ELECTRONIC PACKET. May 22, 2017 Commission Meeting. RELEASED: Monday, May 15, 2017

Similar documents
ELECTRONIC PACKET JANUARY 9, 2017 POLICY, FINANCE, & PERSONNEL COMMITTEE MEETING. RELEASED: Tuesday, January 3, 2017

ELECTRONIC PACKET. February 11, 2019 POLICY, FINANCE, & PERSONNEL COMMITTEE MEETING. RELEASED: Monday, February 4, 2019

ELECTRONIC PACKET. March 26, 2018 Commission Meeting. RELEASED: Monday, March 19, 2018

ELECTRONIC PACKET. January 23, 2017 Commission Meeting. RELEASED: Tuesday, January 17, 2017

Standard Operating Procedure: Implementation of the Inspection and Maintenance Program Under the Long Creek Watershed Management Plan

Ingham County Land Bank Fast Track Authority RESIDENTIAL REAL ESTATE PROFESSIONALS

WASTEWATER SERVICE CHARGES EFFECTIVE FOR ALL BILLS ISSUED ON AND AFTER AUGUST 1, 2003

Community Development Department

STORMWATER MANAGEMENT SYSTEM AND FACILITIES

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of June 17, 2017

SCOPE OF WORK DEVELOPMENT OF A SOCIO-ECONOMIC IMPACT ANALYSIS FOR THE PRELIMINARY REGIONAL HOUSING PLAN FOR THE SOUTHEASTERN WISCONSIN REGION

Chapter 10: Implementation

MITIGATION POLICY FOR DISTRICT-PROTECTED LANDS

WASTEWATER SERVICE CHARGES EFFECTIVE FOR ALL BILLS ISSUED ON AND AFTER AUGUST 1, 2005

Fixed Asset Management

ADDENDUM NO. 1 January 26, 2018 JOB ORDER CONTRACT FLEET AND FACILTY MANAGEMENT

The City of Dayton has received questions relating to our RFP No JL.

Marin County Agricultural Land Conservation Program March 1, 2014

Residential Major Subdivision Review Checklist

SCHOOL BOARD ACTION REPORT

JURISDICTIONAL RUNOFF MANAGEMENT PROGRAM ENFORCEMENT RESPONSE PLAN

WASHTENAW COUNTY BROWNFIELD REDEVELOPMENT AUTHORITY ACT 381 WORK PLAN TO CONDUCT ELIGIBLE DEQ RESPONSE AND/OR MSF NON-ENVIRONMENTAL ACTIVITIES

REQUEST FOR QUALIFICATIONS FOR HOUSING ACQUISITION, RELOCATON, DEMOLITION CONSULTANT/REHABILITATION SPECIALIST WISE COUNTY, VIRGINIA

REQUEST FOR PROPOSAL/QUALIFICATIONS ENGINEERING SERVICES TOWNSHIP ENGINEER

Chesapeake Bay Preservation Area (CBPA) Map Update. Presentation to the County Board July 15, 2017

REQUEST FOR PROPOSALS LIHTC PROPERTY MANAGEMENT CONSULTING MAKAH TRIBAL HOUSING DEPARTMENT

City Council Committee Meeting

Louisville and Jefferson County Metropolitan Sewer District WASTEWATER SERVICE CHARGES EFFECTIVE FOR ALL BILLS ISSUED ON AND AFTER AUGUST 1, 2013

REQUEST FOR PROPOSAL FOR ENGINEERING DESIGN SERVICES. Channel Reconstruction at Short Hills Garden Apartments Site Millburn, New Jersey

CHECKLIST FOR DEVELOPMENT REVIEW

Residential Minor Subdivision Review Checklist

City of Boerne, Texas Incentives Policy

Item 7.1, June 29, 2004 ACQUISITION OF THE GLOBAL PHOTON PROPERTY FOR THE GUADALUPE RIVER PARK

RESOLUTION NO

Community Based Public Private Partnership (CBP3) Great Lakes & St Lawrence Cities Initiatives

VIRGINIA CENTRAL REGION ITS ARCHITECTURE MAINTENANCE PLAN

Housing Program Application (HOME & HTF) County of Bucks, Pennsylvania Housing Services

TOWNSHIP SERVICES POLICY PREPARED BY: ALAN BRUBAKER, P.E., P.S. SUMMIT COUNTY ENGINEER

DESCRIPTION OF THE DISTRICT

MIDWAY CITY Municipal Code

City of O Fallon Project Management

Request to Advertise: Chesapeake Bay Preservation Area (CBPA) Map Update. June 20, 2017

Town Centre Community Improvement Plan

H. UNIVERSITY PROCUREMENT CODE

City of Brandon Brownfield Strategy

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

South Park County Sanitation District

VILLAGE OF ASHVILLE DEPARTMENT OF PUBLIC UTILITIES DIVISION OF STORMWATER MANAGEMENT STORMWATER MANAGEMENT PROGRAM STORMWATER CREDIT MANUAL

EXHIBIT A. City of Corpus Christi Annexation Guidelines

HERSHEY COMMUNITY CENTER

Introduction to INRMP Implementation Options

TOTTENHAM SECONDARY PLAN

Shawnee Landing TIF Project. City of Shawnee, Kansas. Need For Assistance Analysis

SOUTH VILLAGE TAX INCREMENT FINANCING DISTRICT (TIF) COMMERCIAL REHABILITATION PROGRAM GUIDELINES & APPLICATION

002 - Assessor GENERAL GOVERNMENT SERVICES ASSESSOR Assessor. At a Glance:

CITY OF FORT COLLINS NATURAL AREAS AND CONSERVED LANDS EASEMENT POLICY

Edith A. Schneider Trust. Rezoning from F & B3 to E-1

OFFICE OF PROPERTY ASSESSMENT FISCAL YEAR 2017 BUDGET TESTIMONY April 6, 2016 INTRODUCTION

SIMPLIFIED APPROACH PERMIT PROCEDURES

Arlington County, Virginia. Internal Audit of the Real Estate Assessment Appeals Process Calendar Year Ended December 31, 2014

Community Development Department

Barbara County Housing Element. Table 5.1 Proposed Draft Housing Element Goals, Policies and Programs

A STUDY OF TRANSFER OF DEVELOPMENT RIGHTS (TDR) IN THURSTON COUNTY, WASHINGTON

County of Sonoma Agenda Item Summary Report

True Vine Development

CHARTER TOWNSHIP OF FENTON SEWER SYSTEM FINANCIAL OVERVIEW MARCH, 2018

Office of the County Auditor. Broward County Property Appraiser Report on Transition Review Services

