electronic packet october 11, 2021 operations …

60
ELECTRONIC PACKET October 11, 2021 OPERATIONS COMMITTEE MEETING RELEASED: Monday, October 4, 2021

Upload: others

Post on 02-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

ELECTRONIC PACKET

October 11, 2021 OPERATIONS COMMITTEE MEETING

RELEASED: Monday, October 4, 2021

Item 1

COMMISSION FILE NO: 21-130-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Award of Contract J01028C01, Jones Island Water Reclamation Facility Primary Clarifiers Drive Improvements

SUMMARY: The Commission is requested to award and to direct the Executive Director to execute on behalf of the District, Contract J01028C01, Jones Island Water Reclamation Facility (JIWRF) Primary Clarifiers Drive Improvements, to J.F. Ahern Company in the amount of $2,222,000. J.F. Ahern was the lowest responsible, responsive bidder between two bids received. Primary clarification is a key unit process used for the removal of biological oxygen demand and total suspended solids from the influent wastewater stream. JIWRF has eight circular primary clarifiers each 160 feet in diameter. Each clarifier contains a slowly rotating rake arm mechanism that collects primary sludge at the bottom of the clarifier and floating fats, oils, and grease (scum) from the surface of the clarifier. The rake arms are all fabricated from structural steel and are driven by a motorized clarifier drive mechanism located in the center of the clarifier. The clarifier drive mechanisms were installed in 1980 and rehabilitated in 2010-2013. In the last few years, the clarifier drives have experienced excess wear. Water is intruding into the drive mechanisms during high wet weather flows, ultimately resulting in this excess drive wear and reduced system reliability. Since discovery of this issue, operating staff have modified wet weather operational procedures to limit those flows and help reduce the risk of clarifier drive damage. The purpose of this project is to improve the reliability of the primary clarification process. Staff proposes to modify the clarifier drives by increasing the height of the drive mechanism 14 inches above the water level of each clarifier to prevent water intrusion into the drive mechanism. In addition, staff recommends replacing the clarifier drive mechanisms. Finally, staff recommends improvements to the torque control system to reduce excess wear on the clarifier drives.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_J01028C01_Eng_Services_legislative_file.docx 09-14-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Award of Contract J01028C01, Jones Island Water Reclamation Facility Primary Clarifiers Drive Improvements

Under Contract J01028C01, the contractor will:

• Replace the existing clarifier drives with a new modified drive system that: – Is located at a higher elevation. – Includes a larger maintenance platform to provide more working area.

• Raise the clarifier drive access walkways to match the increased height of the clarifier drives.

• Replace automatic condensate drains and heat tracing. This is necessary with the clarifier drives being replaced.

• Replace the existing torque protection system with an improved system that includes continuous torque monitoring.

The contract duration will be 790 days.

3

RESOLUTION

Award of Contract J01028C01, Jones Island Water Reclamation Facility Primary Clarifiers Drive Improvements

RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that Contract J01028C01, Jones Island Water Reclamation Facility Primary Clarifiers Drive Improvements, is awarded to J.F. Ahern Company in the amount of $2,222,000, and that the Executive Director is directed to execute a contract on behalf of the District.

RELATING TO:

Capital Project Number(s) Impact of Requested Action on Total Project Cost:

J01028 Increase Decrease New Project X No Change

Total Project Cost Analysis Project CostsAdopted 2021 Total Project Cost $1,569,500Previously Approved Changes $0Approved Total Project Cost $1,569,500Requested Total Project Cost n/aRequested (Increase)/Decrease $0

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

Budget Review by: Date:

Theresa Zwieg 9/15/2021

Capital Budget Fiscal NoteTotal Project Cost

Award of Contract J01028C01, Jones Island Water Reclamation Facility Primary Clarifiers Drive Improvements

Action to be taken to Long-Range Financing Plan to address Total Project Cost change

The 2022 Capital Budget Total Project Cost for this project is $2,802,482. The increase is due to updated cost estimates for construction and labor.

Contract # ENG

BID SUMMARY

Bid Opening Date: 9/8/2021

Total# of Bids 2# of Responsive Bids 2

Bidders Price % Sub % SWMBE

J.F. Ahern Co.Fond du Lac, WI 54935 $2,222,000.00 32.9% 23.9%

Doral CorporationMilwaukee, WI 53207 $2,470,360.00 Not provided 24.0%

SUBCONTRACTOR INFORMATION

Type % Amount

MBE 20.5% $456,079.00

SBE 3.4% $74,679.00

Non-SWMBE 9.0% $199,700.00

ECONOMIC DEVELOPMENT ELEMENTS

Workforce Requirements

45%

Target Area (TA) Employment: 20%

2# Apprentices Required:

Sanitary Sewer Service Area (SSSA) Employment:

Subcontractor NameSanchez Painting Contractors, Inc.Milwaukee, WI 53212Kotze ConstructionMilwaukee, WI 53215Pieper ElectricNew Berlin, WI 53151

Award of Contract J01028C01, Jones Island Water Reclamation Facility Primary Clarifiers Drive Improvements

Procurement & S/W/MBE Summary Information

J01028C01 Cost Center:

Jones Island Water Reclamation Facility Primary Clarifiers Drive Improvements

Electrical

Concrete and demolition

Sand blasting and coatings

Local

11

Responsible

Responsible

Responsible?

Type of Work

SWMBE00

Responsive?

Responsive

Responsive

9/27/2021 1 J01028C01

OUTREACH INFORMATION

If no or low S/W/MBE participation, explain why:

Additional Comments:

AWARDEE INFORMATION

Company:Contact Person:Phone Number:E-mail Address:

EEO DATA

Location: Total # of Employees 1,318

Total % Total %Minorities 54 4.1% 194 14.7%Asian 6 0.5% 1 0.1%Black or African American 9 0.7% 0 0.0%Hispanic or Latino 25 1.9% 2 0.2%Native American 5 0.4% 0 0.0%Other Minority 9 0.7% 0 0.0%

26.0% 48.0%

(920) [email protected]

J.F. Ahern Co.James Jarvis

The Procurement team performed the following outreach: advertised in the Daily Reporter; sent an e-mail notification to all registered firms in the Construction category; and sent targeted e-mails to 24 S/W/MBE firms. The bid opportunity is also publicly accessible from the MMSD website and Quest CDN. Quest CDN also performs outreach to its users when a bid is posted.

