROLL CALL & PUBLIC BOARD MEETING MSD OFFICES 2350

More information

THE REGIONAL MUNICIPALITY OF NIAGARA REQUEST FOR PRE-QUALIFICATION (RFPQ) OF

THE REGIONAL MUNICIPALITY OF NIAGARA REQUEST FOR PRE-QUALIFICATION (RFPQ) OF THE REGIONAL MUNICIPALITY OF NIAGARA REQUEST FOR PRE-QUALIFICATION (RFPQ) OF SUPPLY & DELIVERY OF WATER SOLUBLE POLYELECTROLYTE FOR MUNICIPAL SEWAGE SLUDGE DEWATERING DOCUMENT NUMBER 2017-RFPQ-04 ISSUE

More information

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION Issue Date: October 18th, 2016 Submission Deadline: November 8th, 2016, 2:00 PM P a g e 1 Table of Contents Introduction...

More information

Vista Ridge Integration Project Owner s Representative

Vista Ridge Integration Project Owner s Representative Vista Ridge Integration Project Owner s Representative Andrea Beymer, P.E. Director Plants & Major Projects Rosalee Arcos Contract Administrator Marisol Robles SMWB Program Administrator SOQ Pre-Submittal

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN TABLE OF CONTENTS Definitions. 1 Responsibilities 3 Dispute Procedures... 7 Minority Business Construction Contract Provisions. 8 Minimum

More information

Tameika Edwards presenting Regulations Title Page Slide #2

Tameika Edwards presenting Regulations Title Page Slide #2 Tameika Edwards presenting Regulations Title Page Slide #2 We re going to begin with the regulations. Governing Regulations Slide #3 Article 15 A and 5 NYCRR Parts 142-144 were signed into law to promote

More information

Hosted by the SLMBE Office

Hosted by the SLMBE Office Hosted by the SLMBE Office Women Presidents Educational Organization - DC Sandra Eberhard, Executive Director Washington Suburban Sanitary Commission - WSSC David Malone, Chief Procurement Officer Carlnetta

More information

MINUTES. Spartanburg Sanitary Sewer District Commission, Regular Meeting, held at 200 Commerce Street, Spartanburg, SC, June 24, 2014, at 2:15 p.m.

MINUTES. Spartanburg Sanitary Sewer District Commission, Regular Meeting, held at 200 Commerce Street, Spartanburg, SC, June 24, 2014, at 2:15 p.m. MINUTES Spartanburg Sanitary Sewer District Commission, Regular Meeting, held at 200 Commerce Street, Spartanburg, SC,, at 2:15 p.m. Copies of the agenda were forwarded to the following news media: Spartanburg

More information

Community Development Part I Application Infrastructure Capacity Enhancement

Community Development Part I Application Infrastructure Capacity Enhancement Community Development Part I Application Infrastructure Capacity Enhancement For eligible activities administered by the Michigan Economic Development Corporation (MEDC) on behalf of the Michigan Strategic

More information

Bristol Regional Wastewater Treatment Plant Arc Flash Study Engineering Services City of Bristol Tennessee RFP 18004

Bristol Regional Wastewater Treatment Plant Arc Flash Study Engineering Services City of Bristol Tennessee RFP 18004 Bristol Regional Wastewater Treatment Plant Arc Flash Study Engineering Services City of Bristol Tennessee March 2018 I. Introduction The City of Bristol Tennessee, herein after referred to as City, is

More information

HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS

HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS Please take notice that a special meeting of the Board of Supervisors will be held on Tuesday,- September 25, 2012 at 5:00 p.m. in the County

More information

Procedure Manual. Minority/Women Business Enterprise Program

Procedure Manual. Minority/Women Business Enterprise Program A 1 of 9 is committed to increasing its business activities with Minority and Women Business Enterprise (M/WBE) firms and organizations. The Minority/Women Business Enterprise program is a -wide initiative

More information

O H I O P U B L I C W O R K S C O M M I S S I O N P R O J E C T G R A N T A G R E E M E N T

O H I O P U B L I C W O R K S C O M M I S S I O N P R O J E C T G R A N T A G R E E M E N T O H I O P U B L I C W O R K S C O M M I S S I O N P R O J E C T G R A N T A G R E E M E N T S T A T E C A P I T A L I M P R O V E M E N T P R O G R A M Pursuant to Ohio Revised Code 164.05 and Ohio Administrative