BUILDINGS, LAND AND LAND IMPROVEMENTS

Conservation Easement Stewardship

REQUEST FOR DEVELOPMENT SERVICES, PLANNING AND ENGINEERING COMMITTEE ACTION

Administrative Plat Application Form

PROPERTY management. Case Studies

VILLAGE BOARD MEETING STAFF REPORT

I. STATEMENT BY GENERAL COUNSEL APPROVAL OF THE AGENDA

Post Construction Stakeholder Involvement Charles Brown Town of Cary. TOWN Of CARY

Request for Proposals HQS Inspection Services May 21,

LITHUANIAN HOUSING MODERNIZATION PROGRAM. valius serbenta housing energy efficiency agency

Major Impact Review for Solar Energy System, Large River Frontage Road, New Castle - Garfield County File Number MIPA

Silver Line Acceptance

LORAIN COUNTY GENERAL HEALTH DISTRICT SEWAGE TREATMENT SYSTEM RULES

Real Estate Acquisitions Audit (Green Line LRT Stage 1)

SITE PLAN REVIEW ADMINISTRATIVE REVIEW. Please Note: Once submitted to the County, all application materials become a matter of public record.

NC General Statutes - Chapter 153A Article 15 1

RECITALS STATEMENT OF AGREEMENT. Draft: November 30, 2018

ACCOUNTING FOR CAPITAL ASSETS. Presented by: Joel Knopp, CPA Shareholder

Revenue Summary Chart - Sewer Service Fees

23 TOTAL ACRES IN CHICAGO, IL REDEVELOPMENT OPPORTUNITY OF 18 ACRES IN THE NORTH BRANCH INDUSTRIAL CORRIDOR AND 5 ACRES IN THE ENGLEWOOD NEIGHBORHOOD

Request for Proposals for the Development of the Downtown Vision

CAPITAL IMPROVEMENT PLAN POLICY/PROCEDURE Approved by the Town Council at the Town Council Meeting

SANTA MONICA RENT CONTROL BOARD STAFF REPORT

Orange Water and Sewer Authority Water and Sewer System Development Fee Study

SCHEDULE OF RATES, RENTALS & CHARGES

METROPOLITAN COUNCIL 390 North Robert Street, St. Paul, MN Phone (651) TDD (651)

ARTICLE 24 SITE PLAN REVIEW

Housing Commission Report

Metropolitan Milwaukee Office Market Report Third Quarter 2015

Resource Protection Area Map Update - Frequently Asked Questions

PART ONE - GENERAL INFORMATION

SUBURBAN AND URBAN RESIDENTIAL LAND USE

ADOPT A RESOLUTION REGARDING

Transcription:

ELECTRONIC PACKET May 22, 2017 Commission Meeting RELEASED: Monday, May 15, 2017

COMMISSION MEETING May 22, 2017 OPERATIONS AND MAINTENANCE REPORT FOR APRIL 2017 PAT OBENAUF & SCOTT ROYER 17-004-01 PowerPoint presentation from Patrick Obenauf, Manager of Contract Compliance, and Scott Royer, General Manager, Veolia Water Milwaukee, LLC

Item 1 COMMISSION FILE NO: 17-043-5 DATE INTRODUCED: May 8, 2017 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Award of Contract J04040C01, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, and Approve Changes in Total Project Costs SUMMARY: The Commission is requested to award and to direct the Executive Director to execute on behalf of the District Contract J04040C01, Jones Island Dewatering and Drying (D&D) Building Freight and Passenger Elevators Modernization, to Mid-American Elevator Company, Inc., (Mid- American) in the amount of $2,198,856. Mid-American was the only responsible, responsive bidder and the only bid received. Further, the Commission is requested to increase the total project cost for Project J04040, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, by $70,301 for an amended total project cost of $2,680,732, and to make a corresponding change to the total project cost for Project M99001, Allowance for Cost and Schedule Changes. The D&D Building located at the Jones Island Water Reclamation Facility has been in service since 1994. The movement of people, both the public and plant staff, equipment, and materials is vital to the continued operation of the D&D Building. There are two elevators that service the D&D Building. Elevator No. 1 is a passenger elevator while Elevator No. 2 is the freight elevator, but can also accommodate large groups of passengers during tours of the facility. Both elevators and their associated equipment are original to the building. Currently, both elevators require frequent servicing to maintain safe operation. Elevator interruption causes production downtime and can be a safety hazard. In addition, people occasionally become detained in a stopped elevator. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_Award_J04040C01_D&D_Freight_Passenger_Elevator_legislative_file.docx 04-20-17 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

SUMMARY (Cont d) Award of Contract J04040C01, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, and Approve Changes in Total Project Costs This contract consists of modernizing Elevator No. 1 and Elevator No. 2 in the D&D Building. The purpose of modernizing the two existing elevators is to extend the service life of each elevator and to ensure continued safe operation for both the public and plant staff. This contract includes the following for both elevators: Replacing and upgrading traction machines and hoist motors. Replacing and upgrading elevator controls with digital closed loop microprocessors. Refurbishing elevator cars. Performing mechanical and electrical upgrades to elevator shafts and machine rooms. Miscellaneous architectural upgrades. The duration of this contract is 14 months. The low bid received by the District is more than budgeted, and staff requests to increase the total project cost accordingly. Consistent with the Agreement for Management, Operations, and Maintenance Services between the District and Veolia Water Milwaukee, LLC, (VWM) VWM will make a $20,000 contribution to the District for this project. 2

RESOLUTION Award of Contract J04040C01, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, and Approve Changes in Total Project Costs RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that Contract J04040C01, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, is awarded to Mid-American Elevator Company, Inc., in the amount of $2,198,856, and that the Executive Director is directed to execute a contract on behalf of the District. FURTHER RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the total project cost for Project J04040, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, is increased by $70,301 for an amended total project cost of $2,680,732, and that a corresponding change is made to the total project cost for Project M99001, Allowance for Cost and Schedule Changes. 3

Capital Budget Fiscal Note Total Project Cost RELATING TO: Award of Contract J04040C01, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, and Approve Changes in Total Project Costs Capital Project Number(s) J04040-D&D Freight & Passenger Elevator Rehab Impact of Requested Action on Total Project Cost: X Increase Decrease New Project No Change Total Project Cost Analysis Project Costs Adopted 2017 Total Project Cost $2,610,431 Previously Approved Changes $0 Approved Total Project Cost $2,610,431 Requested Total Project Cost $2,680,732 Requested (Increase)/Decrease ($70,301) Action to be taken to Long-Range Financing Plan to address Total Project Cost change X 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 low bid received by the District is more than budgeted, and staff requests to increase the total project cost accordingly. Consistent with the Agreement for Management, Operations, and Maintenance Services between the District and Veolia Water Milwaukee, LLC, (VWM) VWM will make a $20,000 contribution to the District for this project. Budget Review by: Date: Theresa Zwieg 4/11/2017