Energenecs, Inc.; Sabel Mechanical; Thomas A. Mason Co., Inc.

n/a

n/a

S/W/MBE Planholders:

855 Morris Street Fond du Lac, WI 54935

Labor Market Availability - Minorities

Other MinorityNative AmericanHispanic or LatinoBlack or African AmericanAsianFemales

Labor Market Availability - Females

9/27/2021 2 J01028C01

Item 2

COMMISSION FILE NO: 21-131-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Award of Contract J02015C01, Jones Island Aeration Basin Concrete Rehabilitation

SUMMARY: The Commission is requested to award and to direct the Executive Director to execute on behalf of the District Contract J02015C01, Jones Island Aeration Basin Concrete Rehabilitation, to Platt Construction, Inc., in the amount of $3,619,163. Platt Construction, Inc., was the lowest, responsible bidder between two bids received. The Jones Island Water Reclamation Facility (JIWRF) secondary treatment process includes a total of 32 aeration basins: 12 West Plant and 20 East Plant Aeration Basins. The East Plant Aeration Basins were constructed in 1935 or 1953. Each East Plant Aeration Basin consists of a cast-in-place, reinforced concrete structure approximately 370 feet by 44 feet by 16 feet deep. The basins are divided into two equal parts by a center concrete dividing wall featuring a T-shape structure at the top of the wall. This T-shape structure serves as a walkway between the basins. The concrete walkways that support the handrails around East Plant Aeration Basins 1, 2, 3, 4, 5, 8, 16, and 19 are deteriorated, resulting in compromised structural support of the handrails. Staff have also observed deteriorated and cracked concrete of the interior walls and floors of the basins, along with exposed steel reinforcement at numerous locations. The purpose of this project is to extend the useful life of the aeration basins, improve worker safety, reduce the risk of air diffuser damage caused by falling concrete, and rehabilitate deteriorating assets.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Award_J02015C01_JI_Aeration_Basin_Concrete_Rehab_legislative_file.docx 09-22-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Award of Contract J02015C01, Jones Island Aeration Basin Concrete Rehabilitation

Under Contract J02015C01, the contractor will:

• Inject concrete cracks with a foam sealant. • Remove and reinstall handrails. • Replace deteriorated electrical conduit that is attached to handrails. • Replace or repair deteriorated concrete sidewalks. • Restore concrete surfaces using an elastomeric surface coating system. • Abate asbestos, which was used as part of expansion joint material in the original

construction. This work will ensure continued reliable water reclamation facility operations and will restore the useful service life of the basins by at least 20 years. The duration for this contract is 735 calendar days.

3

RESOLUTION

Award of Contract J02015C01, Jones Island Aeration Basin Concrete Rehabilitation RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that Contract J02015C01, Jones Island Aeration Basin Concrete Rehabilitation, is awarded to Platt Construction, Inc., in the amount of $3,619,163, and that the Executive Director is directed to execute a contract on behalf of the District.

RELATING TO:

Capital Project Number(s) Impact of Requested Action on Total Project Cost:

J02015 Increase Decrease New Project X No Change

Total Project Cost Analysis Project CostsAdopted 2021 Total Project Cost $4,551,000Previously Approved Changes $0Approved Total Project Cost $4,551,000Requested Total Project Cost n/aRequested (Increase)/Decrease $0

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

Budget Review by: Date:

Theresa Zwieg 9/10/2021

Capital Budget Fiscal NoteTotal Project Cost

Award of Contract J02015C01, Jones Island Aeration Basin Concrete Rehabilitation

Action to be taken to Long-Range Financing Plan to address Total Project Cost change

Contract # ENG

BID SUMMARY

Bid Opening Date: 9/8/2021

Total# of Bids 2# of Responsive Bids 2

Bidders Price % Sub % SWMBEPlatt Construction, Inc.Franklin, WI 53132 (MBE)

$3,619,162.81 47.8% 56.7%

LaLonde Contractors, Inc.Waukesha, WI

$3,853,132.00 Not provided 9.0%

SUBCONTRACTOR INFORMATION

Type % Amount

MBE 4.5% $163,720.00

Non-SWMBE 4.1% $148,360.00

Non-SWMBE 2.5% $90,000.00

Non-SWMBE 34.3% $1,241,888.12

Non-SWMBE 2.4% $87,770.00

Type of Work

11

Responsible

Responsible

Responsible?

SWMBE

Electrical

Concrete Restoration

Scaffolding

Asbestos Abatement

Railings

Local11

Responsive?

Responsive

Responsive

Award of Contract J02015C01, Jones Island Aeration Basin Concrete Rehabilitation

Procurement & S/W/MBE Summary Information

J02015C01 Cost Center:

Jones Island Aeration Basin Concrete Rehabilitation

Subcontractor NameWard Welding and Fabrication, Inc.Milwaukee, WI 53207Balestrieri Environmental & DevelopmentElkhorn, WI 53121

GagnonSt. Paul, MN 55114Concrete & Masonry RestorationMilwaukee, WI 53209Pieper ElectricNew Berlin, WI 53151

9/27/2021 1 J02015C01

ECONOMIC DEVELOPMENT ELEMENTS

Workforce Requirements

45%

Target Area (TA) Employment: 20%

2

OUTREACH INFORMATION

If no or low S/W/MBE participation, explain why:

Additional Comments:

AWARDEE INFORMATION

Company:Contact Person:Phone Number:E-mail Address:

EEO DATA

Location: Total # of Employees 94

Total % Total %Minorities 47 50.0% 14 14.9%Asian 0 0.0% 0 0.0%Black or African American 5 5.3% 0 0.0%Hispanic or Latino 10 10.6% 0 0.0%Native American 0 0.0% 0 0.0%Other Minority 32 34.0% 7 7.4%

26.0% 48.0%

7407 S. 27th Street Franklin, WI 53132

Labor Market Availability - Minorities

Other MinorityNative AmericanHispanic or LatinoBlack or African AmericanAsianFemales

Labor Market Availability - Females

Sanitary Sewer Service Area (SSSA) Employment:

(414) [email protected]

Platt Construction, Inc.Mike Gastrow

# Apprentices Required:

The Procurement team performed the following outreach: advertised in the Daily Reporter; sent an e-mail notification to all registered firms in the Construction category; and sent targeted e-mails to 36 S/W/MBE firms. The bid opportunity is also publicly accessible from the MMSD website and Quest CDN. Quest CDN also performs outreach to its users when a bid is posted.

Platt Construction, Inc.

n/a

n/a

S/W/MBE Planholders:

9/27/2021 2 J02015C01

Item 3

COMMISSION FILE NO: 21-132-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Change Order Request, Purchase Order No. 11472, Material Capital Repair or Replacement No. 1352, Jones Island Water Reclamation Facility Dewatering and Drying Dryers 1-12 Blade Replacements

SUMMARY: The Commission is requested to authorize the Executive Director to execute a change order to Purchase Order No. 11472, Material Capital Repair or Replacement No. 1352, Jones Island Water Reclamation Facility (JIWRF) Dewatering and Drying Dryers 1-12 Blade Replacements, with Veolia Water Milwaukee, LLC, (VWM) in an amount not to exceed $78,295. At JIWRF, Milorganite® is produced within the Dewatering and Drying Facility. The sludge drying process utilizes 12 rotary dryers, each approximately eight feet in diameter and 57 feet in length, to heat-dry dewatered biosolids, producing Milorganite®. Drying occurs when hot gases from the combustion chamber pass through ports and enter the dryer drum, drying sludge via direct contact. The drums have various internal steel components that facilitate mixing, heating, and drying and ensure proper pellet shape and size. In addition, steel wear plates protect shrouds (which house the hot gas ports) and the drum liner. Over time, the highly abrasive nature of Milorganite® has eroded the wear plates and attachment welds to the point where the surfaces of the shroud and drum liner are being exposed. Additional deterioration of the wear plates will result in damage to the shroud and drum liner and potential formation of holes through to the combustion chamber. The existing wear plates are 26 years old and have not been replaced since original installation. The overall purpose of this project is to replace 12 rows of hardened steel wear plates in all 12 dryers that protect the air valve shrouds and drum liner.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Change_Order_MCRR1352_RestoreED_legislative_file.docx 09-13-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Change Order Request, Purchase Order No. 11472, Material Capital Repair or Replacement No. 1352, Jones Island Water Reclamation Facility Dewatering and

