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

Similar documents
1 Milwaukee Metropolitan Sewerage District Green Solutions Guidelines

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

MASSACHUSETTS WATER RESOURCES AUTHORITY

Figure 1: ALCOSAN ORGANIZATION CHART

FY 2017 Proposed Capital Improvement Program

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

M/WBE PROGRAM OVERVIEW

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

REQUEST FOR PROPOSAL NORTH SHERMAN BLVD. RELAY PROJECT CONTRACT C05021D01

Vista Ridge Project Technical Advisor

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

3-Party Consent Decree Status Report: Quarter No

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

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

Wastewater Master Plan Request for Proposals May 20, 2014

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan

RFP #WS NEWSMI IMPROVEMENTS

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

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

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

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

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

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

HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS

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

Request for Qualifications

REQUEST FOR QUALIFICATIONS WASTEWATER FACILITY PLAN

LEGAL NOTICE Request for Proposal for Services

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

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

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

Request for Proposal Engineering Consultant for City of Ingleside

East Side Union High School District

Request for Qualifications (RFQ) Environmental and Permitting Services

CWSRF Intended Use Plan

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

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

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

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

CONTRACTING AND PURCHASING

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

FOR PROFESSIONAL DESIGN SERVICES

TOLEDO METROPOLITAN AREA COUNCIL OF GOVERNMENTS

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

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

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

MISSISSIPPI SMALL MUNICIPALITIES AND LIMITED POPULATION COUNTIES GRANT PROGRAM

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

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

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

Vista Ridge Integration Project Owner s Representative

City of Malibu Request for Proposal

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

Tameika Edwards presenting Regulations Title Page Slide #2

Hosted by the SLMBE Office

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

Community Development Part I Application Infrastructure Capacity Enhancement

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

HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS

Procedure Manual. Minority/Women Business Enterprise Program

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

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

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

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

Request for Qualifications Professional Engineering Services

Water Infrastructure Funding Opportunities through The NYS Environmental Facilities Corporation

Green Infrastructure Challenge

REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES

Architectural Services

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

4/14/2017. Green Infrastructure Funding Opportunities

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

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

REQUEST FOR PROPOSALDevelopment of a Local

REQUEST FOR PROFESSIONAL QUALIFICATIONS

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

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

MEMORANDUM. July 7, 2016

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

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

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

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

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

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

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

NEW YORK CITY ECONOMIC DEVELOPMENT CORPORATION

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

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

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

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

PENNSYLVANIA TURNPIKE COMMISSION

SAN JOSE CAPITAL OF SILICON VALLEY

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

Environmental Management Chapter

General Manager s Report

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

SEPTIC MAINTENANCE PROGRAM RULES (ARTICLE 10)

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

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

Transcription:

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

Item 1 COMMISSION FILE NO: 18-020-2 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 1994. 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 01-22-18 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

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

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

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

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 1 5 1 5 Proposals (listed by rank) Black & Veatch Milwaukee, WI 53202 Symbiont Milwaukee, WI 53214 Applied Technologies, Inc. Brookfield, WI 53005 Arcadis Milwaukee, WI 53202 Fusion Integrated Solutions, LLC Fox Point, WI 53217 (MBE) Negotiated Price Submitted Price Acceptable? % Sub % SWMBE $569,850.00 Acceptable 39.9% 39.9% $569,850.00 - Acceptable 43.7% 43.7% $620,359.00 - 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. 1/29/2018 1 J04060D01

SUBCONSULTANT INFORMATION Type Subconsultant Name Type of Work % Amount MBE MBE SBE Eclipse Controls Milwaukee, WI 53209 Oneida Total Integrated Enterprises Milwaukee, WI 53226 AES Engineering, Inc. Rubicon, WI 53078 Control system engineering Structural engineering & CADD support Startup, training, and O&M manual updates 26.2% $149,188.00 6.0% $34,145.00 3.8% $21,560.00 SBE D&D Silo Specialist Oak Creek, WI 53154 Design and engineering services 0.8% $4,800.00 SBE L&R Engineering Services Brown Deer, WI 53223 Design and engineering services 0.9% $5,320.00 WBE Zoe Engineering Milwaukee, WI 53222 Electrical engineering 2.2% $12,600.00 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 e-mail notification to all registered firms in the Architectural & Engineering and Professional Services categories, sent targeted e-mails 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: E-mail Address: Black & Veatch Corporation Paul Boersma (414) 455-1606 boersmapm@bv.com 1/29/2018 2 J04060D01