Bid & S/W/MBE Information Award of Contract J04040C01, Jones Island Dewatering and Drying Building Freight and Passenger Elevators Modernization, and Approve Changes in Total Project Costs Cost Center: 41 Bid Opening Date: March 24, 2017 Total S/W/MBE Local No. of Bids 1 0 0 No. of Responsive Bids 1 0 0 Bids (listed low to high) (Name/City/State/Zip) Price Responsive/ Non-Responsive/ Not Reviewed % Subcontractor % S/W/MBE Mid-American Elevator Co. Chicago, IL 60622 $2,198,856.00 Responsive 5.5% 5.5% Low Bid Information Subcontractor MBE/WBE/SBE/VBE Firms MBE: Allcon Construction LLC Butler, WI 53007 WBE: Belonger Corporation Inc. West Bend, WI 53095 SBE: Type of Work % Amount Electrical 2.7% $59,856.00 HVAC 2.8% $62,000.00 VBE: 04/28/17 J04040C01-1 -

Non- MBE/WBE/SBE/VBE Subcontractors Type of Work % Amount NA List reason(s) if no MBE/WBE/SBE Involvement: As this is a highly specialized project requiring specialized skillsets, the bid responsiveness was very low. Extraordinary outreach attempts were made to obtain increased participation but the result was still quite low, resulting in one bidder. Local Workforce Participation Requirement: A. Sanitary Sewer Service Area Employment: 45% B. Target Area Employment: 20% Apprentice Utilization As Bid: 2 Bids Non-Responsive: Comments: S/W/MBE Planholders: Allcon Construction LLC, Belonger Corporation, Inc. Media Ads: Yes No Name of Publication: Daily Reporter 04/28/17 J04040C01-2 -

Information for Low Bid (Over $10,000) Company Name: Mid-American Elevator Contact Person: Patrick Stacy Phone: 773-486-6900 EEO DATA: a) Total Number of Employees: 130 Total Percentage Total Percentage b) Minorities 11 8.5% c) Female 15 11.5% Hispanic 5 3.8% Hispanic 0 0.0% African American 5 3.8% African American 1 0.8% Native American 0 0.0% Native American 0 0.0% Asian 1 0.8% Asian 0 0.0% d) Labor Market Availability: Minorities: 16.2% Females: 48% 04/28/17 J04040C01-3 -

Item 2 COMMISSION FILE NO: 17-044-5 DATE INTRODUCED: May 8, 2017 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Award of Contract J04051C01, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, and Approve Changes in Total Project Costs SUMMARY: The Commission is requested to award and to direct the Executive Director to execute on behalf of the District Contract J04051C01, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, to J.F. Ahern in the amount of $335,000. J.F. Ahern was the lowest responsible, responsive bidder among three bids received. Further, the Commission is requested to decrease the total project cost for Project J04051, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, by $112,325 for an amended total project cost of $670,103 and to make a corresponding change to the total project cost for Project M99001, Allowance for Cost and Schedule Changes. The Jones Island Water Reclamation Facility Dewatering and Drying (D&D) Facility has been in service since 1994. The D&D Facility converts sludge to Milorganite product. The Milorganite production process includes 12 rotary sludge dryers used to heat-dry dewatered biosolids producing Milorganite. The dried biosolids are transported from the dryers to other processes within the D&D Facility using various conveyors. Conveyors throughout the D&D Facility are experiencing various degrees of wear, which leads to breakdown of the equipment. This condition results in inefficient and unreliable biosolids conveyance equipment and reduced Milorganite production. To ensure that the D&D Facility continues to process biosolids and create Milorganite, the District has been developing and implementing multiple projects to replace these conveyors. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_Aw_J04051_JIWRF_Main_AirBelt_legislative_file.docx 04-17-17 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

SUMMARY (Cont d) Award of Contract J04051C01, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, and Approve Changes in Total Project Costs The Main Recycle Air Belt Feed Screw Conveyors transport material from the Recycle Product Bin to the Main Recycle Air Belt. One screw conveyer services the north side of the building, one the south side, and the third is redundant and can service both sides of the building. The existing conveyors were installed in 1999, show extensive wear, and need replacing. The scope of this contract includes removing and replacing all three Main Recycle Air Belt Feed Screw Conveyors. The new conveyors will be equipped with deflagration (explosion relief) venting. Additionally, the project will replace the dust collection connections, motors, and zero speed switches. The duration of the contract is 353 days. The low bid received by the District is less than budgeted, and staff requests to decrease the total project cost accordingly. Consistent with the Agreement for Management, Operations, and Maintenance Services between the District and Veolia Water Milwaukee, LLC, (VWM), VWM will make a $30,000 contribution to the District for this project. 2

RESOLUTION Award of Contract J04051C01, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, and Approve Changes in Total Project Costs RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that Contract J04051C01, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, is awarded to J.F. Ahern in the amount of $335,000, and that the Executive Director is directed to execute a contract on behalf of the District. FURTHER RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the total project cost for Project J04051, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, is decreased by $112,325 for an amended total project cost of $670,103, and that a corresponding change is made to the total project cost for Project M99001, Allowance for Cost and Schedule Changes. 3

Capital Budget Fiscal Note Total Project Cost RELATING TO: Award of Contract J04051C01, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, and Approve Changes in Total Project Costs Capital Project Number(s) J04051-MRAB Feed Screw Replacements Impact of Requested Action on Total Project Cost: Increase X Decrease New Project No Change Total Project Cost Analysis Project Costs Adopted 2017 Total Project Cost $782,428 Previously Approved Changes $0 Approved Total Project Cost $782,428 Requested Total Project Cost $670,103 Requested (Increase)/Decrease $112,325 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 X Transfer to Allowance for Cost and Schedule Changes Comments The low bid received by the District is less than budgeted and staff requests to decrease the total project cost accordingly. Consistent with the Agreement for Management, Operations, and Maintenance Services between the District and Veolia Water Milwaukee, LLC, (VWM), VWM will make a $30,000 contribution to the District for this project. Budget Review by: Date: Theresa Zwieg 4/12/2017