Drying Dryers 1-12 Blade Replacements Replacement and repair will restore the designed wear protection and structural integrity of the drum internal heating port shroud, thus ensuring ongoing and reliable heat drying of biosolids in the production of Milorganite®. The District issued a purchase order to VWM in September 2020 in an amount not to exceed $780,423. The scope of work included removal and replacement of internal wear plates in all 12 dryers. Since this work has begun, staff inspections have identified additional areas worn thin by abrasion within all 12 dryers. The wear occurs as the rotating drums cause heat dried biosolids to continuously fall on certain locations within the drum, abrading the steel dryer drum shell. These wear areas can be repaired by welding one-half-inch-thick steel plates over their surface. The cost to procure and install the additional steel plates is $78,295 (including VWM markup). Staff is requesting authorization for a change order in this amount to cover the costs to perform the repairs.

CHANGE ORDER SUMMARY

PURCHASE ORDER AMOUNT

PERCENT INCREASE

OVER ORIGINAL PURCHASE

ORDER

AUTHORIZED BY SWMBE*

Original $780,423 Commission 98.1% Requested Change Order $78,295 10.0% Request of

Commission 100.0%

TOTAL $858,718 98.2% *Small, Women, and Minority Business Enterprise (SWMBE) participation shown is for contract between VWM and its vendor and does not include VWM markup.

3

RESOLUTION

Change Order Request, Purchase Order No. 11472, Material Capital Repair or Replacement No. 1352, Jones Island Water Reclamation Facility Dewatering and

Drying Dryers 1-12 Blade Replacements RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute a change order to Purchase Order No. 11472, Material Capital Repair or Replacement No. 1352, Jones Island Water Reclamation Facility Dewatering and Drying Dryers 1-12 Blade Replacements, with Veolia Water Milwaukee, LLC, in an amount not to exceed $78,295.

O&M Budget Fiscal Note

RELATING TO:

Cost Center: Line Item:OCC 671

Line Item Impact2021 Original BudgetCarryovers or TransfersAdjusted BudgetEstimated Annual Expenditure including RequestAnticipated Year End BalanceActual Year to Date Expenditures Through

For unfavorable Year End Balance, identify funding source: Absorbed within the Division

Other Division

Unallocated Reserve

Anticipated Expenditure TimingCurrent Year (2021)

Subsequent

Total Cost

Budget Review by: Date

Theresa Zwieg

Change Order Request, Purchase Order No. 11472, Material Capital Repair or Replacement No. 1352, Jones Island Water Reclamation Facility Dewatering and Drying Dryers 1-12 Blade Replacements

$78,295

$0$0$0

$4,500,000$4,098,072

Net Fiscal ImpactRequested

ExpendituresAnticipated

Savings/Revenues

$4,500,000$0

$401,928$2,223,430

9/10/2021

$0$78,295$78,295

$78,295$0

Comments: The requested expenditures are for expanded scope for the MCRR work.

Item 4

COMMISSION FILE NO: 21-133-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Executive Director Change Order Authority for Purchase Order 11975, Material Capital Repair or Replacement Nos. 1469 and 1481, Jones Island Water Reclamation Facility Interplant Solids Pipeline Pumps #3-2 and #2-2 Repairs

SUMMARY: The Commission is requested to delegate $50,000 in change order authority to the Executive Director for future change orders for Purchase Order 11975, issued to Veolia Water Milwaukee LLC, (VWM), Material Capital Repair or Replacement (MCRR) Nos. 1469 and 1481, Jones Island Water Reclamation Facility (JIWRF) Interplant Solids Pipeline (ISP) Pumps #3-2 and #2-2 Repairs. At JIWRF, three ISP pump sets are used to pump primary sludge from JIWRF to the South Shore Water Reclamation Facility (SSWRF) for anaerobic digestion. Each pump set consists of two centrifugal pumps that operate in series, resulting in a pumping capacity of 1,400 gallons per minute per pump set. One pump set is required under normal pumping conditions, but two pump sets could be required if the solids processing at JIWRF is at reduced capacity and additional solids must be pumped to SSWRF for processing. One of the six pumps has failed (Pump #3-2) and another is leaking significantly (Pump #2-2). Both have been taken out of service. It is necessary to repair these two pumps to ensure full pumping capacity and redundancy to the critical ISP pumping process. VWM competitively bid the work to repair ISP Pumps #3-2 and #2-2, for which Butters Fetting Co., Inc., (Butters Fetting) was the only responsive, responsible bidder. Using the Executive Director’s authority, the District issued Purchase Order 11975 in the amount of $136,260 to VWM. VWM issued a notice to proceed to Butters Fetting in September 2021 for the repair work. The repair scope of work includes furnishing and installing new pump impellers, shafts, mechanical seals, bearings, and gaskets.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Delegate_ED_Authority_MCRR1469_1481_legislative_file.docx 09-13-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Executive Director Change Order Authority for Purchase Order 11975, Material Capital Repair or Replacement Nos. 1469 and 1481, Jones Island Reclamation Facility

Interplant Solids Pipeline Pumps #3-2 and #2-2 Repairs Commission policy delegates to the Executive Director the authority to approve purchase orders less than $150,000 without Commission approval, which was done for Purchase Order 11975. In the event that the purchase order and cumulative change orders exceed $150,000 in total, the Executive Director shall seek the approval of the Commission. There is a reasonable chance that this could occur given that the purchase order is only $13,740 less than the threshold for Commission approval. Even a small change order would require the contractor to stop work while District staff requests the required change authority from the Commission. This delay could put the ISP pumping process at risk of not meeting capacity if another failure were to occur and could also result in contractor delay claims and additional costs to the District. Per Commission Policy 1-78.02, Contracts, the Executive Director has been delegated the authority to authorize up to $50,000 in change orders to contracts awarded by the Commission that were originally less than $500,000. This request to authorize the Executive Director to approve change orders in a cumulative amount up to $50,000 is consistent with this Commission policy.

3

RESOLUTION

Executive Director Change Order Authority for Purchase Order 11975, Material Capital Repair or Replacement Nos. 1469 and 1481, Jones Island Reclamation Facility

Interplant Solids Pipeline Pumps #3-2 and #2-2 Repairs RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is delegated $50,000 in change order authority for future change orders for Purchase Order 11975, Material Capital Repair or Replacement Nos. 1469 and 1481, Jones Island Water Reclamation Facility Interplant Solids Pipeline Pumps #3-2 and #2-2 Repairs.