EEO DATA Local or National Office? National Total # of Employees 5409 Total % Total % Minorities 994 18.4% Females 1,550 28.7% African American 227 4.2% African American 88 1.6% Asian 438 8.1% Asian 138 2.6% Hispanic 261 4.8% Hispanic 70 1.3% Native American 12 0.2% 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 % 7/1/2015 66% $ 685,505 $ 452,220 $ 248,974 36% $ 130,794 29% 8/1/2014 100% $ 71,500 $ 71,485 $ 14,280 20% $ 7,900 11% 6/15/2015 100% $ 75,500 $ 73,969 $ - 0% $ - 0% 10/8/2013 94% $ 194,652 $ 182,083 $ 40,928 21% $ 19,680 11% 1/1/2016 75% $ 696,914 $ 519,452 $ 210,704 30% $ 120,637 23% 1/29/2018 3 J04060D01

Item 2 COMMISSION FILE NO: 18-021-2 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 01-24-18 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

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

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

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

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

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) S06034- 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

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 3 4 3 4 Proposals (listed by rank) Bloom Companies, LLC Milwaukee, WI 53226 (MBE) Negotiated Price Submitted Price $554,215.00 $554,215.00 Acceptable? % Sub % SWMBE Acceptable 42.0% 100.0% Inspec, Inc. Milwaukee, WI 53202 Kapur & Associates Milwaukee, WI 53217 (MBE) MxGrp, Inc. Brookfield, WI 53005 (SBE) - Conditionally Acceptable - - Conditionally Acceptable - - Conditionally Acceptable - 39.0% 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 53226 Design services 42.0% $232,955.00 ECONOMIC DEVELOPMENT ELEMENTS Local Office Preference? Y Mentor Protégé? N 1/29/2018 1 J06069D01 and S06034D01

OUTREACH INFORMATION The Procurement team performed the following outreach: advertised in the Daily Reporter and sent an e-mail 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: E-mail Address: Bloom Companies, LLC Mathew Tharaniyil (414) 771-3390 mtharaniyil@bloomcos.com EEO DATA Local or National Office? Local Total # of Employees 33 Total % Total % Minorities 7 21.2% Females 7 21.2% African American 2 6.1% African American 1 3.0% Asian 5 15.2% 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% 1/29/2018 2 J06069D01 and S06034D01

Item 3 COMMISSION FILE NO: 18-022-2 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 $226,548.20 (Amendment Two) and $64,530.05 (Amendment Three), bringing the total Agreement amount to $466,061.25 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 02-04-18 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

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 $466,061.25 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 $15,458.00 Amendment Two $226,548.20 Amendment Three $64,530.05 Total $466,061.25 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

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 $226,548.20 (Amendment Two) and $64,530.05 (Amendment Three) for a revised total of $466,061.25 for work outlined in Work Plan BR06 as submitted by the City of Brookfield under Project M03044, Private Property Inflow and Infiltration Program. 3

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

Item 4 COMMISSION FILE NO: 18-023-2 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 01-22-18 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

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 7. 600 feet of 15-inch diameter MIS in East Brown Deer Road in the Village of Bayside 8. 325 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 $174,000 18.5% TOTAL $1,113,677 2

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

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

OPERATIONS COMMITTEE MEETING February 12, 2018 EXECUTIVE DIRECTOR S REPORT 18-001-01 A. Monthly Reports

February 2018 Sun Mon Tue Wed Thu Fri Sat 1 2 3 4 5 6 7 8 9 10 11 12 Operations Committee-9:00 a.m. PF&P Committee- 9:05 a.m. 13 14 ST. VALENTINE S DAY 15 16 17 18 19 PRESIDENTS DAY 20 21 22 23 24 25 26 Commission-9:00 a.m. 27 28