Bid & S/W/MBE Information Award of Contract J04051C01, Jones Island Water Reclamation Facility Main Recycle Air Belt Feed Screw Replacement Project, and Approve Changes in Total Project Costs Cost Center: 41 Bid Opening Date: March 30, 2017 Total S/W/MBE Local No. of Bids 3 1 2 No. of Responsive Bids 3 1 2 Bids (listed low to high) (Name/City/State/Zip) J.F. Ahern Co. Fond du Lac, WI 54935 Price Erecting Co. Inc (MBE) Milwaukee, WI 53214 Marshall Erecting Milwaukee, WI 53211 Price Responsive/ Non-Responsive/ Not Reviewed % Subcontractor % S/W/MBE $335,000.00 Responsive 6.1% 3.008% $342,200.00 Responsive 77.9% 30.6% $344,050.00 Responsive 0.0% 2.0% Low Bid Information Subcontractor MBE/WBE/SBE/VBE Firms MBE: Sanchez Coating & Env. Wausau, WI 54401 WBE: Type of Work % Amount Painting 0.4% $1,200.00 SBE: VBE: Mill Equipment Co., Inc. Burlington, WI 53105SBE: Installation 2.6% $9,000.00 05/10/17 J04051C01-1 -

Non- MBE/WBE/SBE/VBE Subcontractors Type of Work % Amount Pieper Electric Electrical 3.1% $10,235.00 New Berlin, WI List reason(s) if low MBE/WBE/SBE Involvement: More than $250,000 of the total bid is tied to the procurement of equipment, and there is a lack of SWMBE firms willing to bid on electrical services. Note that if the second lowest bidder was not itself a SWMBE firm, the participation submitted in their bid would be less than 1%. Local Workforce Participation Requirement: A. Sanitary Sewer Service Area Employment: 45% B. Target Area Employment: 20% Apprentice Utilization As Bid: 0 Bids Non-Responsive: Comments: S/W/MBE Planholders: Mill Equipment Co. Inc., Thomas A. Mason Co. Inc., Price Erecting Co., Inc. Media Ads: Yes No Name of Publication: Daily Reporter 05/10/17 J04051C01-2 -

Information for Low Bid (Over $10,000) Company Name: J.F. Ahern Contact Person: Ashley Kahlhamer Phone: 920-921-9020 EEO DATA: a) Total Number of Employees: 1347 Total Percentage Total Percentage b) Minorities 45 3.3% c) Female 184 13.7% Hispanic 22 1.6% Hispanic 2 0.2% African American 12 0.9% African American 1 0.1% Native American 8 0.6% Native American 1 0.1% Asian 3 0.2% Asian 0 0.0% d) Labor Market Availability: Minorities: 16.2% Females: 48% 05/10/17 J04051C01-3 -

Item 3 COMMISSION FILE NO: 17-045-5 DATE INTRODUCED: May 8, 2017 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Modification Number Two, Contract S04025C01, South Shore Water Reclamation Facility Hot Water Boiler Control Systems Improvements, Restore the Executive Director s Original Delegated Authority, and Approve Changes in Total Project Cost SUMMARY: The Commission is requested to authorize the Executive Director to execute Modification Number Two to Contract S04025C01, South Shore Water Reclamation Facility (SSWRF) Hot Water Boiler Control Systems Improvements, with Next Electric, Inc., (Next) in an amount not to exceed $3,018 and to restore the Executive Director s authority for approving future modifications. Further, the Commission is requested to increase the total project cost for Project S04025, SSWRF Hot Water Boiler Control Systems Improvements, by $52,898 for an amended total project cost of $650,922 and to make a corresponding change to the total project cost for Project M99001, Allowance for Cost and Schedule Changes. The Commission awarded Contract S04025C01 in July 2016. The purpose of the contract is to upgrade components of Boilers No. 3 and No. 4 to improve system reliability and efficiency. The original contract scope of work includes removing and replacing the following components for each boiler: Boiler burner and blower Natural gas fuel train Digester gas fuel train Boiler instrumentation Local control systems ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_S04025C01_Mod1_legislative_file.docx 04-20-17 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

SUMMARY (Cont d) Modification Number Two, Contract S04025C01, South Shore Water Reclamation Facility Hot Water Boiler Control Systems Improvements, Restore the Executive Director s Original Delegated Authority, and Approve Changes in Total Project Cost When the contractor started work to replace the boiler burner, it was discovered that the firebox was flooded with water. The firebox must be dry to properly operate the burner and boiler. Installing the new burner equipment under the existing conditions would also void the new burner manufacturer s warranty. Further inspection revealed that the boiler tubes were leaking and needed a full replacement (several hundred tubes). Staff requested and received a cost estimate from Next to replace all tubes. Next s proposed cost to replace the tubes on Boiler No. 4, $52,898, was comparable to a 2016 competitively bid contract to replace the tubes in Boiler No. 3. This cost consists of $49,880 to a subcontractor that would perform the tube replacement (PBBS Equipment Corporation, Menomonee Falls) plus a $3,018 contractor markup for Next. Staff authorized Next to proceed with the boiler tube replacement work without the $3,018 contractor markup. This allowed the necessary boiler replacement to proceed without any delays. This proposed amendment allows the District to compensate Next for contractor markup on the subcontract. Contact SUMMARY OF CONTRACT COST CHANGES Amount Percentage Increase Authorized By Original $ 366,500 - Commission Modification No. 1 $ 49,880 13.6% Director of Technical Services Modification No. 2 $ 3,018 0.8% Requested of the Commission Total Modifications $ 52,898 14.4% Total Contract $ 419,398 The Commission has delegated to the Executive Director the authority to make cumulative construction contract modifications of $50,000 for contracts less than $500,000 as approved by the Commission. To date, the Executive Director has $120 authority remaining. The request to restore the Executive Director s authority is based on potential future modifications. If issues arise that necessitate additional contract modifications beyond the $120, the contractor could have to stop work while staff requests the necessary authority from the Commission. This could result in contractor claims and additional costs to the District. 2

SUMMARY (Cont d) Modification Number Two, Contract S04025C01, South Shore Water Reclamation Facility Hot Water Boiler Control Systems Improvements, Restore the Executive Director s Original Delegated Authority, and Approve Changes in Total Project Cost The request to increase the total project cost by $52,898 is due to the two contract modifications increasing costs beyond that budgeted. 3

RESOLUTION Modification Number Two, Contract S04025C01, South Shore Water Reclamation Facility Hot Water Boiler Control Systems Improvements, Restore the Executive Director s Original Delegated Authority, and Approve Changes in Total Project Cost RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute Modification Number Two to Contract S04025C01, South Shore Water Reclamation Facility Hot Water Boiler Control Systems Improvements, with Next Electric, Inc., in an amount not to exceed $3,018 and that the Executive Director s original delegated authority is restored. FURTHER RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the total project cost for Project S04025, South Shore Water Reclamation Facility Hot Water Boiler Control Systems Improvements, is increased by $52,898 for an amended total project cost of $650,922 and that a corresponding change is made to the total project cost for Project M99001, Allowance for Cost and Schedule Changes. 4