Item 5

COMMISSION FILE NO: 21-134-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Award of Contract S03004C01, Effluent Pump Motor Control Center and Variable Frequency Drive Upgrades at South Shore Water Reclamation Facility

SUMMARY: The Commission is requested to award and to direct the Executive Director to execute on behalf of the District Contract S03004C01, Effluent Pump Motor Control Center (MCC) and Variable Frequency Drive (VFD) Upgrade at South Shore Water Reclamation Facility (SSWRF), to NEXT Electric, LLC, in the amount of $611,900. NEXT Electric, LLC, was the lowest responsible, responsive bidder among three bids received. SSWRF uses both self-generated electrical power and purchased power from We Energies. This power is distributed and managed throughout SSWRF using load center unit substations (LCUS), and motor control centers. Each LCUS distributes power to several MCC’s throughout the facility. An MCC is an electric device that allows for safe distribution of power and control of individual pieces of equipment. Each MCC consists of circuit breakers, motor starters, and controllers, all located in cubicles surrounded by a steel enclosure. A VFD controls the speed of an electric motor by adjusting the frequency and voltage of the motor’s power supply. VFD’s are primarily used to save energy and improve system efficiency. During startup, a VFD gradually increases motor voltage, providing a controlled ramp-up to full speed; this lowers inrush current and controls starting torque, reducing electrical load and mechanical wear during each startup. Like a VFD, a soft starter gradually increases voltage to a motor during startup, providing a controlled ramp-up to full speed; however, unlike a VFD, a soft starter cannot control the motor speed after startup.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Award_S03004C01_Effluent_Pump_VFD_MCC_legislative_file.docx 09-22-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Award of Contract S03004C01, Effluent Pump Motor Control Center and Variable Frequency Drive Upgrades at South Shore Water Reclamation Facility

At SSWRF, five effluent pumps are used to pump fully treated wastewater into the plant effluent conduit and Lake Michigan. The need to use the pumps changes with varying levels of Lake Michigan along with changes in plant flow. Effluent pumping is continuously required when plant flow is high. When lake levels are low, effluent can bypass the pumping system and exit the plant by gravity. Between high and low lake levels and plant flows, the need for pumping varies. Each of the five effluent pumps is driven by a 200 horsepower electric motor, providing each pump with the capability to pump 75 million gallons per day. Two MCC’s provide power to two VFD’s for two of the effluent pump motors and three soft starters for the other three effluent pump motors. The purpose of this project is to improve the reliability of the effluent pumping system. The two MCC’s are over 30 years old and have exceeded their expected useful service lives. The soft starters are over 12 years old and have exceeded their useful service lives. There is limited ability to obtain spare parts for this equipment. The condition of the two existing VFD’s is acceptable. Staff recommends both replacing the MCC’s and installing VFD’s in place of the soft starters. Replacing these soft starters with VFD’s will allow all effluent pumps to run at variable speeds, which will:

• Save energy costs. • Provide operational flexibility to balance run hours. • Reduce the number of pump starts and stops, which will extend effluent pump and

motor service life. There is other ancillary electrical equipment in this area that has experienced corrosion and staff recommends replacement. In addition, the rooms in which this electrical equipment is located is classified by the National Fire Protection Association as “flammable gases/vapors may be present during abnormal conditions”. By separating the main room and electrical room from a utility tunnel, the District can change room classification to “flammable gases/vapors are not present during normal or abnormal conditions”. This represents reduced safety risks.

3

SUMMARY (Cont’d)

Award of Contract S03004C01, Effluent Pump Motor Control Center and Variable Frequency Drive Upgrades at South Shore Water Reclamation Facility

Staff recommends improvements summarized below to address these issues. Under Contract S03004C01, the contractor will:

• Remove and replace: – Two MCC’s. – Three soft starters with VFD’s. – One power panel and one lighting panel corroded. – Low voltage disconnects, transformers and automatic transfer switch.

• Physically separate the Effluent Pump Station main floor and electrical room from the SSWRF utility tunnel system.

The contract duration is 380 days.

4

RESOLUTION

Award of Contract S03004C01, Effluent Pump Motor Control Center and Variable Frequency Drive Upgrades at South Shore Water Reclamation Facility

RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that Contract S03004C01, Effluent Pump Motor Control Center and Variable Frequency Drive Upgrades at South Shore Water Reclamation Facility, is awarded to NEXT Electric, LLC, in the amount of $611,900, and that the Executive Director is directed to execute a contract on behalf of the District.

RELATING TO:

Capital Project Number(s) Impact of Requested Action on Total Project Cost:

S03004 Increase Decrease New Project X No Change

Total Project Cost Analysis Project CostsAdopted 2021 Total Project Cost $1,100,000Previously Approved Changes $0Approved Total Project Cost $1,100,000Requested Total Project Cost n/aRequested (Increase)/Decrease $0

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

Budget Review by: Date:

Theresa Zwieg 9/15/2021

Capital Budget Fiscal NoteTotal Project Cost

Award of Contract S03004C01, Effluent Pump Motor Control Center and Variable Frequency Drive Upgrades at South Shore Water Reclamation Facility

Action to be taken to Long-Range Financing Plan to address Total Project Cost change

The 2022 requested TPC for this project is $1,072,000 which is a decrease of $28,000 due to updated cost estimates.

Contract # ENG

BID SUMMARY

Bid Opening Date: 8/17/2021

Total# of Bids 3# of Responsive Bids 2

Bidders Price % Sub % SWMBE

Next ElectricWaukesha, WI 53186 $611,900.00 35.6% 15.6%

Altmeyer ElectricSheboygan, WI 53081 $636,800.00 35.3% 34.5%

Pieper Electric, Inc.New Berlin, WI 53151 $696,750.00 Not provided Not provided

SUBCONTRACTOR INFORMATION

Type % Amount

SBE 14.8% $90,609.00

SBE 0.8% $4,600.00

Non-SWMBE 2.0% $12,210.00

ECONOMIC DEVELOPMENT ELEMENTS

Workforce Requirements

45%

Target Area (TA) Employment: 20%

2# Apprentices Required:

Sanitary Sewer Service Area (SSSA) Employment:

Subcontractor NameJMB AssociatesMenomonee Falls, WI 53051AC Engineering CompanyWaukesha, WI 53186Kotze Construction Co., Inc.Milwaukee, WI 53215

Responsive

Responsive

Award of Contract S03004C01, Effluent Pump Motor Control Center and Variable Frequency Drive Upgrades at South Shore Water Reclamation Facility

Procurement & S/W/MBE Summary Information

S03004C01 Cost Center:

Effluent Pump MCC and VFD Upgrades at South Shore Water Reclamation Facility

NA

SWMBE

Concrete, door, paint

Electrical studies, cable testing

Provide VFDs, training and startup

Local

01

NA

Responsible

Responsible

Responsible?