More information

ITEM NO.: DRPA SUBJECT: Professional Services for 2018 Biennial Inspection of the Walt Whitman Bridge. Operations and Maintenance

ITEM NO.: DRPA SUBJECT: Professional Services for 2018 Biennial Inspection of the Walt Whitman Bridge. Operations and Maintenance SUMMARY STATEMENT ITEM NO.: DRPA-17-105 SUBJECT: Professional Services for 2018 Biennial Inspection of the Walt Whitman Bridge COMMITTEE: Operations and Maintenance COMMITTEE MEETING DATE: November 28,

More information

DRAFT. (Industry Name) (Industry Address) (Industry Address) (SIC NUMBER (S))

DRAFT. (Industry Name) (Industry Address) (Industry Address) (SIC NUMBER (S)) REGULATED INDUSTRIAL WASTEWATER DISCHARGE PERMIT PERMIT NO. In compliance with the existing provisions of the City of Columbia Code of Ordinances, the Federal Clean Water Act (PL 95-217) and the General

More information

CECIL COUNTY MARYLAND REQUEST FOR PROPOSALS. ENGINEERING SERVICES On-call Comprehensive Engineering Contracts Water and Wastewater

CECIL COUNTY MARYLAND REQUEST FOR PROPOSALS. ENGINEERING SERVICES On-call Comprehensive Engineering Contracts Water and Wastewater PROJECT DESCRIPTION CECIL COUNTY MARYLAND REQUEST FOR PROPOSALS ENGINEERING SERVICES On-call Comprehensive Engineering Contracts Water and Wastewater Cecil County Department of Public Works is seeking

More information

Request for Qualifications Professional Engineering Services

Request for Qualifications Professional Engineering Services Page 1 of 7 Combined Sewage Storage Tunnel Preparation of Preliminary Design, Detailed Design, Tender Documents and Services during Construction Requirement: The City of Ottawa, hereinafter referred to

More information

Water Infrastructure Funding Opportunities through The NYS Environmental Facilities Corporation

Water Infrastructure Funding Opportunities through The NYS Environmental Facilities Corporation Water Infrastructure Funding Opportunities through The NYS Environmental Facilities Corporation Genesee/Finger Lakes Regional Council Fall Local Government Workshop November 16, 2016 EFC Overview 2 Public

More information

Green Infrastructure Challenge

Green Infrastructure Challenge Green Infrastructure Challenge $ BRIEFING DOCUMENT Practical green infrastructure solutions for: Public Private Governmental Institutions Award distribution: Design Construction... that s a lot of green

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES July 27, 2014 ADVERTISEMENT Proposals for Engineering Services will be accepted by Berkeley County Water & Sanitation, hereinafter referred to as BCWS, until

More information

Architectural Services

Architectural Services Architectural Services 2015 Capital Improvement Program Request for Proposal Number: 16-30 Title of the Project: Replacement of Northeast High & Appling Middle School Operations Center - Procurement Office

More information

Fort Monroe Authority. Capital Improvement Plan Fiscal Years 2017 Through 2022

Fort Monroe Authority. Capital Improvement Plan Fiscal Years 2017 Through 2022 Fort Monroe Authority Capital Improvement Plan Fiscal Years 2017 Through 2022 December 2016 Cover image credit: ational Park Service December 2016 Project Cost Summary Five Year CIP Project Appropriations

More information

4/14/2017. Green Infrastructure Funding Opportunities

4/14/2017. Green Infrastructure Funding Opportunities Green Infrastructure Funding Opportunities CDRPC Grant Funding Workshop Hudson Valley Community College, Troy, NY April 12, 2017 EFC Overview Public benefit corporation that provides low-cost capital and

More information

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014 1 Guidance for Locally Administered Projects Funded Through the NJDOT/MPO Program Funds Exchange August 27, 2013 Revised September 15, 2014 This document establishes guidelines for administering the program

More information

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No. Facilities Planning, Construction, and Management Office of Financial Management Procurement Services 555 West 57 th Street 16 th Floor New York, NY 10019 Tel: 646-664-2700 Addendum 2 April 15, 2015 Architectural

More information

REQUEST FOR PROPOSALDevelopment of a Local

REQUEST FOR PROPOSALDevelopment of a Local 2012 REQUEST FOR PROPOSALDevelopment of a Local Limits Study Terry Hagen, Director of Public Works City of El Centro 307 West Brighton Avenue El Centro, CA 92243 (760) 337-4505 Request for Proposals Development