Capital Budget Fiscal Note Total Project Cost RELATING TO: Modification Number Two, Contract S04025C01, South Shore Water Reclamation Facility Hot Water Boiler Control Systems Improvements, Restore the Executive Director s Original Delegated Authority, and Approve Changes in Total Project Cost Capital Project Number(s) S04025-HW Boiler Control Systems Improvements Impact of Requested Action on Total Project Cost: X Increase Decrease New Project No Change Total Project Cost Analysis Project Costs Adopted 2017 Total Project Cost $598,024 Previously Approved Changes $0 Approved Total Project Cost $598,024 Requested Total Project Cost $650,922 Requested (Increase)/Decrease ($52,898) Action to be taken to Long-Range Financing Plan to address Total Project Cost change X 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 Upon the beginning of work to replace the boiler burner additional, unbudgeted work was discovered as needed. The requested increase to total project cost is to cover these unanticipated expenditures. Budget Review by: Date: Theresa Zwieg 4/11/2017

COMMISSION FILE NO: 17-046-5 DATE INTRODUCED: May 8, 2017 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee Item 4 REVISED RELATING TO: Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 SUMMARY: The Commission is requested to authorize the Executive Director to approve five projects, W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31, under the 2017 Green Infrastructure Partnership Program (GIPP) in a total amount not to exceed $1,215,191. The 2017 GIPP funding was allocated in the approved 2017 Capital and Operations and Maintenance budgets. Nine additional project awards, W96001P21, W96001P23, W96001P26, W96001P27, W96001P28, W96001P30, W96001P32, W96001P33, and M03090P07, are within the Executive Director s authority and therefore are not requested for approval. They are included in this document as reference only. The primary goals of this program are to support the District s 2035 Vision, implement the Regional Green Infrastructure Plan, and continue progress toward the goal of providing 740 million gallons of stormwater capture capacity in any given storm by 2035. Additionally, this program helps to form mutually beneficial partnerships to generate quantitative data on the effectiveness of green infrastructure (GI) in managing stormwater runoff in the District s service area and qualitative data on the implementation and feasibility of various GI practices. The District received 20 proposals from private property owners, municipalities, and developers in response to the District s notice and application. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_2017_Green_Infrastructure_Partnership_Program_legislative_file.docx 04-20-17 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

SUMMARY (Cont d) Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 The following projects and partners are recommended for funding and are requested for Commission approval: Project Name Applicant Award $ Project Number Greenprint for Milwaukee Milwaukee County War Shoreline Phase I Memorial, Inc. $366,966 W96001P25 Coakley Site Renovation Project Coakley Brothers Moving and Brothers Business Interiors $330,541 W96001P29 Schlitz Audubon Stormwater Wetland & Habitat Restoration Schlitz Audubon Nature Center $189,280 W96001P22 WasserGärten at The 42 SSL Milwaukee, LLC $166,436 W96001P31 Community-Based Park Reconstruction, MKE Plays City of Milwaukee, MKE Plays $161,968 W96001P24 Total $1,215,191 These projects are summarized below. Greenprint for Milwaukee Shoreline Phase 1, submitted by Milwaukee County War Memorial (W96001P25) Greenprint for Milwaukee Shoreline Phase 1 is the on-the-ground first phase of a larger comprehensive plan to renovate 2.8 miles of Milwaukee s shoreline from Michigan Avenue north through Veteran s Park into McKinley Marina Park using sustainable design elements. The project will capture stormwater before it enters Lake Michigan, naturalizing the shoreline by including native landscaping, natural buffers, and habitat enhancement, while moving parking away from the shoreline itself. Location: 750 N. Lincoln Memorial Drive, Milwaukee, WI Gallons Captured: 152,598 GI Strategies: Native Landscaping, Porous Pavement, and Bioswales 2

SUMMARY (Cont d) Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 Coakley Site Renovation Project, submitted by Coakley Brothers Moving and Brothers Business Interiors (W96001P29) The Coakley Site Renovation Project incorporates a wide variety of GI strategies to mitigate stormwater runoff on a site at the south end of the 6 th Street Viaduct. The project will include a blue roof on the seven-story tower building that will include smart controls to catch and harvest stormwater. Location: 400 S. 5 th Street, Milwaukee, WI Gallons Captured: 163,193 GI Strategies: Native Landscaping, Porous Pavement, Cisterns, Stormwater Trees, Bioswales, Rain Gardens, and Blue Roof with Smart Drain Technology Schlitz Audubon Stormwater Wetland & Habitat Restoration, submitted by Schlitz Audubon Nature Center (W96001P22) The Schlitz Audubon Stormwater Wetland & Habitat Restoration Project is part of a multiphase project that will create new wetlands and enhance and restore existing wetlands to slow, store, and filter stormwater on Schlitz Audubon Nature Center s coastal Lake Michigan wildlife sanctuary. Location: 1111 E. Brown Deer Road, Milwaukee, WI Gallons Captured: 2,898,011 GI Strategies: Constructed Wetlands, Native Landscaping, and Stormwater Trees WasserGärten at The 42, submitted by SSL Milwaukee LLC (W96001P31) This project is in the Brewery District at the former Pabst Brewery Complex and will occupy the site previously housing Pabst s distribution/shipping center building. The development will house the new offices of Milwaukee Brewing. The project will create usable rooftop space using smart control technology with a blue roof. Location: 1131 N. 8 th Street, Milwaukee, WI Gallons Captured: 57,931 GI Strategies: Native Landscaping, Porous Pavement, Cisterns, Green Roof, and Blue Roof with Smart Drain Technology 3

SUMMARY (Cont d) Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 Community-Based Park Reconstruction, MKE Plays, submitted by City of Milwaukee, MKE Plays (W96001P24) This project will renovate a playground area located at Witkowiak Park on Milwaukee s near south side. The project will mitigate stormwater runoff through the renovation of a playground area incorporating GI strategies such as permeable synthetic turf designed to provide benefits similar to porous pavement. Location: 1648 S. 4 th Street, Milwaukee, WI Gallons Captured: 70,060 GI Strategies: Porous Pavement, Stormwater Trees, Rain Gardens, and Permeable Synthetic Turf The following projects and partners are included for reference only. They are within the Executive Director s authority and are not requested for Commission approval: Project Name Applicant Award $ Innovation Park Stormwater/Green Infrastructure Demonstration Site Porous Pavement Addition, Underground Storage (Cistern) Installation and Rain Garden Expansion at MillerCoors LLCS Milwaukee Brewery Northwest Side Community Development Corporation 4 Project Number $134,500 W96001P23* MillerCoors Milwaukee Brewery $120,375 W96001P32* Westlawn Gardens Phase 2 Housing Authority of the City of Milwaukee $100,000 W96001P26* Burnham Playfield Project Milwaukee Public Schools Department of Recreation and Community $98,480 W96001P28* ALBA School Playground Project Milwaukee Public Schools $82,225 W96001P33* 2100 Urban Residence The 2100 LLC $51,143 W96001P30* Adams Garden Park Sharon Adams $40,950 W96001P21* Arts at Large Historic Building Renovation with Green Infrastructure Arts at Large $25,000 W96001P27* Big Red Church Green Roof Calvary Presbyterian Church $6,000 M03090P07* *Approval not requested. Total $658,673 These projects are summarized below.