Type of Work

00

Responsive?

9/27/2021 1 S03004C01

OUTREACH INFORMATION

If no or low S/W/MBE participation, explain why:

Additional Comments:

AWARDEE INFORMATION

Company:Contact Person:Phone Number:E-mail Address:

EEO DATA

Location: Total # of Employees 220

Total % Total %Minorities 17 7.7% 11 5.0%African American 6 2.7% 0 0.0%Asian 1 0.5% 0 0.0%Hispanic 10 4.5% 0 0.0%Native American 0 0.0% 0 0.0%

22.0% 49.0%

(262) [email protected]

Labor Market Availability - Minorities Labor Market Availability - Females

1121 Marlin Court, Suite A, Waukesha, WI 53186

Native AmericanHispanicAsian

FemalesAfrican American

Next Electric, Inc.Leo Maney

The Procurement team performed the following outreach: advertised in the Daily Reporter, sent an e-mail notification to all registered firms in the general construction category, sent targeted e-mails to potential prime bidders and SWMBE general contracting firms and notified the various local chambers of commerce. The bid opportunity is also publicly accessible from the MMSD website and Quest CDN. Quest CDN also performs outreach to its users when a bid is posted.

Mid City Corporation, Enhanced Automation

Majority of project is the purchase of equipment and installation

NA

S/W/MBE Planholders:

9/27/2021 2 S03004C01

Item 6

COMMISSION FILE NO: 21-135-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Change Order Request to Purchase Order No. 11364, Material Capital Repair or Replacement No. 1275, DC0705 N. Canal Street

SUMMARY: The Commission is requested to authorize the Executive Director to execute a change order to Purchase Order (PO) No. 11364, Material Capital Repair or Replacement No. 1275, Diversion Chamber DC0705 N. Canal Street, with Veolia Water Milwaukee, LLC, (VWM) in an amount not to exceed $72,572. The District owns multiple structures used to control flow of wastewater to the Inline Storage System (Deep Tunnel), the Jones Island Water Reclamation Facility, or the South Shore Water Reclamation Facility. Diversions are used by the District and VWM to direct wastewater flows during wet weather or for maintenance on downstream facilities. These chambers are part of the District’s major conveyance system improvements constructed in the late 1980’s and early 1990’s. Diversion Chamber DC0705, located on Canal Street near 27th Street, controls flow in the Metropolitan Interceptor Sewer system. During periods of wet weather, flow is diverted into a relief sewer using a 42-inch sluice gate. The structure is approximately 14 years old, but, due to high hydrogen sulfide levels, the concrete already has exposed aggregate, and the gate is severely corroded. A failure of the site could result in basement backups or combined sewer overflows. Staff recommended gate replacement and concrete restoration. Under the Executive Director’s authority, PO 11364 was issued to VWM to perform work on the gate and structure at DC0705. VWM had developed the scope of services, publicly bid, and entered a contract with Terra Engineering & Construction Corp. (Terra) to perform the work. VWM is responsible for managing this construction contract.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Change_Order_PO11364_MCRR1275_DC0705_legislative_file.docx 09-21-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Change Order Request to Purchase Order No. 11364, Material Capital Repair or Replacement No. 1275, DC0705 N. Canal Street

To perform the concrete restoration work, the contractor is required to pump flow around the structure to expose the entire surface of the concrete walls. After construction began, it became apparent that actual flows were much higher than what was indicated in the construction contract document. Even with a larger pump, Terra was unable to pump down enough flow to perform the concrete restoration. This change order includes the modifications to an existing manhole for access purposes and installation of a larger pumping system and piping.

CONTRACT COST CHANGES

AMOUNT

PERCENTAGE INCREASE

OVER ORIGINAL

CONTRACT

AUTHORIZED BY SWMBE

Original Contract $125,486 Executive Director Authority

20%

Previous Change Orders

$2,477

2.0% Executive Director Authority

0%

Requested Change Order

$72,572 57.8% Request of Commission

0%

Total Change Orders

$75,049 59.8% 0%

TOTAL $200,535 12.5%

3

RESOLUTION

Change Order Request to Purchase Order No. 11364, Material Capital Repair or Replacement No. 1275, DC0705 N. Canal Street

RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute a change order to Purchase Order No. 11364, Material Capital Repair or Replacement No. 1275, Diversion Chamber DC0705 N. Canal Street, with Veolia Water Milwaukee, LLC, in an amount not to exceed $72,572.

RELATING TO:

Capital Project Number(s) Impact of Requested Action on Total Project Cost:

C98055 Increase Decrease New Project X No Change

Total Project Cost Analysis Project CostsAdopted 2021 Total Project Cost $3,104,861Previously Approved Changes $0Approved Total Project Cost $3,104,861Requested Total Project Cost n/aRequested (Increase)/Decrease $0

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

Budget Review by: Date:

Theresa Zwieg 9/15/2021

Capital Budget Fiscal NoteTotal Project Cost

Change Order Request to Purchase Order No. 11364, Material Capital Repair or Replacement No. 1275, DC0705 N. Canal Street

Action to be taken to Long-Range Financing Plan to address Total Project Cost change

There will be no change in TPC for this project for 2022.

Item 7

COMMISSION FILE NO: 21-136-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Reject Bids for Contract C98055C01, DC0101 Gate Replacements at South 27th Street and Howard Avenue

SUMMARY: The Commission is requested to authorize and direct the Executive Director to reject all bids for Contract C98055C01, DC0101 Gate Replacements at South 27th Street and Howard Avenue. The District uses diversion chambers throughout the separate sewer area to shift flow from one metropolitan interceptor sewer (MIS) to another, or from the MIS to the Inline Storage System (Deep Tunnel). Some diversion chambers are designed to be used during wet weather events, while some are only used for maintenance purposes. Diversion Chamber DC0101 is located at South 27th Street and West Howard Avenue in Milwaukee. The chamber can be used to divert flows between the Jones Island Water Reclamation Facility (JIWRF) and the South Shore Water Reclamation Facility (SSWRF) for maintenance purposes. This is done by opening or closing the two electrically actuated sluice gates within the chamber. The stem for the MIS gate that controls flow to SSWRF was bent in 2018, rendering it inoperable. Recently, the District was interested in using this site to divert flow away from SSWRF in dry weather and evaluated the chamber to determine what other work was needed. In addition to replacing the stem, the project scope included replacement of both sluice gates and actuators based on their age and condition and a flow bypass plan to perform any work within the chamber. The District originally publicly advertised the project and did not receive any bids in May 2021. After including some minor clarifications to the proposed bypass plan, the District publicly readvertised and received three bids for this contract in August 2021. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Reject_C98055C01_DC0101_Gates_legislative_file.docx 09-13-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d) Reject Bids for Contract C98055C01, DC0101 Gate Replacements at South 27th Street

and Howard Avenue

Bidder Bid Amount

Mid City Corporation $487,000

Michels Foundations $621,294

Terra Engineering & Construction Corporation $627,200 The low bid came in significantly higher than the engineer’s estimate. District staff recommends that the Commission reject all bids. Currently, both gates are in the open position and are not causing any operational problems in the system. Staff will include this scope of work as part of a future bid opportunity in order to achieve more favorable pricing.