More information

REQUEST FOR PROFESSIONAL QUALIFICATIONS

REQUEST FOR PROFESSIONAL QUALIFICATIONS REQUEST FOR PROFESSIONAL QUALIFICATIONS On-Call Professional Environmental Engineering Services Related to Air Quality Testing and Air Permitting at Various Monmouth County Locations for the Period of

More information

1. Authorize the City Engineer to issue and advertise the transmitted RFQ to wastewater and environmental engineering consultants (Transmittal No. 1).

1. Authorize the City Engineer to issue and advertise the transmitted RFQ to wastewater and environmental engineering consultants (Transmittal No. 1). Joint Report No. 3 CD Nos. All REQUEST FOR AUTHORITY TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ) AND NEGOTIATE PERSONAL SERVICES CONTRACTS FOR ON-CALL WASTEWATER AND ENVIRONMENTAL ENGINEERING CONSULTANTS

More information

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project City of Dixon City Engineer/ Public Works Department December 2013 The City of Dixon (CITY)

More information

MEMORANDUM. July 7, 2016

MEMORANDUM. July 7, 2016 MEMORANDUM July 7, 2016 TO: FROM: MEMBERS, PORT COMMISSION Hon. Willie Adams, President Hon. Kimberly Brandon, Vice President Hon. Leslie Katz Hon. Eleni Kounalakis Hon. Doreen Woo Ho Elaine Forbes Interim

More information

REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY AND SUPPORT SERVICES MASTER SERVICE AGREEMENT(S)

REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY AND SUPPORT SERVICES MASTER SERVICE AGREEMENT(S) REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY AND SUPPORT SERVICES MASTER SERVICE AGREEMENT(S) January 29, 2013 METROPOLITAN SEWER DISTRICT OF GREATER CINCINNATI 1081 Woodrow Street, Room 106 Cincinnati,

More information

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION REQUEST FOR PROPOSALS ( RFP ) PROFESSIONAL ENGINEERING AND CONSTRUCTION ADMINISTRATION AND INSPECTION SERVICES REF: REHABILITATION OF VARIOUS BRIDGES AT MILEPOSTS

More information

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility 1 Borough of Kennett Square Request for Proposals (RFP) Feasibility Study

More information

City of Mason 201 West Ash Street Mason, Michigan Request for Proposals Administrative Consultant WREN PROJECT (CDBG Grant Administrator)

City of Mason 201 West Ash Street Mason, Michigan Request for Proposals Administrative Consultant WREN PROJECT (CDBG Grant Administrator) City of Mason 201 West Ash Street Mason, Michigan 48854 Request for Proposals Administrative Consultant WREN PROJECT (CDBG Grant Administrator) Issued: January 22, 2018 Response Deadline: February 7, 2018

More information

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY A. INTENT Community colleges must procure commodities and services in accordance with Article 5-A of the New York State General Municipal Law. This law

More information

ELECTRONIC PACKET. May 21, 2018 Commission Meeting. RELEASED: Monday, May 14, 2018

ELECTRONIC PACKET. May 21, 2018 Commission Meeting. RELEASED: Monday, May 14, 2018 ELECTRONIC PACKET May 21, 2018 Commission Meeting RELEASED: Monday, May 14, 2018 COMMISSION MEETING May 21, 2018 OPERATIONS AND MAINTENANCE REPORT FOR APRIL 2018 PAT OBENAUF & SCOTT ROYER 18-004-01

More information

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES September 22,2016 Mammoth Unified School District 461 Sierra Park Road/PO Box 3509, Mammoth Lakes,

More information

NEW YORK CITY ECONOMIC DEVELOPMENT CORPORATION

NEW YORK CITY ECONOMIC DEVELOPMENT CORPORATION HOMEPORT RESILIENCY PROJECTS PROFESSIONAL SERVICES CONSULTANT CONTRACT FOR THE PROVISION OF ENGINEERING, DESIGN AND RELATED CONSULTANT SERVICES NYCEDC CONTRACT NO. 62520001 PROJECT CODE NO. 6252 1 AGENDA

More information

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone REQUEST FOR STATEMENT OF QUALIFICATIONS NOTICE SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION ROOFING/WATERPROOFING CONSULTING AND INSPECTION SERVICES The San Francisco Unified

More information

Table of Contents. C. Promote Institutional Awareness, Understanding and Coordination

Table of Contents. C. Promote Institutional Awareness, Understanding and Coordination 1 Table of Contents 1. Overview 2. The District s Mission 3. The Program Goals 4. Small, Local and Other Business Identification 5. Strategic Initiatives A. Provide Community Outreach and Education B.