SUMMARY (Cont d) Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 Innovation Park Stormwater/Green Infrastructure Demonstration Site, submitted by Northwest Side Community Development Corporation (W96001P23) This project will capture stormwater using a variety of GI types on the location of a former industrial property within the 30 th Street Corridor. The project includes planting up to 1,000 stormwater trees intended to perform phytoremediation of petroleum in the soil as well as mitigation of stormwater runoff. Location: 4101-4103 N. 31 st Street, Milwaukee, WI Gallons Captured: 56,100 GI Strategies: Native Landscaping, Porous Pavement, Cisterns, Stormwater Trees, and Bioswales Porous Pavement Addition, Underground Storage (cistern) Installation, and Rain Garden Expansion at MillerCoors LLC Milwaukee Brewery, submitted by MillerCoors Milwaukee Brewery (W96001P32) This project creates additional parking needed to accommodate increased brewery production at the MillerCoors Milwaukee Brewery. Several buildings will be removed to create additional parking, with GI strategies used to capture rainwater from these areas. The project also includes an expansion of an existing rain garden. Location: 4001 W. Bluemound Road, Milwaukee, WI Gallons Captured: 252,390 GI Strategies: Porous Pavement, Cisterns, and Rain Gardens Westlawn Gardens Phase 2, submitted by Housing Authority of the City of Milwaukee (W96001P26) This phase of a much larger overall project consists of the installation of an underground detention chamber installed under an existing asphalt playground at Browning Elementary School. Upon completion of the remaining phases, this site will incorporate four stormwater detention chambers with a combined capacity of 1,874,970 gallons. Location: 5440 N. 64 th Street, Milwaukee, WI Gallons Captured: 869,221 GI Strategies: Cisterns 5

SUMMARY (Cont d) Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 Burnham Playfield Project, submitted by Milwaukee Public Schools Department of Recreation and Community (W96001P28) This project is a renovation of the Burnham Playfield located in the center of Milwaukee s Layton Boulevard West neighborhood incorporating GI. Burnham Park is the only significant green space in a 165-block radius, serving as the neighborhood park for nearly 7,000 children living in the area. Location: 1755 S. 32 nd Street, Milwaukee, WI Gallons Captured: 84,000 GI Strategies: Porous Pavement, Stormwater Trees, Bioswales, and Rain Gardens ALBA School Playground Project, submitted by Milwaukee Public Schools (W96001P33) ALBA, a Milwaukee Public School, is a bilingual Spanish/English elementary school with a fine arts focus in the center of Milwaukee s Layton Boulevard West neighborhood. This is the first phase of a project to renovate the school s playground while incorporating GI strategies. A future phase will include installation of a permeable synthetic turf playfield. Location:1712 S. 32 nd Street, Milwaukee, WI Gallons Captured: 46,525 GI Strategies: Porous Pavement, Stormwater Trees, Bioswales, and Rain Gardens 2100 Urban Residence, submitted by The 2100 LLC (W96001P30) The 2100 Urban Residence project is a multi-family development located in Wauwatosa s Redevelopment District Number 1. The project employs a wide variety of GI strategies for on-site stormwater runoff mitigation. Location: 2100 N. Mayfair Road, Wauwatosa, WI Gallons Captured: 20,070 GI Strategies: Native Landscaping, Porous Pavement, Rain Gardens, and Green Roof 6

SUMMARY (Cont d) Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 Adams Garden Park, submitted by Sharon Adams (W96001P21) This project will capture stormwater on eight sites located within two blocks, connected by paths and landmark signage, to create an urban garden center showcasing and selling plants, landscapes, and small-scale GI designed for urban dwellers. Location: Multiple parcels near N. 17 th Street and W. Lloyd Street, Milwaukee, WI Gallons Captured: 21,855 GI Strategies: Native Landscaping, Rain Barrels, Cisterns, Stormwater Trees, Bioswales, and Rain Gardens Arts At Large Historic Building Renovation with Green Infrastructure, submitted by Arts at Large (W96001P27) This project is part of an overall restoration of a three-story 1890 Patrick Cudahy building located at the southernmost end of historic 5 th Street in Walker s Point, Milwaukee. The rooftop of the building will include public event space that incorporates a rooftop garden and green roof. Location: 1100 S. 5 th Street, Milwaukee, WI Gallons Captured: 2,260 GI Strategies: Green Roof Big Red Church Green Roof, submitted by Calvary Presbyterian Church (M03090P07) (Operations and Maintenance Project) The Big Red Church Green Roof is one component of a larger $1.3 million exterior and interior renovation project that incorporates several sustainable or green elements to reflect the church s commitment to preserving the environment. The green roof will be installed on a 1957 addition of the church. This is the sole Operations and Maintenance Budget-funded project recommended for award. Location: 935 W. Wisconsin Avenue, Milwaukee, WI Gallons Captured: 1,200 GI Strategies: Green Roof 7

BACKGROUND Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 This program provides funding support for a series of GI projects to demonstrate the importance of GI as a sustainable practice in managing the volume, rate, and quality of stormwater runoff. These projects may also catalyze more widespread GI strategies that can benefit the operation of municipal storm and sanitary sewers and the MMSD system. They may also provide potential added benefits to the award partners including: Energy savings. Reduction of the urban heat island effect. Improved aesthetics. Improved air quality. Improved water quality. Partners were selected based on: The visibility of the projects and their benefits to the public (public accessibility). Partner match, commitment to outreach, and job training. Demonstration of a long-term commitment to the projects (maintenance). The partners chosen through the request for proposal and evaluation process will share funding responsibility (cost share) with the District. The partner share includes costs associated with the design and construction, monetary contributions, and long-term commitments to maintain the projects. The District s 2020 Facilities Plan recommended stormwater management demonstration projects to determine best practices that the District could recommend. The GIPP allows for a wide array of GI practices to be used to manage stormwater. Projects are evaluated from a qualitative standpoint post-construction, and that information is reported in District publications. Six of the 14 projects have an enhanced ability to attract attention from a larger regional audience and may catalyze the acceptance and widespread use of GI; therefore, these projects are considered Signature Projects. Receiving Signature Project status means that the project may receive up to a 50% match of total eligible project costs from the District. Projects may exceed 50% of total match funding for municipal proposers using Green Solutions program funds. Projects qualifying for funding from the capital budget must have a minimum award amount of $25,000 or more, and the District maintains a permanent easement on the project for 10 years or more. 8