3

RESOLUTION Reject Bids for Contract C98055C01, DC0101 Gate Replacements at South 27th Street

and Howard Avenue RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized and directed to reject all bids for Contract C98055C01, DC0101 Gate Replacements at South 27th Street and Howard Avenue.

Item 8

COMMISSION FILE NO: 21-137-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Contract M98001D01, Engineering Services, Dredged Material Management Facility

SUMMARY: The Commission is requested to authorize the Executive Director to execute on behalf of the District Contract M98001D01, Engineering Services, Dredged Material Management Facility (DMMF), with Ramboll Americas Engineering Solutions, Inc., (Ramboll) in an amount not to exceed $1,295,911, contingent upon the Commission adoption of the 2022 Capital Budget and approval of legislation by the State of Wisconsin allowing the District to proceed with this project. Ramboll was the highest scoring proposer based on a qualifications-based selection method among three proposals received. Over time, contaminated sediment has accumulated in the downstream portions of the rivers. In 1987, the United States Environmental Protection Agency (USEPA) designated the Milwaukee Estuary (the area where Milwaukee’s three rivers converge) as an Area of Concern (AOC) due to historical contamination. With the AOC designation and subsequent stakeholder work, areas within the AOC that have been identified as needing sediment remediation include portions of the lower Kinnickinnic River, segments of the Milwaukee River upstream to Estabrook Park, and smaller areas of the Menomonee River parallel to Canal Street. Primary contaminants of concern include heavy metals, polychlorinated biphenyls, polycyclic aromatic hydrocarbon, and polyfluoroalkyl substances. Sediment remediation includes dredging followed by sediment management.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Award_M98001_DMMF_ Dredged Material Management_legislative_file.docx 09-28-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Contract M98001D01, Engineering Services, Dredged Material Management Facility To manage the sediment, a technical work group consisting of Wisconsin Department of Natural Resources (WDNR), the City of Milwaukee, the Port of Milwaukee, We Energies, and others evaluated alternatives and ultimately recommended construction of a DMMF. The DMMF is an engineered and constructed sediment containment facility, specifically designed to ensure safe and secure storage of dredged sediment. The proposed DMMF is space adjacent to Lake Michigan and immediately north of an existing confined disposal facility. Dredged material would be placed within the DMMF, where it will settle over time. When the DMMF is completed, this facility will provide containment for 1.9 million cubic yards of sediment removed from the Milwaukee, Menomonee, and Kinnickinnic Rivers. In addition, there is space within the DMMF for the Port of Milwaukee to place material dredged for commercial navigation purposes and for the District to place soil and materials that have been excavated as part of District watercourse projects. For the DMMF to be constructed, it first must be engineered and designed, have permits obtained, and have a public bid document developed. Some, but not all, of the permitting work has been developed, along with some preliminary design. There is still engineering design work to be completed, along with preparation of public bid documents. This requested engineering contract will complete the remaining work for DMMF construction to occur. In addition, once construction commences, engineering services during the construction phase are necessary. Following are the tasks covered under this contract, all related to the engineering design and construction of the DMMF:

A. Project management. B. Field investigations/data collection. C. Preliminary engineering and final design. D. Bid/contract documents. E. Finalize information needed to obtain permits. F. Engineering services during construction.

Once the bid documents are complete, permits obtained, and the District has statutory authority to construct the project, the District will publicly bid the DMMF construction. After the DMMF is constructed, it will be turned over to USEPA, which will oversee filling operations of the DMMF. Once the DMMF is filled, the Port of Milwaukee will operate and maintain the DMMF site. WDNR and the District currently have entered into an agreement, where WDNR will provide funding to reimburse the District in an amount not to exceed $650,000 for the consultant to perform design phase services (Tasks A-E above). The District will fund the remaining costs of this contract, along with providing District labor to manage the design and construction phase work.

3

SUMMARY (Cont’d)

Contract M98001D01, Engineering Services, Dredged Material Management Facility The financing and construction of the DMMF by the District is contingent on a State of Wisconsin statutory change to allow the District to participate in financing and construction of the DMMF. The District is currently seeking this statutory authority from the State of Wisconsin legislature. Through the 2022 Capital Budget approval, the Commission is requested to authorize creation of Project M98001, Milwaukee Estuary AOC Dredged Material Management Facility, with a total project cost of $96,410,000. Award of Contract M98001D01 is contingent on Commission approval of the 2022 Capital Budget and approval of legislation by the State of Wisconsin allowing the District to proceed with this project. After the design work is complete, the District will publicly bid the construction contract. The duration for this contract is approximately 44 months.

4

RESOLUTION

Contract M98001D01, Engineering Services, Dredged Material Management Facility RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute Contract M98001D01, Engineering Services, Dredged Material Management Facility, with Ramboll Americas Engineering Solutions, Inc., in an amount not to exceed $1,295,911, contingent upon the Commission adoption of the 2022 Capital Budget and approval of legislation by the State of Wisconsin allowing the District to proceed with this project.

RELATING TO:

Capital Project Number(s) Impact of Requested Action on Total Project Cost:

M98001 Increase Decrease x New Project* No Change

Total Project Cost Analysis Project CostsAdopted 2021 Total Project Cost $0Previously Approved Changes $0Approved Total Project Cost $0Requested Total Project Cost $96,410,000Requested (Increase)/Decrease ($96,410,000)

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)

x Other Transfer to Allowance for Cost and Schedule Changes

Comments

Budget Review by: Date:

Theresa Zwieg 9/15/2021

Capital Budget Fiscal NoteTotal Project Cost

Contract M98001D01, Engineering Services, Dredged Material Management Facility

Action to be taken to Long-Range Financing Plan to address Total Project Cost change

The approval of this contract is contingent on the approval of the project within the 2022 Capital Budget.

Contract # ENG

PROPOSAL SUMMARYProposal Receipt Date: 8/31/2021

SWMBE00

SUBCONSULTANT INFORMATION

Type Type of Work Amount

SBEMarine and Structural

Engineering$259,066.00

SBEArchaeological

Survey and Permitting

$44,804.00

WBEDocument QA Review andEngineering

$9,800.00

Non-SWMBE Engineering Services $394,312.00

ECONOMIC DEVELOPMENT ELEMENTS

Y Mentor Protégé? NA

Subconsultant Name

AMI Consulting EngineersSuperior, WI 54880

Commonwealth Heritage Group Milwaukee, WI 53209

Compensation packages for proposals rated "Conditionally Acceptable" and "Unacceptable" are not opened.