More information

REQUEST FOR QUALIFICATIONS FOR OWNER REPRESENTATIVE PROFESSIONAL SERVICES DURING PROCUREMENT AND CONSTRUCTION FOR

REQUEST FOR QUALIFICATIONS FOR OWNER REPRESENTATIVE PROFESSIONAL SERVICES DURING PROCUREMENT AND CONSTRUCTION FOR REQUEST FOR QUALIFICATIONS FOR OWNER REPRESENTATIVE PROFESSIONAL SERVICES DURING PROCUREMENT AND CONSTRUCTION FOR UPGRADES AND EXPANSION PROJECTOF HAYS WASTEWATER TREATMENT PLANT CITY OF HAYS, KANSAS DECEMBER

More information

1. Declare Leed Electric, Inc. (Leed), first low bidder, to be non-responsive, as discussed in this report.

1. Declare Leed Electric, Inc. (Leed), first low bidder, to be non-responsive, as discussed in this report. Joint Report No. 3 CD No. 6 REQUEST TO AWARD A CONTRACT FOR THE DONALD C. TILLMAN WATER RECLAMATION PLANT (DCTWRP) CHLORINE CONTACT TANK GATE ACTUATORS (CIP 6210) (REBID) - WORK ORDER NO. SZD11277 RECOMMENDATIONS

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ARCHITECTURAL FIRM RELOCATION OF PLYMOUTH MEETING MAINTENANCE FACILITIES Plymouth Township, Montgomery County, PA Reference No. 4-078 The Pennsylvania Turnpike

More information

SAN JOSE CAPITAL OF SILICON VALLEY

SAN JOSE CAPITAL OF SILICON VALLEY CITY OF SAN JOSE CAPITAL OF SILICON VALLEY TO: HONORABLE MAYOR AND CITY COUNCIL COUNCIL AGENDA: 1-12-16 ITEM: 7.2 Memorandum FROM: Toni J. Taber, C City Clerk SUBJECT: SEE BELOW DATE: December 18, 2015

More information

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009 Upgrade Engineering and Design Services RFP 16009 October 2016 I. Introduction The, herein after referred to as City, is seeking the services of an individual or firm to provide engineering and design

More information

Environmental Management Chapter

Environmental Management Chapter Environmental Management Chapter 335-11-1 ALABAMA DEPARTMENT OF ENVIRONMENTAL MANAGEMENT PERMITS AND SERVICES DIVISION STATE REVOLVING FUND PROGRAMS ADMINISTRATIVE CODE CHAPTER 335-11-1 CLEAN WATER STATE

More information

General Manager s Report

General Manager s Report General Manager s Report July 19, 2017 Table of Contents Customer Service Customer Service... 1 HomeServe USA Update... 2 Contact Center Operations Percent of Calls Answered Chart... 3 Percent of Calls

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services. Request for Qualifications Information Architectural / Engineering Design Services For Airfield Pavement Panel Replacement 2011-2014 At Washington Dulles International Airport March, 2011 METROPOLITAN

More information

SEPTIC MAINTENANCE PROGRAM RULES (ARTICLE 10)

SEPTIC MAINTENANCE PROGRAM RULES (ARTICLE 10) SEPTIC MAINTENANCE PROGRAM RULES (ARTICLE 10) Catskill Watershed Corporation PO Box 569 Margaretville, NY 12455 (845) 586-1400 Approved by the Board of Directors October 28, 2003 Revised August 2, 2016

More information

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2

More information

Minority, Women, and Small Business Enterprise Program. Board of Education Management Oversight Presentation August 27, 2013

Minority, Women, and Small Business Enterprise Program. Board of Education Management Oversight Presentation August 27, 2013 Minority, Women, and Small Business Enterprise Program Board of Education Management Oversight Presentation August 27, 2013 History/Overview Since 1993, the MWSBE Office has proactively worked to increase

More information