RESOLUTION Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to approve five projects, W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31, and that the Executive Director is directed to execute contracts and agreements for the projects in a total amount not to exceed $1,215,191. 9

Capital Budget Fiscal Note Total Project Cost RELATING TO: Approval of 2017 Green Infrastructure Partnership Program Projects W96001P22, W96001P24, W96001P25, W96001P29, and W96001P31 Capital Project Number(s) Impact of Requested Action on Total Project Cost: W96001 Increase Decrease New Project X No Change Total Project Cost Analysis Project Costs Adopted 2017 Total Project Cost $8,890,494 Previously Approved Changes $0 Approved Total Project Cost $8,890,494 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 Budget Review by: Date: Christine Durkin 4/7/2017

Item 5 COMMISSION FILE NO: 17-047-5 DATE INTRODUCED: May 8, 2017 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Operations Committee RELATING TO: Amendment Number Six, Contract M03043P01, MMSD Energy and Greenhouse Gas Emissions Data Management Project, and Restore the Executive Director s Original Delegated Authority SUMMARY: The Commission is requested to authorize the Executive Director to execute Amendment Number Six to Contract M03043P01, MMSD Energy and Greenhouse Gas (GHG) Emissions Data Management Project, with CH2M HILL, Inc., (CH2M) in an amount not to exceed $185,070 and to restore the Executive Director s original delegated authority for potential future amendments. The Commission authorized award of Contract M03043P01 to CH2M in June 2011. The purpose of this project is to identify opportunities to increase energy efficiency and the generation of renewable energy, reduce GHG emissions, and comply with future potential emission reporting requirements. The District will be able to track the success of energy projects and produce documentation that energy projects are reducing the District s reliance on fossil fuels and production of GHG s to meet the 2035 Vision. Amendment Number Six to the District s Contract No. M03043P01 is requested to extend the contract completion date to December 31, 2018, and to increase the total contract cost. The increased contract cost of this amendment covers CH2M s scope of work to complete the implementation of the energy and GHG data management system. This system is called Scope 5. A summary of the remaining and necessary scope of work to complete the project is as follows: Evaluating the accuracy and completion of the Hach Water Information Management System (Hach WIMS) data for 2015 and 2016. Evaluating and implementing automated data connections among Scope 5 and Hach WIMS and We Energies. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER OP_Amdt6_M03043P01_Energy GHG Data Management_legislative_file.docx 04-20-17 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

SUMMARY (Cont d) Amendment Number Six, Contract M03043P01, MMSD Energy and Greenhouse Gas Emissions Data Management Project, and Restore the Executive Director s Original Delegated Authority Populating Scope 5 with data from Hach WIMS for 2015 and 2016. Documenting final data management processes. Finalizing implementation of the scenario planning tool. Finalizing reporting operating procedures for energy and carbon goals (2035 Vision). Finalizing training materials and providing training for District staff. Completing the final project report and presentations. The scope of work also includes a contingency task to provide on-call support to assist District staff in ongoing data management tasks for up to December 2018, if necessary. The project has a target completion date of December 31, 2018. SUMMARY OF PRIOR CONTRACT COST CHANGES CONTRACT AMOUNT PERCENTAGE INCREASE OVER ORIGINAL CONTRACT AUTHORIZED BY Original $ 424,856 Commission Amendment No. 1* $ 0 0.0% Division Director Amendment No. 2* $ 0 0.0% Division Director Amendment No. 3* $ 0 0.0% Division Director Amendment No. 4 $ 40,000 9.4% Executive Director Amendment No. 5* $ 0 0.0% Division Director Amendment No. 6 $ 185,070 43.5% Request of Commission Total Amendments $ 225,070 53.0% TOTAL $ 649,926 *Time extension only. 2

BACKGROUND Amendment Number Six, Contract M03043P01, MMSD Energy and Greenhouse Gas Emissions Data Management Project, and Restore the Executive Director s Original Delegated Authority This project was initiated for several purposes to provide efficiencies and new capabilities in energy and GHG data tracking and forecasting. As the project proceeded, it was apparent that the communication between the District s data management system of record, Hach WIMS, and Scope 5 would require additional work on the part of the consultant team and the owner of the Scope 5 product. At the project outset, the goal of a future energy and GHG data management system would support all areas of energy and GHG management, including, but not limited to: Developing energy budgets and forecasts. Analyzing trends and variances in energy consumption and emissions. Assessing contract performance and analyzing how flow, biochemical oxygen demand, and total suspended solids affect energy consumption and emissions. Providing data for air emission monitoring and reporting. Tracking progress against the District s 2035 Vision for energy and carbon emissions. Enabling the District to assess and manage energy consumption to reduce current tariff rates. Generating revenue from the sale of renewable energy credits, if they become available in the future. Managing multi-site utility information. Accurately forecasting the benefits of proposed energy efficiency projects and determining actual results after implementation. The additional work entailed in this amendment is necessary to reach the ultimate goals of this project. If history is any guide, it is possible that additional needs will be identified as the work to provide Scope 5 with full functionality is underway; therefore, restoring the Executive Director s authority is also requested in this action. 3

RESOLUTION Amendment Number Six, Contract M03043P01, MMSD Energy and Greenhouse Gas Emissions Data Management Project, and Restore the Executive Director s Original Delegated Authority RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to execute Amendment Number Six to Contract M03043P01, MMSD Energy and Greenhouse Gas Emissions Data Management Project, with CH2M HILL, Inc., in an amount not to exceed $185,070, and that the Executive Director s original delegated authority is restored. 4

Capital Budget Fiscal Note Total Project Cost RELATING TO: Amendment Number Six, Contract M03043P01, MMSD Energy and Greenhouse Gas Emissions Data Management Project, and Restore the Executive Director s Original Delegated Authority Capital Project Number(s) Impact of Requested Action on Total Project Cost: M03043 Increase Decrease New Project X No Change Total Project Cost Analysis Project Costs Adopted 2017 Total Project Cost $1,618,308 Previously Approved Changes $0 Approved Total Project Cost $1,618,308 Requested Total Project Cost $1,618,308 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 Budget Review by: Date: Christine Durkin 4/13/2017