Moffatt & NicholRaleigh, NC 27609

Penne Wilson ConsultingSturgeon Bay, WI 54235

%

30.4%

0.8%

3.5%

20.0%

% Sub

13

Local

GEI Consultants, Inc.Milwaukee, WI 53226

- Unacceptable

41.0%

35.0% 35.0%-

Contract M98001D01, Engineering Services, Dredged Material Management Facility

Procurement & S/W/MBE Summary Information

M98001D01 Cost Center:Engineering Services, Dredged Material Management Facility

Total# of Proposals 3# of Acceptable Proposals 1

Proposals (listed by rank)Negotiated Price

Acceptable?

54.6%

Local Office Preference?

% SWMBESubmitted Price

Ramboll Americas Engineering Solutions, Inc.Milwaukee, WI 53204

$1,295,911.00Acceptable 24.2%

$1,295,911.00Foth Infrastructure & Environment, LLCMilwaukee, WI 53132

- Unacceptable 15.0%-

9/28/2021 1 M98001D01

S/W/MBE Document Takers:

If no or low S/W/MBE participation, explain why:

Additional Comments:

AWARDEE INFORMATION

Company:Contact Person:Phone Number:E-mail Address:

EEO DATA

Location: Total # of Employees 673

Total % Total %Minorities 54 8.0% Females 229 34.0%Asian 22 3.3% Asian 9 1.3%Black or African American 13 1.9% Black or African American 7 1.0%Hispanic or Latino 18 2.7% Hispanic or Latino 4 0.6%Native American 1 0.1% Native American 1 0.1%Other Minority 0 0.0% Other Minority 0 0.0%

22.0% 49.0%

The Prime Consultant intends to (1) request participants from the Regional Internships in Science and Engineering (RISE) program if possible, and (2) perform outreach to other underrepresented minority internship programs. This second option is part of the Prime Consultants corporate Equity, Diversity, and Inclusion (EDI) program. The Prime Consultant will include interns on the DMMF project which may include but not be limited to: • Data tabulations, excel spreadsheets, QC summaries • Organizing data, figures, or other exhibits to support workshops, group meetings, and permit submittals • Drafting meeting minutes • Supporting report development and assembling appendix information

The intern participation target will be 1% of the contract revenue.

RambollCraig Harley

(262) [email protected]

OUTREACH INFORMATION

AMI Consulting Engineers, PA, Applied Science, Inc., GESTRA Engineering, Inc., Himalayan Consultants, LLC, K. Singh & Associates, Inc., Kapur & Associates, L&R Engineering Services, LLC, Marek Landscaping, LLC, NuGen Companies, LLC, Oneida Total Integrated Enterprises, Ruekert & Mielke, Inc., Stony Point Hydrology LLC, The Reese Group, LLC, The Sigma Group

The Procurement team performed the following outreach: advertised in the Daily Reporter, sent targeted emails and an e-mail notification via B2GNow to all registered firms in the categories of Marine Construction Design and Permitting, and Professional Services. 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.

NA

333 W Washington Street Syracuse, NY 13202

Labor Market Availability - Minorities Labor Market Availability - Females

9/28/2021 2 M98001D01

PRIME PERFORMANCE HISTORY - S/W/MBE COMPLIANCE

9/28/2021 3 M98001D01

Item 9

COMMISSION FILE NO: 21-138-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Approval of a Change Order to Project G98005P39, 2021 Green Solutions Program, Wauwatosa 2020 Green Alleys

SUMMARY: The Commission is requested to authorize the Executive Director to approve and execute a change order to Project G98005P39, 2021 Green Solutions Program, Wauwatosa 2020 Green Alleys, in a total amount not to exceed $76,000. The 2021 Green Solutions Program funding was allocated in the approved 2021 Capital Budget. The primary goal of the Green Solutions Program is to support the District’s Wisconsin Pollutant Discharge Elimination System permit goal of providing green infrastructure (GI) retention capacity of 50 million gallons. Additionally, this program helps to form mutually beneficial partnerships to generate quantitative data on the effectiveness of GI in managing stormwater runoff in the District’s service area and qualitative data on the implementation and feasibility of various GI practices. Projects funded through this program support the District’s 2035 Vision and implementation of the District’s Regional Green Infrastructure Plan (2013), Urban Biodiversity Plan (2018), Resilience Plan (2019), and 2050 Facilities Plan (2021). Wauwatosa will replace five typical city alleys with green alleys. The green alleys will have a 12-foot-wide strip of porous pavers down their center. Surface water flow will drain through the voids in the pavers to an aggregate storage area beneath. Depending on soil conditions, water will either infiltrate the native soils or be routed by an underdrain to the storm sewer system. Wauwatosa will install a total of 16,590 square feet of porous pavers which will capture 49,770 gallons.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Wauwatosa_2020_Green_Alleys_G98005P39_Change_Order_1_legislative_file.docx 09-15-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

RESOLUTION

Approval of a Change Order to Project G98005P39, 2021 Green Solutions Program, Wauwatosa 2020 Green Alleys

RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to approve and execute a change order to Project G98005P39, 2021 Green Solutions Program, Wauwatosa 2020 Green Alleys, in a total amount not to exceed $76,000.

RELATING TO:

Capital Project Number(s) Impact of Requested Action on Total Project Cost:

G98005 Increase Decrease New Project X No Change

Total Project Cost Analysis Project CostsAdopted 2021 Total Project Cost *Previously Approved Changes $0Approved Total Project Cost *Requested Total Project Cost n/aRequested (Increase)/Decrease $0

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 Green Solutions Program does not have a total project cost because it is a capital program. The 2021 Capital Budget has$5,000,000 for 2021 and the long-range financing plan includes $30 million. The 2021 Capital Budget and the long-rangefinancing plan have sufficient funding for the current request of $76,000. This program is also requested in the 2022 budget.

Budget Review by: Date:

Christine Durkin 9/14/2021

Capital Budget Fiscal NoteTotal Project Cost

Approval of a Change Order to Project G98005P39, 2021 Green Solutions Program, Wauwatosa 2020 Green Alleys

Action to be taken to Long-Range Financing Plan to address Total Project Cost change

Item 10

COMMISSION FILE NO: 21-139-10 DATE INTRODUCED: October 11, 2021

INTRODUCED BY: Executive Director (Signature on File in the Office of the Commission)

REFERRED BY COMMISSION CHAIRPERSON TO: Operations Committee

RELATING TO:

Award of Contract C98063E01, Preliminary Engineering – Siphons – Phase 1

SUMMARY: The Commission is requested to authorize the Executive Director to execute on behalf of District Contract C98063E01, Preliminary Engineering – Siphons – Phase 1, with CDM Smith, Inc., in an amount not to exceed $194,150. CDM Smith, Inc., was the highest scoring proposer through a qualifications-based selection method between two proposals received. The District has approximately 56 miles of active sewer pipes that function as pressurized sewers (force mains, inverted siphons, and pressure sewers) throughout its service area. This project is focused on approximately 8.6 miles of inverted siphons and pressure sewers and has been broken into phases. Phase 1 of this project includes the condition assessment for seven locations with 0.48 miles of inverted siphons. There is little known about the existing condition of the siphons built before the 1940’s. The District needs to better understand the siphon pipes condition and failure mechanism to avoid potential pipe failures and permit violations. Proposed Contract C98063E01 will evaluate the condition of the District’s siphons in the conveyance system and make recommendations for rehabilitation or replacement to extend the life of the assets at least another 35 years. The project scope includes analyzing technology, methodology of how condition assessments would take place, plans, and specifications for a contractor to perform a physical condition assessment of siphons, an analysis of the pipe wall thickness, and an assessment of rates of corrosion or other forms of degradation of pipe strength and to make recommendations of improvements to be taken and phasing of the sites. The evaluation and recommendations will be summarized in a preliminary engineering report.

ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION

FISCAL NOTE S/W/MBE OTHER OP_Award_C98063E01_Preliminary_Engineering_Siphons-Phase1_legislative_file.docx 09-15-21 COMMITTEE ACTION: DATE: COMMISSION ACTION: DATE:

2

SUMMARY (Cont’d)

Award of Contract C98063E01, Preliminary Engineering – Siphons – Phase 1 Under this contract, the consultant will perform the following services:

• Project management. • Preliminary engineering services. • Condition assessment. • Preliminary engineering report. • Bid and award services. • Engineering services during condition assessments.

The duration of this contract is approximately 15 months.

3

RESOLUTION

Award of Contract C98063E01, Preliminary Engineering – Siphons – Phase 1 RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute Contract C98063E01, Preliminary Engineering – Siphons – Phase 1, with CDM Smith, Inc., in an amount not to exceed $194,150.

RELATING TO:

Capital Project Number(s) Impact of Requested Action on Total Project Cost:

C98063 Increase Decrease New Project X No Change

Total Project Cost Analysis Project CostsAdopted 2021 Total Project Cost $1,900,761Previously Approved Changes $0Approved Total Project Cost $1,900,761Requested Total Project Cost n/aRequested (Increase)/Decrease $0

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

CommentsIn the 2021 budget, funding is included in project C07036 which is retitled and renumbered C98063 in the 2022 proposed budget. The project is renumbered and retitled to reflect the actual work being performed. The work is no longer subsystemspecific.

Budget Review by: Date:

Christine Durkin 9/14/2021

Capital Budget Fiscal NoteTotal Project Cost

Award of Contract C98063E01, Preliminary Engineering – Siphons – Phase 1

Action to be taken to Long-Range Financing Plan to address Total Project Cost change

Contract # PRS

PROPOSAL SUMMARYProposal Receipt Date: 8/19/2021

SWMBE00

SUBCONSULTANT INFORMATION

Type Type of Work Amount

MBE Field support services $39,550.00

ECONOMIC DEVELOPMENT ELEMENTS

Y Mentor Protégé?

Local

Subconsultant NameKSingh & Associates, Inc.Wauwatosa, WI 53222

Compensation packages for proposals rated "Conditionally Acceptable" and "Unacceptable" are not opened.

N

Negotiated PriceAcceptable? % Sub

22

Total# of Proposals 2# of Acceptable Proposals 2

Award of Contract C98063E01, Preliminary Engineering – Siphons – Phase 1

Procurement & S/W/MBE Summary Information

C98063E01 Cost Center:Preliminary Engineering - Siphons-Phase 1

Local Office Preference?

% SWMBESubmitted Price

CDM Smith, Inc.Milwaukee, WI 53202

$194,150.00Acceptable 20.4%

$194,150.00

Brown and CaldwellMilwaukee, WI 53202

- Acceptable 21.6%$189,420.00

Proposals (listed by rank)

20.4%

21.6%

%

20.4%

9/27/2021 1 C98063E01

S/W/MBE Document Takers:

If no or low S/W/MBE participation, explain why:

Additional Comments:

AWARDEE INFORMATION

Company:Contact Person:Phone Number:E-mail Address:

EEO DATA

Location: Total # of Employees 3401

Total % Total %Minorities 715 21.0% Females 1,141 33.5%Asian 296 8.7% Asian 101 3.0%Black or African American 129 3.8% Black or African American 60 1.8%Hispanic or Latino 242 7.1% Hispanic or Latino 82 2.4%Native American 9 0.3% Native American 2 0.1%Other Minority 39 1.1% Other Minority 19 0.6%

26.0% 48.0%

OUTREACH INFORMATION

Labor Market Availability - Minorities Labor Market Availability - Females

330 E. Kilbourn Avenue, Suite 1149 Milwaukee, WI 53202

Applied Science, Inc.; Applied Technologies Inc.; Bloom Companies, LLC; Cathodic Protection Management, Inc.; GESTRA Engineering, Inc.; International Automation, LLC; K. Singh & Associates, Inc.; Kapur; National Power Rodding Corp.; Oneida Total Integrated Enterprises; Ruekert & Mielke, Inc.; The Sigma Group

The Procurement team performed the following outreach: advertised in the Daily Reporter, sent an e-mail notification to all registered firms in the Architecture & Engineering and Professional Services categories, and sent targeted e-mails to 79 SWMBE engineering firms. 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.

n/a

n/a

CDM Smith, Inc.Matthew J. Bednarski

(414) [email protected]

9/27/2021 2 C98063E01

PRIME PERFORMANCE HISTORY - S/W/MBE COMPLIANCE

Note: Only contracts that are at least 50% complete are included in the table above.

Contract Title Start DatePercent

CompleteContract

ValuePayments to

PrimeProposed SWMBE $

Proposed SWMBE %

SWMBE Actuals $

SWMBE Actuals %

C05051D01 - Eng Svcs, Edgewood NSC Extension 6/10/2019 74% 908,835$ 671,753$ 352,901$ 39% 306,310$ 46%M03016P05 - Ad Hoc & On Site Modeling Phase II 6/24/2013 100% 1,173,354$ 1,173,161$ 202,638$ 17% 142,289$ 12%M03062P01 - 30th St. Corridor Stormwater Study 7/1/2012 100% 662,188$ 662,071$ 223,820$ 34% 70,323$ 11%S02008E01 - SSWRF Capacity Improvements Project Preliminary Engineering 10/23/2013 100% 793,795$ 792,393$ 163,522$ 21% 179,196$ 23%W11030D01 - 30th Street Corridor Wet Weather Relief 8/24/2014 98% 2,358,697$ 2,306,889$ 581,891$ 25% 531,298$ 23%

9/27/2021 3 C98063E01

OPERATIONS COMMITTEE MEETING

October 11, 2021

EXECUTIVE DIRECTOR’S REPORT

21-001-01 A. Monthly Reports B. Update on Area of Concern’s Kletzsch Dam Fish Passage (Beth Wentzel)

Sun Mon Tue Wed Thu Fri Sat

1 2

3 4 5 6 7 8 9

10 11 COLUMBUS DAY

Budget Public Hearing-8:30

a.m.

Operations Committee-

9:00 a.m.

PF&P Committee-9:05

12 13 14 15 16

17 18 19 20 21 22 23

24 25 Commission-9:00

a.m.

26 27 28 29 30

31 HALLOWEEN

October 2021