Item 7 COMMISSION FILE NO: 17-049-5 DATE INTRODUCED: May 8, 2017 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Policy, Finance, and Personnel Committee RELATING TO: Authorizing Application for a Wisconsin Department of Natural Resources Urban Nonpoint Source and Storm Water Program Planning Grant on Behalf of the Southeastern Wisconsin Watersheds Trust, Inc. SUMMARY: The Commission is requested to authorize the Executive Director to submit the Respect Our Waters Nonpoint Source Educational Campaign for Greater Milwaukee Watersheds" grant application on behalf of the Southeastern Wisconsin Watersheds Trust, Inc., (Sweet Water) to the Wisconsin Department of Natural Resources (WDNR) and to act as Sweet Water s fiscal agent. The grant application is for the purposes of public education and outreach on stormwater impacts. WDNR is making available planning grant funds that can be used for public education and awareness. The WDNR Urban Nonpoint Source and Storm Water Program Planning Grants are offered to Wisconsin counties, cities, towns, and villages as a competitive grant process to improve urban water quality by limiting or ending sources of urban nonpoint source pollution, also known as stormwater pollution. Among the eligible activities allowed by the grant are, (p)ublic participation, education, and outreach activities. The Urban Nonpoint Source and Storm Water Program Planning Grant funding is available to government entities, but not directly to nongovernmental organizations, such as Sweet Water. As such, the District would act as a fiscal agent for Sweet Water in submitting the grant application. WDNR requires that the fiscal agent, the District, provide a resolution authorizing this arrangement as a condition of the grant application process. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER PFP_2017SWWT_DNR_Grant_Approval_legislative_file.docx 04-20-17 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

SUMMARY (Cont d) Authorizing Application for a Wisconsin Department of Natural Resources Urban Non- Point Source and Storm Water Program Planning Grant on Behalf of the Southeastern Wisconsin Watersheds Trust, Inc. Sweet Water s "Respect Our Waters" project proposes multimedia messaging combined with educational materials distributed through hands-on workshops and tabling at community events. These efforts are designed to raise awareness of individual behavior that contributes to nonpoint source pollution and to educate people on how to change these behaviors to better protect the waterways. The project area is the Menomonee River Watershed, Milwaukee River Watershed - East and West Branch, Milwaukee River - North Branch, Milwaukee River - South Branch and Milwaukee Estuary, Cedar Creek, Kinnickinnic River Watershed, and Oak Creek Watershed. The timeline of the project is January 2018 through December 2019 with a total budget of $185,000. The amount requested from WDNR in the grant application is $85,000, and the match amount is $100,000. As an eligible entity, the District can apply for this grant, and Sweet Water can perform the public education activities outlined in the proposal scope and strategy, working on behalf of its municipal partners. The cost share (match amount) required by WDNR would be provided by Sweet Water using both its own resources through Sweet Water s fundraising efforts and with funding offered by municipal partners working with Sweet Water. Should Sweet Water be unable to provide the required cost share, the District will not accept the grant. 2

RESOLUTION Authorizing Application for a Wisconsin Department of Natural Resources Urban Non- Point Source and Storm Water Program Planning Grant on Behalf of the Southeastern Wisconsin Watersheds Trust, Inc. RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the Executive Director is authorized to submit the Respect Our Waters Nonpoint Source Educational Campaign for Greater Milwaukee Watersheds" grant application on behalf of the Southeastern Wisconsin Watersheds Trust, Inc., to the Wisconsin Department of Natural Resources, and to act as the fiscal agent for the Southeastern Wisconsin Watersheds, Inc. 3

Item 8 COMMISSION FILE NO: 17-050-5 DATE INTRODUCED: May 8, 2017 INTRODUCED BY: REFERRED BY COMMISSION CHAIRPERSON TO: Executive Director (Signature on File in the Office of the Commission) Policy, Finance, and Personnel Committee RELATING TO: Revision to Commission Policy 1-01.07, Commission Chairpersonships SUMMARY: Staff requests that the Commission revise Commission Policy 1-01.07, Commission Chairpersonships. The Commission Chairperson is elected annually by the Commission. Current policy indicates that barring compelling circumstances, a Commission Chairperson shall not serve two terms consecutively. In recent years, the Commission Chair has routinely been reelected to a consecutive term. Staff requests modify the policy to allow Commission Chairpersons to serve two consecutive terms without requiring a finding of compelling circumstances. ATTACHMENTS: BACKGROUND KEY ISSUES RESOLUTION FISCAL NOTE S/W/MBE OTHER Revised Commission Policy 1-01.07 PFP_Commission_Chair_legislative_file.docx 04-18-17 COMMITTEE ACTION: COMMISSION ACTION: DATE: DATE:

RESOLUTION Revision to Commission Policy 1-01.07, Commission Chairpersonships RESOLVED, by the Milwaukee Metropolitan Sewerage Commission, that the attached Commission Policy 1-01.07, Commission Chairpersonships, as revised, is adopted. 2

Commission Policy Subject: Commission Chairpersonships Index: 1-01.07 Page: 1 of 1 Authority Statute: Date Issued: 6/26/80 Resolution: 88-069-5, 77-149-12D(3)o; 02-136-7; 16-121-9; 17- Date Revised: 7/22/02 9/26/16 5/22/17 The election of a Commission Chairperson and Vice-Chairperson for the Commission shall be conducted annually for a one-year term commencing January 1 or until the Chairpersonship is filled. Chairpersons may serve multiple terms but, absent compelling circumstances, will may not serve anyno more than two terms consecutively. The Commission will hold an open public election. The Commission Chairperson will annually appoint Commission committee members and name the Chairperson for each of the Commission committees to serve for a calendar year - or until filled - commencing January 1st of each year. Each Committee Chairperson shall be a Commission member. The Commission Chairperson shall also serve as public representative for the Commission in its role as a District policy body, and will be the major interface between the Commission and the Executive Director and other positions reporting to the Commission. The Commission Chairperson shall establish, subject to Commission approval, the regular Commission meeting calendar. The Commission Chairperson may appoint, subject to committee and Commission approval, one public member of that committee and, subject to Commission approval, all public members of technical subcommittees. In the absence of both the Commission Chairperson and the Commission Vice-Chairperson at a Commission meeting, the Chairperson of the Policy, Finance, and Personnel Committee shall preside over the meeting. Should the Chairperson of the Policy, Finance, and Personnel Committee also be absent or unavailable, the Chairperson of the Operations Committee shall preside. In the absence of the Commission Chairperson, the Commission Vice-Chairperson is authorized to sign documents on behalf of the Commission Chairperson. Should both the Chairperson and the Vice- Chairperson be out of town or otherwise incapacitated to sign documents, the Chairperson of the Policy, Finance, and Personnel Committee may sign such documents. Should the Policy, Finance, and Personnel Committee Chairperson also be unavailable, the Operations Committee Chairperson may sign documents under these circumstances.